Loading...
HomeMy WebLinkAboutPermit L92-0046 - CITY OF TUKWILA - CRESTVIEW PARK SHELTER AND GROUND ENVIRONMENTAL IMPACT STATEMENT (EIS)L92-0046 16200 42ND AVENUE SOUTH CITY OF TUKWILA CRESTVIEW PARK IMPROVEMENTS SEPA CRITICAL AREA SENSITIVE AREA ENVIRONMENTAL IMPACT STATEMENT (EIS) ADDRESS: •16200 42 AV.S PARCEL NO: .537980 -0008 SEC. /TWN /RNG:: :27 -23 -04 CITY OF TUKWILA DETERMINATION OF NONSIGNIFICANCE (DNS) DESCRIPTION OF PROPOSAL: PICNIC SHELTER AND GROUND /FACILITY IMPROVEMENTS PROPONENT: CITY OF TUKWILA LOCATION OF PROPOSAL, INCLUDING STREET ADDRESS, IF ANY: LEAD AGENCY : CITY OF TUKWILA FILE NO: L92-0046 The City,has determined that the proposal does not have a probable significant adverse impact on the. environment. An environmental impact statement (EIS) is not required under RCW 43.21c.030(2)(c). This decision was made after review of a completed environmental checklist and other information on f i l e with the lead agency. T h i s information is available to the public on request. **********.**•****** * ********* ********** *********** k* **** * ** ***** *********•k** This determination is final and signed this _5 day of 199:E, i e' er, Responsible Official City of Tukwila, (206) 431 -3680 6300 Southcenter Boulevard Tukwila, WA 98188 You may appeal this determination to the City Clerk at City Hall, 6200 Southcenter Boulevard, Tukwila, WA 98188 no later than 10 days from the above signature date by written appeal stating the basis of the appeal for specific factual objections. You may be required to bear some of the expenses for an appeal. Copies of the procedures for SEPA appeals are available with the City Clerk and Department of Community Development. Control No. Epic File No. 1 eon Fee $225.00 Receipt No. ... _ �.._.._....•.... � : ENVIRONMENTAL CHECKLIST A. BACKGROUND 1. Name of proposed project, if applicable: Crestview Park Improvements up 200 7 nd Ave s 2. Name of applicant: City of Tukwila Parks and Recreation Department, 3. Address and phone number of applicant and contact person: Don Williams. 6200 Southcenter Blvd.. Tukwila. WA 98188. (206) 433 -1843. 4. Date checklist prepared: May 7. 1992. 5. Agency requesting Checklist: City of Tukwila, 6. Proposed timing or schedule (including phasing, if applicable): The proposed schedule for the project is as follows: 1. Award Contract: July 1992 2. Construction: August - September 1992. 7. Do you have any plans for future additions, expansion, or further activity related to or connected with this proposal? If yes, explain. Unknown. 8. List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. None. 9. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the property covered by your proposal? If yes, explain. The only application pending at this time is the Building Permit for the picnic shelter. It is currently being processed. JUN 1 1992 CITY OF I t1KWILA PLANNING DEPT. � ,, 10. List any government approvals or permits that will be needed for your proposal. 1. Building Permit for picnic shelter. 11. Give brief, complete description of your proposal, including the proposed uses and the size of the project and site. There are several questions later in this checklist that ask you to describe certain aspects of your proposal. You do not need to repeat those answers on this page. Section E requires a complete description of the objectives and alternatives of your proposal and should not be summarized here. The proposed site. Crestview Park. is approximately 6.6 acres with approximately 2 acres of the total proposed for improvements. The proposal includes improvements to the existing facilities including the Little League field. parking area. and play area. The only new improvement is a 560 s.f. picnic shelter. The proposed uses for the park will. remain the same as current uses. 12. Location of the proposal. Give sufficient information for a person to understand the precise location of your proposed project, including a street address, if any, and section, township, and range, if known. If a proposal would occur over a range of area, provide the range or boundaries of the site(s). Provide a legal description, site plan, vicinity map, and topographic map, if reasonably available. While you should submit any plans required by the agency, you are not required to duplicate maps or detailed plans submitted with any permit applications related to this checklist. Crestview Park is located on the east side of 42nd Avenue South between South 160th Street and South 164th Street. The park is within Section 27. Township 23N. and Range 4E. 13. Does the proposal lie within an area designated on the City's Comprehensive Land Use Policy Plan Map as environmentally sensitive? No. TO BE COMPLETED BY APPLICANT Evaluation for Agency Use Only B . ENVIRONMENTAL ELEMENTS 1. Earth a. General description of the site (circle one): Flat, rolling, hilly, steep slopes, mountainous, other: b. What is the steepest slope on the site (approximate percent slope)? 10% c. What general types of soils are found on the site (for example, clay, sand, gravel, peat, muck)? If you know the classification of agricultural soils, specify them and note any prime farmland. Sandy Loam d. Are there surface indications or history of unstable soils in the immediate vicinity? If so, describe. No. e. Describe the purpose, type, and approximate quantities of any filling or grading proposed. Indicate source of fill. Quantities: Cut 1928 c.y. Fill L884 cv. Purpose: To provide a safer and playable ball field, Type: On -site fill. f. Could erosion occur as a result of clearing, construction, or use? If so, generally describe. No . g. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? Approximately 5% of the site will be covered with impervious surfaces, 2. Air 3. Water a. Surface h. Proposed measures to reduce or control erosion, or other impacts to the earth, if any: None. a. What types of emissions to the air would result from the proposal (i.e., dust, automobile odors, industrial wood smoke) during construction and when the project is completed? If any, generally describe and give approximate quantities if known. During construction. there will be a minimal amount of emissions from machinery. b. Are there any off -site sources of emissions or odor that may affect your proposal? If so, generally describe. No c. Proposed measures to reduce or control emissions or other impacts to air, if any: None. 1) Is there any surface water body on or in the immediate vicinity of the site (including year - round and seasonal streams, saltwater, lakes, ponds, wetlands)? If yes, describe type and provide names. If appropriate, state what stream or river it flows into. None. Evaluation for Agency Use Only 2) Will the project require any work over, in, or adjacent to (within 200 feet) the described waters? If yes, please describe and attach available plans. Does not apply. - No 3) Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. Indicate the source of fill material. Does not apply. - None 4) Will the proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quantities if known. No 5) Does the proposal lie within a 100 -year floodplain? If so, note location on the site plan. No. 6) Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge. No Evaluation for Agency Use Only b. Ground: 1) Will ground water be withdrawn, or will water be discharged to ground water? Give general description, purpose, and approximate quantities, if known. No. 2) Describe waste materials that will be discharged into the ground from septic tanks or other sources, if any (for example: Domestic sewage; industrial, containing the following chemicals...: agricultural; etc.) Describe the general size of the system, the number of such systems, the number of houses to be served (if applicable), or the number of animals or humans the system(s) are expected to serve. None. c. Water Runoff (including storm water): 1) Describe the source of runoff (including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? If so, describe. Any excess overland runoff will be collected in several grass swales and then dissipated through three (3) concrete sumps. Evaluation for Agency Use Only 4. Plants 2) Could waste materials enter ground or surface waters? If so, generally describe. No. d. Proposed measures to reduce or control surface, ground, and runoff water impacts, if any: ,egg Question C. ll above. a. Check or circle types of vegetation found on the site: X deciduous tree: alder maple, aspen, othe dogwood X evergreen tree: pine, k l X shrubs _X grass pasture crop or grain wet soil plants: cattail, buttercup, bullrush, skunk cabbage, other water plants: water lily, eelgrass, milfoil, other other types of vegetation b. What kind and amount of vegetation will be removed or altered? One alder tree will be removed, which is in the middle of the driveway. c. List threatened or endangered species known to be on or near the site. None. Evaluation for Agency Use Only d. Proposed landscaping, use of native plants, or other measures to preserve or enhance vegetation on the site, if any: All landscape areas disturbed by construction will be reseeded. 5. Animals a. Circle any birds and animals which have been observed on or near the site or are known to be on or near the site: birds: hawk, heron, eagle, on : bir . other: mammals: deer, bear, elk, beaver, other No. fish: bass, salmon, trout, herring, shellfish, other. No . b. List any threatened or endangered species known to be on or near the site. None. c. Is the site part of a migration route? If so, explain. No . d. Proposed measures to preserve or enhance wildlife, if any: The existing wooded area will be preserved. Evaluation for Agency Use Only 6. Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil, wood stove, solar) will be used to meet the completed project's energy needs? Describe whether it will be used for heating, manufacturing, etc. None. b. Would your project affect the potential use of solar energy by adjacent properties? If so, generally describe. No. c. What kinds of energy conservation features are included in the plans of this proposal? List other proposed measures to reduce or control energy impacts, if any: None. 7. Environmental Health a. Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal? If so, describe. No. 1) Describe special emergency services that might be required. None. 2) Proposed measures to reduce or control environ mental health hazards, if any: None - Does not apply. -10- • Evaluation for Agency Use Only b. Noise 1) What types of noise exist in the area which may affect your project (for example: traffic, equipment, operation, other)? Currently. there is minimal noise from automobile traffic on 42nd Avenue South. Airplane traffic from Sea - Tac Airport is another type of existing noise in the area. 2) What types and levels of noise would be created by or associated with the project on a short-term or long -term basis (for example: traffic, construction, operation, other)? Indicate what hours noise would come from the site. On a short-term basis. construction noises will be present and will occur Monday through Friday morning until early afternoon. On S Jong-term basis. types and levels of noise will remain the same as existing. except for the addition of minimal automobile noise during daylight hours only. 3) Proposed measures to reduce or control noise impacts, if any: The park and Little League field will not be illuminated. There will be no games at night and the park will close one hour after dusk. 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties? The site is currently used as A neighborhood park. The portion of the site not leased by the City of Tukwila includes the closed Elementary School buildings and are currently used for storage by the Highline School District. Single - family residential surrounds the site. b. Has the site been used for agriculture? If so, describe. No. c. Describe any structures on the site. The portion of the site not leased by the City of Tukwila includes the closed Elementary School buildings. Within the park area leased by the City of Tukwila. there are no structures. Evaluation for Agency Use Only Will any structures No . be demolished? If so, what? What is the current zoning classification of the site? 1t- 1 -7.2- Single ; esidential. • • • What is the current comprehensive plan designation of the site? Parks and open space. If applicable, program design: hat is the current shoreline master tion of the site? Does not apply. Has any part • f the site been classified as an "environmen . y sensitive" area? If so, specify. No. Approximately work in the co how many people would reside or pleted project? None. Approximatel completed project how many people would the displace? None. Proposed meas impacts, if any: res to avoid or reduce displacement None - Does not apply. d. e. f. g. h. i. J• k. 1. Proposed measures to ensure the proposal is compatible witl existing and projected land uses and plans, if any: ecause the site is currently a park, and the project entails improvement to the existing facilities. the proposal is compatible with existing and projected land uses. Evaluation for Agency Use Only 9. Housing a. Approximately how many units would be provided, if any? Indicate whether high, middle, or low - income housing? None. b. Approximately how many units, if any, would be eliminated? Indicate whether high, middle, or low - income housing. None. c. Proposed measures to reduce or control housing impacts if any: None - Does not apply. 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building material(s) proposed? The tallest height of the proposed picnic shelter is approximately twelve (l2) feet. The principal exterior building material is wood. b. What views in the immediate vicinity would be altered or obstructed? None. c. Proposed measures to reduce or control aesthetic impacts, if any: Measures were taken to maintain as much of the existing park features as possible. and only improve and enhance existing conditions. Evaluation for Agency Use Only 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? None. b. Could light or glare from the finished project be a safety hazard or interfere with views? No. c. What existing off -site sources of light or glare may affect your proposal? None. d. Proposed measures to reduce or control light and glare impacts, if any: None - Does not apply. 12. Recreation a. What designed and informal recreational opportunities are in the immediate vicinity? The existing park also offers picnicking and basketball to the neighborhood. There is a passive trail through the woods as well. These features are not being improved with this proposal. b. Would the proposed project displace any existing recreational uses? If so, describe. No. The project is improving current recreational uses. c. Proposed measures to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant, if any: The improvements to the Little League field will make the field a safer field to play on. and make it better drained. The picnic shelter will provide a fun Place for families to picnic. and the upgraded play equipment will provide a safer pla experience. as well as providing accessibility to the }handicapped. -14- Evaluation for Agency Use Only 13. Historic and Cultural Preservation a. Are there any places or objects listed on, or proposed for, national, state, or local preservation registers known to be on or next to the site? If so, generally describe. None. b. Generally describe any landmarks or evidence of historic, archaeological, scientific, or cultural importance known to be on or next to the site. None. c. Proposed measures to reduce or control impacts, if any: None - Does not apply. 14. Transportation a. Identify public streets and highways serving the site, and describe proposed access to the existing street system. Show on site plans if any. Public streets serving the site are 42nd Avenue South and Military Road (one block away). Access from the existing park to the existing street system will occur at the existing school entrance on 42nd Avenue South only. b. Is the site currently served by public transit? If not, what is the approximate distance to the nearest transit stop? One block away at the intersection of 42nd Avenue South and Military Road. c. How many parking spaces would the completed project have? How many would the project eliminate? The completed project would have 30 parking spaces. The project will not eliminate any parking spaces. Evaluation for Agency Use Only d. Will the proposal require any new roads or streets, or improvements to existing roads or streets, not including driveways? If so, generally describe (indicate whether public or private). The existing gravel parkinglot will be improved with a new laver of gravel. e. 'Will the project use (or occur in the immediate vicinity of) water, rail, or air transportation? If so, generally describe. The site is in the vicinity of Sea - Tac Airport. f. How many vehicular trips per day would be generated by the completed project? If known, indicate when peak volumes would occur. Flak volumes will occur during scheduled practices; during late afternoon hours and weekends only. and during daylight hours only. Vehicular trips per day . will be higher on the weekends and subject to scheduling procedures. Proposed measures to reduce or control transportation impacts, if any: There will be strict scheduling for the use of the field controlling the traffic in and out. g. 15. Public Services a. Would the project result in an increased need for public services (for example: fire protection, police protection, health care, schools, other)? If so, generally describe. No. b. Proposed measures to reduce or control direct impacts on public services, if any. Chainlink fence is proposed to control access into the site and to block off the existing school buildings (the area not leased by the City of Tukwila). and the parking area is in a visible location from 42nd Avenue South. Evaluation for Agency Use Only 16. Utilities C. SIGNATURE a. Circle utilities currently available at the site: electricity, natural gas, water, refuse service, telephone, sanitary sewer, septic system, other. Within the leased property there is a septic system used by the school. shown on as- builts from the School District. (The School District can't say if it is still on line or'not.) Utilities associated with the closed school that are still available are unknown, There is an existing storm sewer system along the Jnain entrance drive. b. Describe the utilities that are proposed for the project the utility providing the service, and the general construction activities on the site or in the immediate vicinity which might be needed. None. The above answers are true and complete to the best of my knowledge. I understand that the lead agency is relying on them to make its decision. Signature: ' Pik 4) 7 '*" .7 L., i 4 Bruce Dees & Associates 222 East 26th Street, Suite 202 Tacoma, WA 98421 PLEASE CONTINUE TO THE NEXT PAGE. Evaluation for Agency Use Only TO BE COMPLETED BY APPLICANT Evaluation for Agency Use Only E. SUPPLEMENTAL SHEET FOR ALL PROJECT AND NON PROJECT PROPOSALS The objectives and the alternative means of reaching the objectives for a proposal will be helpful in reviewing the aforegoing items of the Environmental Checklist. This information provides a general overall perspective of the proposed action in the context of the environmental information provided and the submitted plans, documents, supportive information, studies, etc. 1. What are the objective(s) of the proposal? The main objective of the proposal is to improve the existing park facilities at Crestview Park. which can be improved within the City of Tukwila's park budget. These improvements will provide a safer and more enjoyable park experience. 2. What are the alternative means of accomplishing these objectives? Does not apply. 3. Please compare the alternative means and indicate the preferred course of action: Does not apply. . 4. Does the proposal conflict with the policies of the Tukwila Comprehensive Land Use Policy Plan? If so, what policies of the Plan? No. Proposed measures to avoid or reduce the conflict(s) are: Does not apply. - 23 - Evaluation for Agency Use Only CIRTVIItW PA1RII. 111WIDIRDVIE,MIENT3 City of Tukwila PROJECT NO. 90 -PK02 CITY OF TUKWILA Tukwila, Washington PROPOSAL AND SPECIFICATIONS FOR CRESTVIEW PARK IMPROVEMENTS PROJECT NUMBER:90 -PK02 DATE April 13, 1992 CONSULTANTS: BRUCE DEES & ASSOCIATES 222 E. 26th Street, Suite 202 Tacoma, WA 98421 CITY OF TUKWILA Tukwila, Washington Tukwila City Council Members Allan E. Ekberg Charles Simpson Dennis Robertson Joan Hernandez Joe H. Duffie Steve Lawrence Steve Mullet City Administration John W. Rants, Mayor John McFarland, City Administrator Maxine r "^der +_ —City Clerk Ross A. Earnst, P.E., Director of Public Works Don Williams, Director of Parks & Recreation City Engineer Ron Cameron, P.E. City Attorney Mike Kenyon 6200 Southcenter Blvd. Tukwila, WA 98188 Telephone: (206) 433 -1800 INFORMATION (blue) PROPOSAL (pink) GENERAL CONDITIONS (green) CONTRACT BD DOCUMENTS SUPPLEMENTAL GENERAL CONDITIONS (white) TABLE OF CONTENTS CALL FOR BIDS INFORMATION FOR BIDDERS PROPOSAL BID SCHEDULE PROPOSAL SIGNATURE SHEET BID SECURITY NON - COLLUSION AFFIDAVIT RESPONSIBLE BIDDERS DETERMINATION FORM PROPOSED EQUIPMENT AND MANPOWER SCHEDULE PROPOSED SUBCONTRACTORS CONTRACT PERFORMANCE BOND CERTIFICATE OF INSURANCE SCOPE DEFINITIONS AND TERMS BID PROCEDURES AND CONDITIONS AWARD AND EXECUTION OF CONTRACT SCOPE OF WORK CONTROL OF WORK CONTROL OF MATERIALS LEGAL RESPONSIBILITIES PROSECUTION AND PROGRESS MEASUREMENT AND PAYMENT DEFINITIONS NOTICE OF AWARD CHANGES IN THE WORK CLEANUP CONSTRUCTION COORDINATION EXISTING UTILITIES OR OBSTRUCTIONS DAMAGES RECORD DRAWINGS (NEW SECTION) WASTE SITE (NEW SECTION) PERMITS I -1 1 -2 P -1 P -2 P -3 P -5 P -6 P -7 P -11 P -12 P -13 P -16 P -18 GC -1 GC -2 GC -8 GC -10 GC -12 GC -15 GC -22 GC -24 GC -35 GC -44 SGC -1 SGC -1 SGC -2 SGC -2 SGC -3 SGC -4 SGC -5 SGC -6 SGC -7 SGC -7 .. TABLE OF CONTENTS (Cont.) SPECIAL PROVISIONS Section Till€ 01010 Summary of Work 01400 Quality Control 01500 Temporary Facilities and Controls 01600 Material and Equipment 01610 Substitution Request Form 01700 Contract Closeout TECHNICAL SPECIFICATIONS Section Title 02101 Demolition 02102 Clearing & Grubbing 02210 Earthwork 02510 Site Soils 02511 Storm Sewer 02612 Asphalt Concrete Paving and Crushed Rock Surfacing 02621 Portland Cement Concrete Slab for Picnic Shelter 02711 Fencing & Backstop 02760 Site Furnishings 02820 Seeding 05500 Metal Fabrications APPENDIX • Coordinate Layout Plan • Prevailing Wage Rates CONTRACT BID DOCUMENTS I -1 Information City of Tukwila CALL FOR BIDS Notice is hereby given that the City of Tukwila, Washington, will receive sealed bids at the Office of the City Clerk at Tukwila City Hall, 6200 Southcenter Blvd., Tukwila, up to the hour of 5:00 p.m. on the 28th day of April, 1992. Bids will be opened and publicly read aloud at 10:00 a.m. on April 29, 1992, for: CRESTVIEW PARR IMPROVEMENTS Project 90 -PK02 In general, the work includes a little league field, picnic shelter, asphalt and concrete walks, site furnishings, a 30 -car crushed rock parking lot, and seeding. Each bid shall be in accordance with the bid documents available at the Public Works Department, 6300 Southcenter Blvd., Tukwila, 433 -0179, for a NONREFUNDABLE FEE of $25.00. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Tukwila, Washington. Each bid shall be accompanied by a bid proposal deposit in the form of a cashier's check, postal money order, or surety bond made payable to the City of Tukwila for a sum not less than five percent (5 %) of the amount bid. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex, or national origin in consideration for an award. The City reserves the right to reject any and all bids, to waive any informalities in the bidding, and to make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Jane E. Cantu City Clerk CONTRACT BID DOCUMENTS Information 1. GENERAL 2. LOCATION 3 PROJECT ENGINEER INFORMATION FOR BIDDERS I -2 Plans and specifications are on file at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188 (telephone: 433 - 0179). Plans and specifications may be obtained from Public Works Department for $25 per set. There will be no refunds and no returns. This project consists of: Construction of park improvements for Crestview Park Improvements, including, but not limited to a little league field, 30 car crushed rock parking lot, picnic shelter, asphalt and concrete walks, site furnishings, and seeding. The project is located off of 42nd Avenue South between South 160th and South 164th Street in Tukwila, Washington. Notice as required in the General Conditions shall be mailed to the attention of the Project Engineer at the City of Tukwila Public Works Department. 4. BID PROPOSAL DEPOSIT Five percent (5 %) "Good Faith Token" required with the Bid. 5. COMPLETION The completion time for this project shall be 50 calendar days after Notice to Proceed. 6. Each bid proposal submitted shall include and be accompanied by the Proposal, Bid Schedule, Proposal Signature Sheet, Bid Security, Non - Collusion Affidavit, Responsible Bidders Determination Form, Proposed Equipment and Manpower Schedule, and proposed Subcontractors. Failure by the Bidder to submit any of these forms may be cause to consider the bid nonresponsive. P R O P O S A L CONTRACT BID DOCUMENTS P -1 Proposal Mayor and City Council City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 PROPOSAL (Lump Sum) Contractor's State License No Contractor's State Tax No City of Tukwila Contract No The undersigned hereby certif(ies) (y) that (he) (they) personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila project titled CRESTVIEW PARK IMPROVEMENTS and (has) (have) read and thoroughly understand(s) these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and hereby propose(s) to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following lump sum price. As evidence of good faith, cash, bid bond, cashier's check, certified check, or postal money order made payable to the City of Tukwila is attached hereto. The undersigned understands and here agrees that, should this offer be accepted and the undersigned fails or refuses to enter into a contract and furnish the required construction performance bond and necessary liability insurance, the undersigned shall forfeit to the City an amount from the "good faith token" equal to five percent (5 %) of the amount bid as liquidated damages, all as provided for in the specifications. Base Bid includes all work shown on drawings or described in specifications, except work done under additive bids. Base Bid will be determined by using the Base Bid schedule. Quantities for lump sum items will not be measured, and payment will be made on the lump sum bid price. (NOTE: Show the lump sum price in both words and figures, and where conflict occurs, the written or typed words shall prevail. The Bidder shall complete the entire Bid Schedule or bid may be considered nonresponsive. Additionally, the Owner has the right to correct obvious mathematical errors.) CONTRACT BID DOCUMENTS P - 2d Proposal General: BID SCHEDULE Base Bid includes all work shown on the drawings and described in the specifications, except work done under additive bids. Bidders shall submit a proposal for the base bid and alternate bids. The Owner reserves the right to award the base bid only or base bid and any alternate in any order if considered to be in the Owner's best interest. Refer to technical sections of the Specifications and Plans for detailed information. A. BASE BID For all work shown on the drawings or specified, except work done under additive alternative bids, the lump sum of B. ADDITIVE ALTERNATIVE BIDS dollars $ Bidder agrees to perform the following additive work as described in the specifications for the following sums which are to be added to the Base Bid. 1. Picnic Shelter including clearing, Earthwork, Slab, Seeding, and Picic Tables: ADD the lump sum of dollars $ 2. Removal of Dirt Pile and Blackberries, and Seeding: ADD the lump sum of The undersigned agrees that none of the above -named Base Bid or Additive Alternate Bids include Washington State or local sales taxes. D. MOBILIZATION dollars $ Mobilization shall be included in the lump sum base bid and shall consist of preparatory work and operations performed by the Contractor, including, but not limited to, those necessary for the movement of his personnel, equipment, supplies, and incidentals to the project site; for the establishment of his office, buildings, and other facilities necessary for work on the project; for premiums on bonds and insurance for the project; and for other work and operations which he must perform or costs he must incur before beginning production work on the various items on the project site. Mobilization costs for major subcontractor work shall be considered to be included. C. STATE SALES TAX CONTRACT BID DOCUMENTS P -2b Proposal E. OVERHEAD AND PROFIT BID SCHEDULE (Cont.) The above Base Bid and Additive Alternate Bids include overhead, profit, and all other expenses involved. Owner will evaluate bids to determine the lowest Total Price offered by responsive, responsible bidder. The Owner reserves the right to reject a bid in the event it is determined that any price for any bid item is unreasonable, unbalanced, or otherwise not in the best interest of the Owner. CONTRACT DOCUMENT P -3 Proposal PROPOSAL SIGNATURE SHEET The Contractor proposes to complete all work involved in the project in accordance with the Standard Specifications and the Special Provisions and within 50 calendar days after the date on the Notice to Proceed. If said work under this Contract is not completed within the time specified, The Contractor agrees to pay as liquidated damages to the Owner the sum of two hundred dollars ($200.00) for every calendar day said work remains uncompleted after the expiration of the Contract time in order to compensate the Owner for delay. In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other legal fees incurred by the Owner as a result of such a delay. In the event that the Owner is required to commence any lawsuit in order to enforce any provisions of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney's fee, from the Contractor. City of Tukwila City of Tukwila Contract No. Project Name: Crestview Park Improvements Project Description: Construction of park improvements for Crestview Park Improvements including, but not limited to a little league field, 30 car crushed rock parking lot, asphalt and concrete walks, picnic shelter, site furnishings, and seeding. Enclosed with this proposal is a cash deposit, cashier's check, certified check, bid bond or postal money order in the amount of dollars ($ which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Proposal is accepted by the Owner within ninety (90) calendar days after the day of the Bid Opening and the undersigned fails to execute three (3) sets of the Contract and to provide the required performance bond and certificate of insurance with the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. It is understood that the Owner may accept or reject all bids. The following is the undersigned's Washington State Department of Labor and Industries Worker's Compensation: Account Number: License or Registration Number: Revenue Number: CONTRACT BID DOCUMENTS P -4 Proposal BIDDER: SIGNATURE OF AUTHORIZED OFFICIAL: PRINTED NAME AND TITLE: ADDRESS: TELEPHONE NUMBER: NOTES: Receipt of the following addenda to the Contract Documents is hereby acknowledged: Addendum No. 1 2 3 4 PROPOSAL SIGNATURE SHEET (continued) DATE: 1. If the bidder is a co- partnership, so state, giving firm name under which business is transacted. 2. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. 3. A bid must be received on all items. If any are left blank or represent $0.00, the bid may be disqualified. Date of Receipt Signed Acknowledgement NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. CONTRACT BID DOCUMENTS P -5 Proposal BID SECURITY Herewith find deposit in the form of a cash deposit, certified check, cashier's check, bid bond, or postal money order in the amount of dollars ($ ), which amount is not less than five percent (5 %) of the total bid including sales tax. KNOW ALL MEN BY THESE PRESENTS: Signature BID BOND That we, , as principal, and , as surety, are held and firmly bound unto the City of Tukwila, as Obligee in the penal sum of dollars ($ ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these present. The conditions of this obligation are such that if the Obligees shall make any award to the Principal for: according to the terms of the proposal or bid made by the Principal therefore, 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 to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the Call for Bids, 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 liquidate damages, the amount of this bond. SIGNED, SEALED AND DATED this day of , 19 Principal Surety CONTRACT BID DOCUMENTS P -6 Proposal STATE OF COUNTY OF Project Name: Signed and sworn to before me on this day of (Signature of Notary Public) Title: My appointment expires: NON - COLLUSION AFFIDAVIT ) ss. ) The undersigned, being first duly sworn, deposes and says that the person, firm, association, co- partnership, or corporation herein named has 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 the preparation and submission of a proposal to the City of Tukwila for consideration in the award of a contract on the improvement described as follows: CITY OF TUKWILA , 19 Name of Firm Signature of Authorized Member SEAL 1. Name of Bidder: 2. Address of Builder: B. Name and Address of Registered Agent: 8. Number of regular full -time employees: CONTRACT BID DOCUMENTS P -7 Proposal RESPONSIBLE BIDDER DETERMINATION FORM All Contractors must complete the following questionnaire and submit it along with their formal bid documents. Failure to submit this form is grounds for rejection of your bid. Attach additional sheets as necessary to fully provide the information required. (City) (State) (Zip code) 3. Contractor's License Number: 4. Bond Registration Number: 5. Bidder is a(n): _ individual partnership corporation 6. If bidder is a corporation, state: A. State of Incorporation: 7. List other business names used by bidder during the past five (5) years different than in Item 1: 9. Number of projects in the past five (5) years completed: Ahead of Schedule; Behind Schedule On Schedule 10. How many years experience has the bidder had with projects of similar nature and size of this project: CONTRACT BID DOCUMENTS P-8 Proposal RESPONSIBLE BIDDER DETERMINATION FORM (continued) 11. List all those projects, of similar nature and size, completed by the bidder within the past five (5) years. Include a reference for each. (3) (4) (5) (6) PROJECT NAME If yes, give details: START DATE CONTRACT AMOUNT CONTRACTING PARTY NAME OF REFERENCE PHONE NUMBER 12. Has the bidder, or any representative or partner thereof, failed to complete a contract? NO YES CONTRACT BID DOCUMENTS P -9 Proposal RESPONSIBLE BIDDER 13. Has the bidder ever had any of its work? If yes, please state: PROJECT NAME 14. Has the bidder ever been found guilty of any violation or Federal Employment Laws? NO YES If yes, give details: 15. Has the bidder ever filed for Chapter Eleven or other NO YES If yes, give details: DETERMINATION FORM (continued) performance bonds called as a NO YES 16. Have any adverse legal judgments been rendered against the the past five (5) years? NO YES If yes, give details: to result CONTRACTING PARTY BOND AMOUNT State bankruptcy? bidder in CONTRACT BID DOCUMENTS P -10 Proposal 17. Has the bidder filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment to any of its employees in the past five (5) years? If yes, please state: DATE RESPONSIBLE BIDDER DETERMINATION FORM (continued) NO YES' TYPE OF INJURY AGENCY RECEIVING CLAIM The undersigned represents and warrants "under penalty of Perjury" that the foregoing information is true and accurate to the best of their knowledge. The undersigned does authorize the City of Tukwila to verify all information contained herein. DATE: SIGNATURE OF BIDDER: TITLE: CONTRACT BID DOCUMENTS P -11 Proposal PROPOSED EOUIPMENT AND MANPOWER SCHEDULE Equipment to be used: DESCRIPTION /TYPE YEAR CONDITION OWN /RENT Manpower schedule (use additional sheets if required): Name of Bidder Signature of Authorized Member CONTRACT BID DOCUMENTS Proposal PROPOSED SUBCONTRACTORS P -12 The following is a list of the subcontractors that will be used in the work if the bidder is awarded the contract. No subcontractor doing work in excess of thirty (30 %) of the bid who is not listed will be used without the written approval of the City of Tukwila. PERCENT OF BID TO BE NAME OF SUBCONTRACTOR SUBLET TO CONTRACTOR CONTRACT BID DOCUMENTS P -13 Proposal THIS AGREEMENT is made and entered into this day of , 19 by and between the City of Tukwila, Washington, hereinafter referred to as "the Owner ", and , hereinafter referred to as "the Contractor ". WITNESSETH: CONTRACT NO. That ingconsideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, and equipment for the project entitled , in accordance with and as described in the attached General Conditions, Special Provisions, Plans and Specifications, and in the 1988 Standard Specifications for Road, Bridge and Municipal Construction (Divisions 2 through 9), prepared by the Washington State Department of Transportation and American Public Works Association Washington Chapter, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Contract time shall commence upon Owner's Notice to Proceed to Contractor or sooner, if agreed to by the Owner and the Contractor and is so designated on the Notice to Proceed. The work under this Contract shall be completed within the time specified in the proposal. If said work under this contract is not completed within the time specified, the Contractor agrees to pay as liquidated damages to the Owner �) the sum as specified in the Proposal for every calendar day said work remains uncompleted after the expiration of the Contract time in order to compensate the Owner for actual engineering inspection and supervision costs and any legal fees incurred by the Owner as a result of such delay. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its cost, including reasonable attorney's fees, from the Contractor. The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of ^� materials and for construction and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the City of Tukwila. CONTRACT BID DOCUMENTS Proposal CONTRACT (continued) P -14 XI. The City of Tukwila hereby promises and agrees with the Contractor to retain, and does retain 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 attached Plans and Specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached Specifications the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. CONTRACT BID DOCUMENTS Proposal IV. It is further provided that no li Tukwila by reason of entering into this co herein. IN WITNESS WHEREOF, threh (3) identical co which shall for all purposes be deemed a executed by the parties herein named on a d ATTEST: This day of , 19 City Clerk APPROVED AS TO FORM: Title: City Attorney ATTEST (if Corporation): CONTRACT (con WITNESS (If Individual or partnership) CIT inued) • ility shall attach to the City of tract, except as expressly provided nterparts of this Agreement, each of original thereof, have been duly y and year first written above. By Mayor By: Tit e: Ad ess: OF TUKWILA, WASHINGTON, (owner) Contractor P -15 CONTRACT BID DOCUMENTS P -16 Proposal PERFORMANCE BOND Bond to City of Tukwila, Washington KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as principal, and a corporation, organized and existing under the laws of the State of , 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 Tukwila, Washington, in the penal sum of (written amount) ($ ), 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 statues of the State of Washington and the Ordinance of the City of Tukwila, Washington. Dated at Tukwila, Washington, this day of , 19 Nevertheless, the conditions of the above obligations are such that: WHEREAS, the City of Tukwila on the day of , 19 , let to the above written bounden principal a certain Contract, the Contract being numbered and providing for which Contract is referred to herein and is made a part thereof as though attached hereto, and WHEREAS, the said principal has accepted, or about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying out of said work and shall hold said City of Tukwila, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall CONTRACT BID DOCUMENTS P-17 Proposal indemnify and reason of failure or performance as specified in said Contract, and The Surety, for value received, herein stipulates and agrees that no change, extension of performed thereunder, or the specifications accompanying the same, shall in any way effect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or the specifications. PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period, and if there are not liens pending, then the penal sum of this bond, shall be reduced to the sum of (10% of estimate) dollars, to insure against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one year after acceptance; not withstanding the reduction of this bond, the principal and surety shall hold the City of Tukwila harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one year after acceptance, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decision of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above- bounded parties have executed this instrument this day of , 19 Principal Countersigned: Approved by: PERFOK,IANCE BOND (continued) By: Surety Resident Agent Resident Agent's Address Attorney in Fact CONTRACT BID DOCUMENTS P -18 Proposal Name of Insurance Company: Job Description: CERTIFICATE OF INSURANCE This is to certify to the City of Tukwila, Washington, that the following policy(s), subject to its normal terms, conditions, and exclusions, has been issued as indicated below: Name of Insured: Address: Manufacturers' and Contractors' incl. Completed Operations (Property Damage) INSURANCE IN FORCE Type of Insurance Policy No. Effective Expires Limits of Liabil. Manufacturers' and $500,000 Each Person Contractors' 1,000,000 Each (Bodily Injury) Occurrence 500,000 Each Person 1,000,000 Aggregate Owners' and Con- 500,000 Each Person tractors' Protective 1,000,000 Each (Bodily Injury) Occurrence Owners' and Con- 500,000 Each Person tractors' Protective 1,000,000 Each (Property Damage) Aggregate Blanket 500,000 Each Person Contractual 1,000,000 Each (Bodily Injury) Occurrence CONTRACT BID DOCUMENTS Proposal Type of Insurance Blanket Contractual (Property Damage) Comprehensive General (Bodily Injury) Comprehensive General (Property Damage) Comprehensive General - continued (Property Damage) Automobile (Bodily Injury) Automobile Each (Property Damage) CERTIFICATE OF INSURANCE (continued) Policy No. Effective Expires Limits of Liabil. $500,000 1,000,000 500,000 1,000,000 500,000 1,000,000 1,000,000 Each Person Occurence Aggregate Each Person Each Occurrence $1,000,000 Aggreg. Products 1,000,000 Aggreg. Contrac. 500,000 Each Person 1,000,000 Each Occurr. 500,000 Each Occurr: Each Occurrence Aggregate Operations Aggregate Protective P.-19 CONTRACT BID DOCUMENTS P -20 Proposal Property Damage Liability. CERTIFICATE OF INSURANCE (continued) Policy(s) have been endorsed to the occurrence ba Yes No The City of Tukwila and has been added to the above policy(s) as additional named insureds. Yes All Risk Builders Risk Coverage is provided. Yes Date: Company: Yes No Explosion, blasting, collapse and destruction of underground utilities (X.C.U.) are covered. In the event of cancellation of or any reduction of limits in the insurance or other material change is shown herein, the issuing company will give thirty (30) days' notice by certified mail to the parties to whom this certificate is issued and at the address stated herein. The mailing of such notice as aforesaid shall be sufficient proof of notice. By: No No Insurance Authorized Representative GENERAL CONDITIONS CONTRACT BID DOCUMENTS GENERAL CONDITIONS INDEX 1 -00 SCOPE GC -1 1 -01 DEFINITIONS AND TERMS 1 -01.1 Abbreviations GC -2 1 -02.2 Definitions GC -5 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Plans and Specifications GC -8 1 -02.2 Examination of Plans, Specifications, GC -8 and Site of Work 1 -02.3 Contractor's Representations and Warranties GC -8 1 -02.4 Corrections, Interpretations and Addenda GC -8 1 -02.5 Proposals GC -9 1 -02.6 Bid Proposal Deposit GC -9 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Notice of Award GC -10 1 -03.2 Award of Contract GC -10 1 -03.3 Performance Bond GC -11 1 -03.4 Failure to Execute Contract GC -11 1 -04 SCOPE OF WORK 1 -04.1 Execution, Correlation, and Intent of Documents GC -12 1 -04.2 Changes in the Work GC -12 1 -04.3 Increase or Decrease of Work GC -13 1 -04.4 Claims for Extra Cost GC -14 1 -04.5 Cleanup GC -14 1 -05 CONTROL OF WORK 1 -05.1 Status of Engineer GC -15 1 -05.2 Engineer's Decision GC -16 1 -05.3 Determination of "Or Equal" GC -16 1 -05.4 Plans and Specifications Accessible GC -16 1 -05.5 Plans and Specifications - Omissions and Discrepancies GC -17 1 -05.6 Shop Drawings GC -17 1 -05.7 Ownership of Drawings GC -17 1 -05.8 Cutting and Fitting GC -18 1 -05.9 Points and Instructions GC -18 1 -05.10 Inspections and Tests GC -18 1 -05.11 Final Inspection and Acceptance GC -19 1 -05.12 Completion and /or Correction of Work GC -19 and Remedies Before Final Payment 1 -05.13 Superintendence and Supervision GC -20 1 -05.14 Separate Contract - Interference with Other Contractors GC -20 1 -05.15 Construction Coordination GC -21 Index (continued) 1 -06 CONTROL OF MATERIALS 1 -06.1 Materials 1 -06.2 Materials Orders 1 -06.3 Materials and Equipment - Material and Equipment List 1 -06.4 Materials and Equipment Furnished by Owner 1 -06.5 Samples 1 -07 LEGAL RESPONSIBILITIES 1 -07.1 1 -07.2 1 -07.3 1 -07.4 1 -07.5 1 -07.6 1 -07.7 1 -07.8 1 -07.9 1 -07.10 1 -07.11 1 -07.12 1 -07.13 1 -07.14 1 -07.15 1 -07.16 1 -07.17 1 -08 PROSECUTION AND PROGRESS 1 -08.1 1 -08.2 1 -08.3 1 -08.4 1 -08.5 1 -08.6 1 -08.7 1 -08.8 1 -08.9 1 -08.10 1 -08.11 1 -08.12 1 -09 MEASUREMENT AND PAYMENT 1 -09.1 1 -09.2 1 -09.3 1 -09.4 1 -09.5 Surveys, Permits, Laws and Regulations Washington State Sales Tax Payment of Prevailing Wages Insurance Labor, Materials, Equipment Indemnity Royalties and Patents Lands for Work Protection of Work and Property and Safety Existing Utilities or Obstructions Replacing Improvements Maintenance of Streets Maintenance of Traffic Defects Arising in One Damages Use of Off -Shore Items Attorney's Fees, Costs Facilities and Workers and Utilities Year Remedies and Interests Subletting and Subcontracting Notice to Proceed Progress Schedule Pre - Construction Conference Completion Time Delays and Extension of Time Suspension of Work Owner's Right to Terminate Contract Contractor's Right to Stop Work or Terminate Contract Removal of Equipment Use of Complete Portion of Work Liquidated Damages Application for Payment Schedule for Values of Lump Sum Work Progress Payments for Cubic Yard Quantities Final Payments for Cubic Yard Quantities Payments Withheld General Conditions GC -22 GC -22 GC -22 GC -23 GC -23 GC -24 GC -25 GC -25 GC -28 GC -29 GC -29 GC -30 GC -30 GC -30 GC -31 GC -32 GC -32 GC -32 GC -33 GC -34 GC -34 GC -34 GC -35 GC -35 GC -35 GC -38 GC -39 GC -39 GC -40 GC -41 GC -42 GC -42 GC -43 GC -43 GC -44 GC -45 GC -46 GC -46 GC -47 CONTRACT BID DOCUMENTS 1 -00 SCOPE DIVISION 1 GENERAL CONDITIONS GC -1 These are the general conditions to all contracts. Reference to, or requirements for, non - applicable conditions for any particular contract will be construed to have no meaning relative to the performance of such work. The work shall be where specified, accomplished in accordance with the requirements of Division 2 through 9 of 1988 Standard Specifications for Road, Bridge and Municipal Construction, prepared by the Washington State Department of Transportation and American Public Works Association, Washington State. Chapter, including the 1988 Amendments to Division One of said Standard Specifications, hereinafter referred to as WSDOT /APWA Standard Specifications. Reference to Standard Plans shall mean the Standard Plane in 1981 APWA Standard Specifications for Municipal Public Works Construction or the WSDOT Standard Plans, whichever is applicable. The responsibility for supplying himself with these Standard Specifications shall rest with the Contractor. 1-01 DEFINITIONS AND TERMS 1-01.2 ABBREVIATIONS Whenever the following abbreviations are used on the plans, specifications, proposals and contracts, they shall be construed to mean the words and terms listed below: A Acre AC Asphalt Concrete AF Acre-Feet Adj Adjust Asp. Pay. Asphalt Pavement Asp. Conc. Pay. Asphalt Concrete Pavement ATE Asphalt Treated Base AVE Avenue Bk Book Blvd Boulevard BO Blow Off BTU British Thermal Unit CB Catch Basin CB.Inlet Curb Inlet CFS Cubic Feet per Second CI Cast Iron CIP Cast Iron Pipe CIVB Cast Iron Valve Box CL Centerline CMP Corrugated Metal Pipe CMU Concrete Mason Unit Conc Concrete Conc. Pay. Concrete Pavement Conc. Ret. Wall Concrete Retaining Wall Conc. Sew. Concrete Sewer Cond. Conduit Conn Connect Cr Cross CTB Cement Treated Base C to C Center to Center Cu Cubic General Conditions GC-2 DDWSP Douglas Dipped and Wrapped Steel Pipe DFPA Douglas Fir Plywood Association Dr Drive or Driveway E East Elev. Elevation Exist. Existing Exc. Excavation FBM Foot Board Measurement FH Fire Hydrant FL Flange FT, FT2, FT3 Foot, Square Feet, Cubic Feet CONTRACT BID DOCUMENTS Abreviations continued Ga Gauge GIP Galvanized Iron Pipe GPAD Gallons Per Acre Day GPH Gallons per Hour GPM Gallons per Minute G Stl P Galvanized Steel Pipe GV Gate Valve Hyd Hyd Ext Hydrant Hydrant Extension ID Inside Diameter In, In2, Ina Inch, Square Inch, Cubic Inch Inl Inlet L Length Lb(s) Pound(s) LF Lineal Feet Max Maximum MC Monument Case Min Minimum MG Million Gallons MGD Million. Gallons per Day MH Manhole MJ Mechanical Joint N North NIC Not in Contract No. Number NRS Non- rising Stem OD Outside Diameter Pav Pavement PC Point of Curvature PJM Premoled Expansion Joint Material PL Property Line P1 Place Plk Planking Pos Position PP Power Pole Pri Primary Prop Proposed PSF Pounds Per Square Foot PSI Pounds Per Square Inch PT Point of Tangency R Radius RC Reinforced Concrete RCP Reinforced Concrete Pipe Rem Remove Repl Replace RS Rising Stem GC -3 Abbreviations continued S South Sec Secondary Sew Sewer Sp Special Sq Square SS Side Sewer SSPC Steel Structure Std Standard Stl Steel Temp Temporary Trans Transformer VC Vertical Curve ✓ Ch Valve Chamber ✓ G Vertical Grain W West WM Water Main WSP Wood Stove Pipe Yd Yard General Conditions GC -4 _. CONTRACT BID DOCUMENTS Continued GC -5 1 -02.2 DEFINITIONS The following terms as used in this Contract will be defined and interpreted as follows: 1- 01.2(1) "Conflict of Provisions" - In the event of any conflict between any provision or requirement of the component parts of this Contract, the component having the highest order of sequence, as established in 1- 01.2(4) shall govern. 1- 01.2(2) "Consultant" - A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by the Owner for the design and /or the construction engineering of specific public works projects. 1- 01.2(3) "Contract or This Contract" - The particular contract executed by the Contractor and the Owner, of which these General Conditions are integral parts. 1- 01.2(4) "Contract Documents" - The Contract Documents shall consist of the following and, in case of conflicting provisions, the first mentioned shall have precedence: Change Order Agreements Contract Addenda Special Provisions Construction Plane General Conditions Standard Specifications Standard Plans 1- 01.2(5) "Contract Drawing or Drawings" - All drawings or plans prepared by the Engineer. 1- 01.2(6) "Contractor" - The person, partnership, form or corporation contracting to do the work under these Contract Documents. The term shall also include the Contractor's agents, employees and subcontractors. The legal address is as shown on the proposal. 1- 01.2(7) "Contractor's Equipment" - This; phrase shall include all items of materials or equipment remaining in the Contractor's ownership and removed from the site upon completion of the project. 1- 01.2(8) "Contract Price" - Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. 1- 01.2(9) "Days" - Days as used in these specifications will be understood to mean working days or calendar days as stated. General Conditions Definitions continued GC -6 1- 01.2(10) "Details or Additional Drawings" - All details or drawings prepared and issued by the Engineer subsequent to the signing of the Contract, and for further explanation or amplification of the Contract Drawings, or for the revision of the same, all as herein provided, to be incorporated into the Contract by Change Order Agreement. 1- 01.2(11) "Engineer" - The City Engineer or his duly authorized representative who is currently a licensed registered engineer in the State of Washington. 1- 01.2(12) "Equipment" - The machinery, accessories, appurtenances, and manufactured articles to be furnished and /or installed under the Contract. 1- 01.2(13) "Inspector" - The owner's authorized representative assigned to make all necessary inspections of the work performed or being performed, or of materials furnished or being furnished by the Contractor. 1- 01.2(14) "Item" - A convenient subdivision of work under these specifications, as herein separately described. 1- 01.2(15) "Material or Materials" - These words shall be construed to embrace machinery, manufactured articles, materials or construction (fabricated or otherwise) and any other classes or material to be furnished in connection with the Contract. 1- 01.2(16) "Or Equal" - Any manufactured article, material, method, or work, which in the opinion of the Engineer, is equally desirable or suitable for the purposes intended in these Specifications and Contract, as compared with similar articles specifically mentioned herein. 1- 01.2(17) "Owner" - The entity that is a part of this Contract, contracting under the official name set forth in the Agreement. 1- 01.2(18) "Plans" - The plane shall mean all official drawings or reproductions or drawings made or to be made pertaining to the work provided for in the Contract, or to any structure connected herewith. 1- 01.2(19) "Points" - Wherever reference is made to the Engineers's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the work. 1- 01.2(20) "Project" - The structure or improvement to be constructed in whole or in part through the performance of the Contract. 1- 01.2(21) "Proposal" - The proposal shall mean the approved proposal form upon which the bidder is to submit, or has submitted, his proposal or bid for performing the work contemplated. 1- 01.2(22) "Reference Specifications" - Reference specifications shall mean the technical specifications of other agencies incorporated or referred to herein. CONTRACT BID DOCUMENTS GC -7 1- 01.2(23) "Shop Drawings" - All shop details of structural steel, pipe machinery, equipment, schedules and bending diagrams of reinforcing steel, and other detail drawings furnished by the Contractor as required and provided for in the Specifications. 1- 01.2(24) "Specifications" - The specifications shall mean the prescribed directions, requirements, explanations, terms and provisions pertaining to the various features of the work to be done, or manner and method of performance, and the manner and method of measurements and payments. They also include directions, requirements, and explanations as set forth on the plans. 1- 01.2(25) "Supplemental Drawings and Instructions" - The Engineer may furnish, at his sole discretion, upon written request of the Contractor, with reasonable promptness, additional instructions by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the work. All such drawings and instructions shall be consistent with the Contract Documents. 1- 01.2(26) "Surety" - Any firm or corporation executing a surety bond or bonds payable to the Owner, securing the performance of the Contract either in whole or in part. 1- 01.2(27) "Time Limits" - All time limits stated in the Contract Documents are of the essence of the Contract. 1- 01.2(28) "Words and Phrases" - Whenever the words "as directed ", "as required ", "as permitted ", or words of the like effect are used, it shall be understood that the direction, requirement or permission of the Owner and Engineer is intended. The words "sufficient ", necessary ", "proper ", and the like shall mean sufficient, necessary or proper in the judgement of the Owner and Engineer. The words "approved ", "acceptable ", "satisfactory" or other words of like import shall mean approved by or acceptable to the Owner and Engineer. 1- 01.2(29) "Work" - The work necessary to manufacture and deliver the machinery, equipment and material and /or the furnishing of all labor, tools, material, equipment., construction equipment, working drawings, where required, and other necessities for the construction or erection of the structures shown and called for in the plans, specifications and contract, and the act of construction or erecting said structures, complete. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 PLANS AND SPECIFICATIONS Copies of plane and specifications may be obtained from the City of Tukwila Department of Public Works by payment of the amount set forth in the Call for Bids. 1 -02.2 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK Before submitting his bid, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to do this shall not relieve the bidder from entering into a contract nor excuse him from performing the work in strict accordance with the terms of the Contract and Specifications. He will not be entitled to additional compensation if he subsequently finds the conditions require other methods of equipment that he did not anticipate in making his unit contract bid prices. Any statement or representation made by an officer, agent or employee of the Owner with respect to the physical conditions appertaining to the site of the Work shall not be binding upon the Owner. Bidders shall satisfy themselves as to construction conditions by personal examination of the plans, specifications and site of the proposed work, and by any other examination and investigation which whey may desire to make as to the nature of the soil and difficulties to be encountered. 1 -02.3 CONTRACTOR'S REPRESENTATIONS AND WARRANTY In making a proposal under these Contract Documents, the Contractor represents and warrants that he has satisfied himself as to construction conditions by personal examination of the plans, specifications and site of the proposed work, and by appropriate examinations and investigation as to the nature of the Boil and construction problems which may be encountered by reason thereof. Contractor also warrants and represents himself to be experienced and an expert in the construction contemplated. The contractor further understands that, in making the contract award, the Owner is relying upon the representations and warranties of the Contractor herein contained. 1 -02.4 CORRECTIONS, INTERPRETATIONS AND ADDENDA General Conditions GC -8 Any omissions, discrepancies or need for interpretations should be brought in writing to the attention of the Engineer. Written addenda to clarify questions which arise will then be issued. All interpretations or explanations of the Contract Documents shall be in the form of an addendum and no oral statements by the Owner, Engineer, or other representative of the Owner shall in any way modify the Contract Documents, whether made before or after letting the contract. CONTRACT BID DOCUMENTS 1 -02.5 PROPOSALS GC -9 1- 02.5(1) Proposals shall be made on the forms included herewith and shall be addressed to the City Clerk, City of Tukwila, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Proposal shall be in a sealed envelope and shall be mailed or delivered to the above address to arrive not later than the time and date stated in the Call for Bids. No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said award is delayed for a period exceeding ninety (90) calendar days. Proposals shall be submitted for the entire scope of work specified herein for all schedules.Bids submitted for only one schedule, specific portions of the entire scope of work, or a combination thereof shall be considered incomplete and shall become cause for rejection of the bid. Each proposal shall have listed on the "Proposed Subcontractors" form provided the name and address of each subcontractor to whom the bidder proposes to sublet portions of the work. For the purpose of this article, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only, for the performance of work at the site of the work. Failure to list subcontractors may result in the proposal being rejected as not responsive. Each bidder shall submit with his bid a description of the work he will perform with his own organization, the percentage of the total work this represents, and the estimated cost thereof. All bidders shall prepare and submit the data contained in the Non - Collusion Affidavit ", "Responsible Bidder Determination Form ", and "Equipment and Manpower Schedule" bound with the proposal of these specifications. 1.02.5(2) The Contractor may submit prices for basic materials or equipment specified on the bid. Alternate material or equipment that the Contractor wishes to propose shall be identified in the proposal form . in the space provided. The prices bid for alternate material and equipment proposed by the Contractor shall not be considered in the award of the contract. 1.02.6 BID PROPOSAL DEPOSIT As guarantee of good faith and as required by law, each bid shall be accompanied by a bid proposal deposit in the form of cash, certified check, cashier's check, postal money order or bid bond payable to the City of Tukwila for an amount not less than five percent (5 %) of the total amount of the bid. The deposits of the three low bidders will be retained until a contract has been entered into between the successful bidder and the Owner, and until as Performance Bond in an amount of one - hundred percent (100 %) of the contract price has been filed as required under these Contract Documents. The deposits of the other bidders will be returned as soon as it is determined that they are not one of the low bidders. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 NOTICE OF AWARD General Conditions GC -10 A Notice of Award will be forwarded by the Engineer in behalf of the Owner to the successful contractor, which notice will also state the date of a pre - construction conference to be held between the Engineer and the Contractor. The Notice of Award will be accompanied by the agreement to be signed by the Contractor and returned to the Engineer within seven (7) calendar days from receipt, along with the following items: Progress Schedule Public Liability Insurance Policy Performance Bond Materials List Schedule for Values of Lump Sum Work The award of contract, if made, will be made to the lowest responsible bidder. No award will be made until necessary investigations are made by the Owner as to the responsibility of the apparent low bidder. The Owner shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. Upon failure of the Contractor to enter into a contract and to submit documents listed above within ten (10) calendar days after receiving notice of award, the bid deposit shall be forfeited to the Owner. The award may then, at the discretion of the Owner, be made to the next lowest responsible bidder, or the work may be readvertised, or may be constructed by the Owner in any legal manner. 1 -03.2 AWARD OF CONTRACT A contract will not be awarded until the Owner is satisfied that the successful bidder is reasonably familiar with the class of work contemplated and has the necessary capital, tools, and experience to satisfactorily perform the work within the time stated. Completion of the work within the time stated is essential and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as to whether the bidder would complete the work on time would be cause for the rejection of any bid. The right is reserved by the Owner to waive any informalities in the bidding, to reject any or all proposals, to accept any proposal or combinations of schedules or Conditions alternates, to re- advertise for new proposals, or to otherwise carry out the work. The Owner further reserves the right to award the contract for the work subject to budget restraints, his successful completion of financing arrangements, or upon obtaining all licenses to construct from adjacent property owners. The City is in the process of procuring licenses and right -of -way at this time and it may be necessary to eliminate portions of the project. During periods of work stoppage a traffic control plan should be approved•by the Engineer to keep the existing travelled lanes open. Traffic control plane for lane closures shall be submitted to the City for construction during normal work hours. One contract will be awarded for this project. 'CONTRACT BID DOCUMENTS 1.03.3 PERFORMANCE BOND GC -11 The Contractor shall furnish a surety bond or bonds covering faithful performance of the Contract and the payment of all obligations arising thereunder. The bond shall be in the full amount of the Contract and shall be upon the form of bond set forth herein. The surety shall be a firm qualified to conduct business as a surety in the state in which the work is done. 1.03.4 FAILURE TO EXECUTE CONTRACT In the event that the successful bidder fails to furnish an approved bond and to sign the contract within 10 days after the notification by the Owner, an amount equal to five percent (5 %) of the bid shall be forfeited to the Owner as liquidation damages. Said liquidated damages shall be paid from the certified check or bid bond. Other proposals will then be reconsidered for award by the Owner. 1 -04 SCOPE OF WORK 1 -04.1 EXECUTION, CORRELATION AND INTENT OF DOCUMENTS 1 -04.2 CHANGES IN THE WORK General Conditions GC -12 The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work except where material or equipment is specifically excepted. Materials or work described in words described in words which so applied have a well - known technical or trade meaning shall be held to refer to such recognized standards. It is intended that work not covered under any heading, section, branch class or trade or the specifications shall be supplied if it is shown on drawings or is reasonably inferable as being necessary to produce the intended results. minor items or work or material omitted from the original plans or specifications, but clearly inferable from the information presented and which are called for by accepted good practice shall be provided and /or performed by the Contractor as part of his original cost. Where the Contract Documents refer to referenced specifications, such specifications shall be applicable to technical provisions, only, unless otherwise designated. Except as limited by Section 1 -04.3, "Increase or Decrease of Work ", the Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract, except that any claim by the Contractor for extension of time caused thereby shall be made at the time such change is ordered. In giving instructions, the Engineer shall have authority to make minor changes in the work, not inconsistent with the purposes of the work. Except in any emergency endangering life or property, not extra work or changes shall be made unless in pursuance of a written order by the Engineer and countersigned by the Owner, and no claim for an addition to the Contract sum shall be valid unless so ordered. The value of any such extra work shall be determined in one or more of the following ways: A. By estimate and agreement on a lump sum B. By unit prices named in the Contract or subsequently agreed upon. CONTRACT BID DOCUMENTS GC -13 C. If, for any reason, methods A or B cannot be agreed upon, such work will be paid for the actual cost of labor payroll taxes, material, equipment rental and field supervision required, with the addition of fifteen percent (15%) to cover profit, overhead, use of small tools, taxes, insurance, bookkeeping and all other incidental costs. In such cases, the Contractor shall keep and present in such form as the Engineer may direct a correct account of such costs, together with supporting time cards and vouchers. In any case, Engineer shall certify to the amount due the Contractor. Pending final determination of value, payments on account of changes shall be made on the Engineer's estimate. Additional work performed without authorization of a change order will not entitle the Contractor to an increase in the Contract price or an extension of the Contract time. 1 -04.3 INCREASE OR DECREASE OF WORK The Owner reserves the right to make such alterations in the plans or in the quantities of work as may be considered necessary. Such alterations shall be in writing by the Engineer and shall not be considered a waiver of any condition of the Contract nor invalidate any of the provisions thereof; provided, however, that the execution of supplemental agreement acceptable to both parties of the Contract shall be necessary before any alteration is made which involves 1) an extension or shortening of the length of the project by more than twenty -five percent (25%); 2) and increase or decrease of more than twenty -five percent (25%) of the total cost of the work calculated from the original proposal quantities and the unit contract prices; 3) and increase or decrease of more than twenty -five percent (25%) in the quantity of any one major contract item; or 4) a change in the nature of the design or in the type of construction which materially increases or decrease the cost of the performance of the work. For Conditions 3 and 4 above, a major item is defined as any item, unless otherwise indicated on the plans or designated in the Special Provisions, the contract price for which amounts to ten percent (10%) or more of the total contract price as determined by the original proposed quantities and the unit contract prices. When an alteration requires the execution of a supplemental agreement, such agreement shall be signed by both parties before any work on the alteration is started. Alterations involving a change or more than twenty -five percent (25%) in the net of any one minor contract item will not require a supplemental agreement. 1 -04.4 CLAIMS FOR EXTRA COST 1 -04.5 CLEANUP General Conditions GC -14 If the Contractor claims that the cost of construction under the Contract has been increased through instructions, by drawings or other acts of the Owner, after the Contract has been made, he shall give the Engineer written notice thereof within a reasonable time after the receipt of any such instructions, or occurrence of any other act, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall be as provided for changes in the work. No claim for extra cost shall be valid unless so made. The Contractor shall not be entitled to claim against the Owner for any damages, costs, expenses, additional compensation of lost profits due to work stoppage or delays caused by any governmental agency or by act of third parties, or inability of the Owner to make the job -site available, or for any other cause beyond the control of the Owner. The Contractor shall clean up on a daily basis all refuse, refuse, rubbish, scrap material and debris caused by his operations, to the end that, at all times, the site of the work shall present a neat, orderly and workmanlike appearance. Upon completion of the work, the Contractor shall remove all rubbish, scrap material, tools, scaffolding and surplus materials, and equipment used in and about the work. Before the Contract shall be considered complete and prior to final payment, the Contractor shall remove all surplus materials, falseworks, temporary structures, including foundations, thereof, plants of any description, and debris of every nature, resulting from his operations, shall clean out all ditches that may have been filled during the work, replace damaged surfacing, and put the site in a neat, orderly condition and, in respect to structures, shall clean all windows and leave buildings broom clean. CONTRACT BID DOCUMENTS 1 -05 CONTROL OF WORK 1.05.1 STATUS OF ENGINEER GC - 15 '1- 05.1(1) The Engineer shall act as advisor and consultant to the Owner in engineering matters relating to the Contract PROVIDED, HOWEVER, nothing contained herein or elsewhere in the Contract Documents shall be construed as requiring the Engineer to direct the method or manner of performing any work by the Contractor under this Contract. The Owner, or his duly authorized official, has authority to atop the work whenever, in his opinion, such stoppage may be necessary to insure the proper execution of the Contract. The Engineer may reject all work and materials which, in his opinion, do not conform to the Contract. It is understood and agreed by and between the parties hereto that the work included in the Contract is to be done to the complete satisfaction of the Engineer, or his duly authorized representative, and that the decision of the Engineer as to the true construction and meaning of the contract, plans, specifications and estimates and as to all questions arising as to proper performance of the work shall be final. The Engineer shall determine the unit quantities and the classifications of all work done and materials furnished under the provisions of this agreement and his determination thereof shall be final and conclusive and binding upon the Contractor. The Engineer shall decided any and all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the rate of progress of the work, and questions as to acceptable fulfillment and performance of the Contract on the part of the Contractor and as to compensation. The decision of the Engineer in such matters shall be final. The Engineer may direct the sequence of conducting work when it is in locations where the Owner is doing work either by contract or by his own forces, or where such other works may be affected by the Contract, in order that conflict may be avoided and the work under these specifications be harmonized with that under other contracts, or with other work being done in connection with, or growing out of, operations of the Owner. Nothing herein contained, however, shall be taken to relieve the Contractor of any of his obligations or liabilities under the Contract. Neither the Engineer nor his representatives have authority to waive the obligation of the Contractor to perform the work in accordance with the Contract Documents. Failure or omission on the part of the engineer or his representatives to condemn unsuitable, inferior or defective work and /or labor and material or equipment furnished under the Contract shall not release the Contractor or his bond from performing the work in accordance with the Contract Documents. 1- 05.1(2) Order of Completion: In cases involving health, safety, welfare, the City Engineer may direct the order of completion of the work. 1.05.2 ENGINEER'S DECISION General Conditions GC -16 The Engineer shall, within a reasonable time after presentation of written claims by the Contractor to him, make decisions in writing on all claims and matters relating to the execution and progress of the Work or the interpretation of the Contract Documents. The Contractor must make all claims in writing. Oral instructions shall be disregarded by the Contractor. Notice of all claims shall be addressed to the Chief Engineer at the address of the Engineer given in the Contract Documents. All the decisions of the Engineer shall be final, except in cases where disputed time and /or increase or decrease of the Contract price is involved, which, if no agreement in this regard thereto is reached, shall be subject to determination by a court of competent jurisdiction unless otherwise settled by compromise or arbitration. In respect to performance of the work prior to any such determination, if the Contractor does proceed with the work which is the subject of dispute, he does so at his own risk pending such determination. 1 -05.3 DETERMINATION OF "OR EQUAL" The Engineer will be the sole judge in the question of "or equal" of any supplies or materials proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests and evaluations by the Engineer to determined acceptability of alternates proposed by the Contractor, in accordance with the established rates of the Engineer for time and expense work, the total cost of which may be offset by the Owner against the Contract price. 1.05.4 PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor will be furnished three copies of plans and specifications and shall keep at least one copy of the same constantly accessible at the construction site. Where shop drawings are required to be submitted for acceptance, one copy of the approved shop drawings shall be kept constantly accessible at the construction site. CONTRACT BID DOCUMENTS 1 -05.5 PLANS AND SPECIFICATIONS - OMISSIONS AND DISCREPANCIES 1 -05.6 SHOP DRAWINGS 1 -05.7 OWNERSHIP OF DRAWINGS GC -17 Upon receipt of award of contract, the Contractor shall carefully study and compare all drawings, specifications and other instructions and shall, prior to ordering material or performing work, report in writing to the Engineer any error, inconsistency or omission in respect to design, mode of construction or cost which he may discover. If the contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the drawings and the physical condition of the locality as represented in the drawings, or any such errors or omissions in respect to design, mode of construction or cost in the drawings or in the layout as given by points and instructions, it shall be his duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any work done after such discovery, until correction of drawings or authorization of extra work is given, if the Engineer finds that extra work is involved, will be done at the Contractor's risk. If extra work is involved, the procedure shall be as provided in changes in the work. The Contractor shall check and verify all field measurements. He shall submit with such promptness as to cause no delay to his own work or in that of any other contractor three (3) copies, checked, and approved by the Contractor, of all shop or setting drawings, and schedules (all collectively herein referred to as "shop drawings ") required for the work of the various trades in the performance of the work or where requested by the Engineer, and shall verify all field measurements or conditions to which the shop drawings are applicable. The Engineer shall pass upon them with reasonable promptness, making required corrections, including those related to design and artistic effect. The Contractor shall make any corrections required by the Engineer and, within one week after receipt of the required corrections, shall file with the Engineer two (2) corrected copies and furnish such other copies as may be needed by the Engineer. The Engineer's acceptance of such drawings or schedules shall not relieve the Contractor from responsibility for deviation form drawing or specifications, unless the Contractor has in writing called the Engineer's attention to such deviation at the time of submission, and secured the Engineer's written approval, nor shall it relieve the Contractor from responsibility for errors in shop drawings or schedules. All drawings, specifications and copies thereof prepared or furnished by the Engineer are his property. The are not to be used on other work and, with the exception of the signed Contract set, are to be returned to him upon completion of the work. General Conditions GC -18 1 -05.8 CUTTING AND FITTING The Contractor shall do all cutting and fitting of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown or reasonably implied by the drawings and specifications for the completed structure and the Contractor shall restore all surfaces damaged by cutting and fitting as the Engineer may direct. 1 -05.9 POINTS AND INSTRUCTIONS The Contractor shall provide reasonable and necessary opportunities and facilities for setting points and making necessary arrangements by the Engineer as set forth in the Special Provisions. The Contractor shall not proceed with the work until timely demand in writing has been made upon the Engineer, such points and instructions. The work shall be done in strict conformity with such points and instructions. The Contractor shall preserve bench marks, reference points and stakes, and, in case of destruction or removal thereof for any reason, the Contractor is responsible for the resulting costs for replacement and shall be responsible for any mistakes and loss or damage arising therefrom which may be caused by absence, destruction, removal or disturbance thereof. 1 -05.10 INSPECTION AND TESTS The Engineer will make periodic visits to the job to familiarize himself generally with the progress and quality of the work. The Engineer's representative will carry out reasonable inspections of the work to determine if it is proceeding in accordance with the Contract Documents. The Engineer and his representatives shall at all times have access to the work to observe the progress and quality wherever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and for necessary inspection and testing. If any work should be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for inspection at the Contractor's expense. After inspection, a re- examination of questioned work may be ordered by the Engineer, and if so ordered, the work shall be uncovered by the Contractor. Is such work be found to the Engineer to be in accordance with the Contract Documents, the Owner shall pay the cost of re- examination and replacement. If such work be found not in accordance with the Contract Documents, the Contractor shall pay such costs. CONTRACT BID DOCUMENTS continued GC -19 The Contractor shall make reasonable tests of the work at the Contractor's expense upon the Engineer's request and shall maintain a record of such tests. Prior to the time scheduled for a performance test to be observed by the Engineer, the Contractor shall make whatever preliminary tests are necessary to assure that the material and /or equipment are in accordance with the specifications. If, for any reason, the test observed by the Engineer is unsatisfactory, the Contractor shall pay all costs incurred by the Engineer for the inspection of the unsatisfactory teat in the manner specified for liquidated damages. Should the Contractor elect to work more than 8 hours per day, or more than 5 days per week, or on holidays, during the course of the stated contract time limit, all costs of engineering and inspection thus entailed will be charged to the Contractor, at 2 times payroll costs. Such charges will be billed directly to the Contractor by the Owner and said costs shall be a lien against the Contractor's work. In the event the Contractor fails to pay said bill or bills by the 30th day of the month billed, such payments may be handled in accordance with Section 1 -09 of these specifications. In addition to the above, where the inspector furnished for the project is an employee of the Owner, the Contractor shall reimburse the Owner for all inspection time required on holidays which are a part of the Owner's normal holiday schedule. Where the specifications, the Engineer's instructions, laws, ordinances, or any government authority require any work to be specially tested, or inspected, the Contractor shall give the Engineer timely notice that such test or completed work is ready for inspection.If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer timely notice of the date fixed for such inspection.Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. 1 -05.11 FINAL INSPECTION AND ACCEPTANCE All material and completed work are subject to final inspection by the Engineer before acceptance by the Owner. The Engineer may require and shall have the right to subject all machinery and equipment and work to such tests, as in his opinion will assist in determining whether the Contract has been performed in accordance with the Contract Documents. All such tests shall be at the expense of the Contractor. 1 -05.12 COMPLETION AND /OR CORRECTION OF WORK AND REMEDIES BEFORE FINAL PAYMENT If the Contractor should neglect to prosecute the work properly and /or fail to perform any provision of this Contract, the Owner, upon certification by the Engineer and after five (5) working days' written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and deduct the cost thereof from payments then or thereafter due the Contractor. General Conditions GC -20 The Contractor shall promptly remove from the construction site all materials condemned by the Engineer as failing to conform to the Contract, whether incorporated in the work or not; and the Contractor shall promptly replace and re- execute his own work in accordance with the intent of the Contract and without expense to the Owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials and commence re- execution of the work within five (5) working days of notice from the Engineer, the Owner may correct the same as otherwise provided herein. If the Contractor does not remove such condemned work and material within the period hereinabove described, the Owner may remove and store any such material at the expense of the Contractor. If the Contractor does not pay the cost of such removal within ten (10) calendar days from the date the notice to the Contractor of the fact of such removal, the Owner may, upon an additional ten (10) calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred, including costs of sale, accounting to the Contractor for the net proceeds remaining, and the Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. 1 -05.13 SUPERINTENDENCE AND SUPERVISION The Contractor shall keep on the construction site during progress of the work a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The superintendent shall not be changed except with the consent of the Engineer, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence and all directions given to the superintendent shall be as binding as though given to the Contractor. Instructions to the Contractor shall be confirmed in writing upon his request in each case. The Contractor shall give efficient supervision to the work, using his best skill and attention. 1 -05.14 SEPARATE CONTRACT - INTERFERENCE WITH OTHER CONTRACTORS The Owner reserves the right to perform work with its own forces or to let other contracts for work under similar general conditions in connection with this Project, of which the work is awarded to one or more contractors under separate contract is a part. The Contractor shall afford the Owner and other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall property connect and coordinate his work with theirs. CONTRACT BID DOCUMENTS GC -21 Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is being performed, and the Contractor shall employ, as far as possible, such methods and means in carrying out his work as will not cause any interruption or interference with any other contractor or agency. If any part of the Contractor's work depends for proper execution or results upon the work of any other contractor, the Contractor shall inspect and promptly report in writing to Engineer any defect in such work which renders it unsuitable for such proper execution and result. His failure to so inspect and report shall constitute an acceptance of the other contractor's work after the execution of his work, (To ensure proper execution of his subsequent work, the Contractor shall measure work already in place and shall report as once to Engineer any discrepancies between the executed work and the drawings.) If the performance of any contract for the Project is likely to be interfered with by the simultaneous execution of some other contract or contracts, the Engineer shall decide which contractor shall cease work temporarily and which contractor shall continue, or whether the work under the contracts can be coordinated so that the contractors may work simultaneously. The Owner shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly or indirectly from the award or performance or attempted performance of any other contract or contracts on the Project or caused by any decision or omission of the Engineer respecting the order or precedence in the performance of the Contracts other than for an extension of time. 1 -05.15 CONSTRUCTION COORDINATION Coordination of the work between the Contractor and all other utilities and the Owner's forces is essential for the successful completion of all work contemplated. The Contractor's attention is called to the paragraphs of the General Conditions and Special Provisions that apply. The Contractor shall follow all provisions of Chapter 19.122 RCW with respect to the notification of utilities in connection with any excavation to be conducted by the Contractor. The Contractor shall hold harmless the Owner for disruption to his activities by utilities which must be maintained and /or relocated by the various utility companies. 1 -06 CONTROL OF MATERIALS • 1 -06.1 MATERIALS The Contractor shall furnish all materials and equipment for the completion of the work to be performed under this Contract and shall be fully responsible for all these materials and equipment until the completed project is delivered to and accepted by the Owner. The Contractor shall, at his own expense, secure and maintain a storage place for his materials and equipment. 1 -06.2 MATERIAL ORDERS All equipment not requiring written approval by the Engineer, included under this contract shall be placed on order within ten (10) calendar days after the date of Notice to Proceed. 1 -06.3 MATERIAL AND EQUIPMENT - MATERIAL AND EQUIPMENT LIST General Conditions GC -22 All material and equipment shall be new and shall be as specified in the Contract Documents, or, if not specified, shall be of a quality approved by the Engineer. All material and equipment furnished are warranted by the Contractor as new and in accordance with the plans and specifications, if specified therein, and as suitable for the intended purpose. In addition thereto, the Contractor shall furnish the Owner with copies of the supplier's warranty, and adopt the same as the warranty of the Contractor, and shall be liable thereon to the Owner. For each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Owner for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Owner's written approval. The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. The Contractor shall file three (3) copies of a materials and equipment list with the Engineer prior to the pre- construction conference. This list shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the plans and specifications. The Engineer will pass upon the lists with reasonable promptness, making required corrections. The Contractor shall make any required corrections and file two (2) corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose not for deviations from the drawings and specifications unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. CONTRACT BID DOCUMENTS 1 -06.5 SAMPLES GC -23 In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer will consider such alternated designs with reasonable promptness. Such request for either a design review form alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. Provided that such proposed alternate design or requested redesign appear reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating unit or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor will be billed to the Contractor by the Engineer at the rate of two times the Engineer's direct payroll costs, plus direct expenses directly attributable to work. 1 -06.4 MATERIALS AND EQUIPMENT FURNISHED BY OWNER Contractor shall receive, inspect and accept all Owner- furnished items of material and equipment, subject only to latent defects. Claim by the Contractor to the Owner shall be made in writing within five (5) working days after discovery of any latent defect. Damages or loss to Owner shall be limited to the cost of and labor for replacement of any such damages item. In any event, the liability of Owner to Contractor for furnishing an item having a latent defect is limited to damages or loss resulting from use thereof only to the extent that such loss or damage is recoverable by the Owner against the supplier. Owner shall include in his claim the amount of damage to the Contractor or may assign to the Contractor any claim which the Owner would otherwise have against any such supplier; and the sole remedy of the Contractor shall be by suit or action on such assigned claim. Owner agrees to cooperate with Contractor in furnishing facts or data to assist the Contractor in prosecuting such'action. Delays in delivery of Owner - furnished materials or equipment shall not be cause for claims for extra costs or damages by Contractor against Owner, except to the extent that damages can be recovered by the Owner directly or by the Contractor directly from the material or equipment supplier of the Owner. The Contractor shall furnish for approval all samples as directed by Engineer. The finished work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of Performance of the work in accordance with the Contract Documents. 1 -07 LEGAL RESPONSIBILITIES 1 -07.1 SURVEYS, PERMITS, LAWS AND REGULATIONS Whenever the law of the place of construction requires a sales, consumer, use or similar tax, the Contractor shall pay such tax. General Conditions GC -24 The Owner shall furnish all property boundary surveys unless otherwise specified. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. Where the Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and offset by the Owner against the Contract price. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work required by the Contract Documents. If the Contractor observes that the Contract Documents, or any part thereof, are inconsistent or at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be made as provided in the Contract for changes in work. If the Contractor performs any work contrary to such laws, ordinances, rules and regulations or prior to obtaining permits, permission under franchisee, licenses and /or bonds as required to be furnished by or obtained by the Owner, he does so at his own risk and without payment or reimbursement therefor from the Owner unless the Owner shall have given written approval thereof to the Contractor. Work shall not be started on any private right -of -way until clearance is given to the Contractor by the Engineer. The Contractor is required to protect the City of Tukwila from claims on all easements and license to construction and do all necessary work required to protect the covenants and stipulations on each. All bidders shall base their bids upon full restorations of all property within the easements or license to construct. The easements and license to construct documents that have been acquired are available for inspection and review. The successful bidder will be provided with a copy of all Licenses to Construct. The bidder is advised to review the conditions of the permits, easements and license to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the Special Provisions and requirements of each. Restoration of landscaping shall be performed by a• qualified landscape gardener whose principal business is this type of work. The name and qualification of the landscape gardener shall be submitted to the Engineer for approval prior to beginning of construction. CONTRACT BID DOCUMENTS 1 -07.2 WASHINGTON STATE SALES TAX Tax. 1 -07.3 •PAYMENT OF PREVAILING WAGES A. B . GC -25 The Revenue Act of 1935, as amended, requires the Owner to pay the Contractor for transmittal to the State a sales tax on the total charges made for construction unless otherwise exempt by Rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington, provides for certain exemptions and compensating tax in regard to public roadway improvements. In case of a public roadway improvement contract, the Contractor shall determine which activities are subject to tax in order to properly evaluate the work. Any applicable sales tax shall be included in the space on the proposal. If in doubt as to the sales tax procedures in any particular case, the Contractor should consult with the Washington State Department of Revenue. The Contractor shall be responsible for the correct interpretation on any laws or regulations relating to the applications of the State Sales In accordance with the Revised Code of Washington, Chapter 39.12 et seq., as amended, there shall be paid to all laborers, workers or mechanics employed on this Contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workers, mechanics or subcontractors. The "prevailing rate of wage" shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the majority in the same trade or occupation paid at the same rate, then the average rate or hourly wage and overtime paid to such laborers, workers or mechanics in the same trade or occupation shall be the prevailing rate. If the public work is based on some period of time other that an hour, the hourly wage for the purposes of this shall be mathematically determined by the number of hours worked in such period of time. The "locality" shall be the largest city in the county wherein the physical work is being performed. The "usual benefits" shall include the amount of: The rate of contribution irrevocably made by the Contractor or subcontractor to a trustee or to a third person pursuant to a fund, plan or program; and The rate of costs to the Contractor or subcontractor which may be reasonably anticipated in providing benefits to workmen, laborers, and mechanics pursuant to an enforceable commitment to carry out a financially - responsible plan or program which was communicated in writing to the workmen, laborers and mechanics affected, for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting form occupational activity, or insurance, to provide any of the foregoing, for unemployment benefits, life insurance, disability and sickness insurance, continued General Conditions GC -26 or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the Contractor or Subcontractor is not required by other Federal, State or local law to provide any of such benefits. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wages rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. On projects governed by wages rates determined by the State of Washington Department of Labor and Industries and by the U.S. Secretary of Labor, is there is a difference between the two in the prevailing rate of wage for similar classification of labor, the Contractor shall pay not less than the wage which is the higher of the two. The Contractor, on or before the date of the commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid::each classification of laborers, workers, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in _accordance with the practices and procedures required by the Department of Labor and Industries. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department or Labor and Industries of the State of Washington and his decision therein shall be final and conclusive and binding on all parties involved in the dispute. Prior to commencing work, each contractor and each and every subcontractor shall file a sworn statement of intent with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits, for each job classification to be utilized. Each voucher claim submitted by a contractor for payment on a project estimate shall state the prevailing wages have been paid in accordance with the pre -filed statement or statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. CONTRACT BID DOCUMENTS GC -27 At the conclusion of the project, the Contractor and hie subcontractors shall submit affidavits of wages paid to the Department of Labor and Industries for certification by the Director. Final payment on the Contract shall be withheld until certification by the Director has been received by the Owner that the prevailing wage requirements of the law have been satisfied. The law of this state, RCW Chapter 39.16, as amended, provides: "In all contracts let by the State, or any department thereof, or any county, city, town, municipality, or other political subdivision, for the erection, construction, alteration, demolition or repair of any public building, structure, bridge, highway, or any other kind of public work or improvement, the Contractor or subcontractor shall employ 95 percent or more bonafide Washington residents as employees where more than 40 persons are employed, and 90 percent or more where 40 persons or less are employed: Provided that such limitation shall not apply to that portion of any contract in which a manufacturer's warranty on equipment is contingent upon the manufacturer's use of his own factory trained personnel for installation or repair which places such equipment under warranty. The Contractor shall pay the standard prevailing wages for the specific type of construction as determined by the U.S. Department of Labor in the city or county where work is being performed. The term "residents ", as used in this chapter, shall mean any person who has been a bonafide resident of the State of Washington for a period of 90 days prior to such employment; provided that, in contracts involving the expenditure of Federal -aid funds, this chapter 'shall not be enforced in such manner to conflict with or be contrary to Federal Statute, rules and regulations prescribing a labor preference or discrimination among the citizens of the United States: Provided further that this section shall not apply to any employees who are residents of any state bordering on the State of Washington if such bordering state does not restrict the right of a resident of Washington to be employed in the performance of all contracts let by the bordering state, or any department thereof, or any county, city, town, municipality, or other political subdivision for the erection, construction, alteration, demolition, or repair of any public building, structure, bridge, highway, or any other kind of public work or improvement. "In the event a sufficient number of Washington residents who are qualified by training or experience to perform such work shall not be available, the Contractor or subcontractor shall immediately notify the public body with whom the Contract has been executed of such facts, and shall state the number of non - residents needed. The public body shall immediately investigate the facts and, if the conditions are as stated, the public body shall, by written order, designate the number of non - residents and the period for which they may be employed; provided, that should residents who are qualified by training or experience to perform such work become available within the period, such qualified residents shall be employed within a reasonable time and period shortened consistent with the supply of qualified resident labor. General Conditions continued GC -28 1 -07.4 INSURANCE "The provisions of this chapter shall be written into every such public contract, including the following penalty: Any contractor or subcontractor who shall employ a non - resident in excess of the percentage preferences, excepting as herein permitted, shall have deducted, for every violation, from the amount due him, the prevailing wages which should have been paid to a displaced resident. The money so deducted shall be retained by the public body for whom the contract is being performed. "Any person, firm or corporation violating any of the provisions of this chapter shall be guilty of misdemeanor. "All costs associated with fees charged by the Department of Labor for approval of "Statements of Intent to Pay Prevailing Wages" and the certification of "Affidavits of Wages Paid" shall be paid by the Contractor and shall be considered incidental to the Contract, and no additional compensation will be made. The Contractor shall carry liability and property damage insurance, written on an occurrence basis, covering all work under this Contract, including that done by subcontractors. This insurance shall name the Owner and Engineer as co- insured and shall be primary coverage with any insurance carried by the Owner classified as additional coverage. Unless specified in other amounts in the Contract Documents, this insurance shall be carried as follows: Bodily Injury, each person $500,000, each accident $1,000,000; Property Damage, each accident $500,000, with a $2,000,000 limit for an aggregate combined bodily injury and property damage. In addition to liability and property damage insurance, the Contractor shall, on projects that consist of either above- or below - ground structures, other than standard sewer manholes, sewer lines or water lines, purchase "All -Risk" Builders risk coverage of a sufficient limit so as to protect the replacement value of the work being performed and naming, besides himself as an insured, the Owner and the Engineer. All insurance policies required by this paragraph shall be maintained in full force throughout this Contract and until final acceptance of the project by the Owner. All insurance policies shall contain a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to Owner. Certificates of coverage as required by the Section shall be delivered to the Owner prior to execution of the contract. CONTRACT BID DOCUMENTS 1 -07.5 LABOR, MATERIALS, EQUIPMENT, FACILITIES AND WORKERS 1 -07.6 INDEMNITY GC -29 The Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work, except as otherwise stipulated in the Contract Documents. The Contractor shall, at all times, enforce strict discipline and good order among his employees and shall not employ on the work and person unfit or not skilled in the work assigned to him. Employees or agents of the Contractor who, in the opinion of the Engineer, may impair the quality of the construction shall forthwith be discharged by the Contractor upon the written request of the Engineer. During the term of this Contract, neither party shall employ nor hire any employee of the other party, nor of the Engineer, without written consent of the other party or of the Engineer. The Contractor shall not use any work performed or any information obtained from any employee hired in violation of this provision making a claim against the Owner or Engineer and shall also be liable to the Owner as liquidated damages in an amount equal to double the amount of salary or wages paid to any such employee so hired in violation hereof. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this Agreement. With respect to the performance of this Agreement and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its Immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents and employees. 1 -07.7 ROYALTIES AND PATENTS 1 -07.8 LANDS FOR WORK 1 -07.9 PROTECTION OF WORK AND PROPERTY AND SAFETY General Conditions GC -30 The Contractor shall be liable for all suits brought against the Owner by reason of infringement of patent rights or licenses on any material, machine, appliance or process that he may use on the work or incorporate into the finished job, except where specifically exempted by special provisions. Prices named in the proposal shall include payment of royalties, if any. Contractor shall defend and hold Owner harmless from any such suit, costs of defense and any judgement which may be made or entered against Owner thereon. The Owner will furnish all lands and rights -of -way necessary for carrying out this Contract and completion of the work herein contemplated, and will use due diligence in acquiring said lands and rights -of -way as speedily as possible. But it is possible that all lands and rights -of -way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights -of -way as the Owner may have previously acquired and no claim for damages whatever will be allowed by reason of the delay in obtaining the remaining land and right -of -way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the giving of Notice to Proceed by reason of any litigation, or by reason of its inability to procure any lands or rights -of -way for said work, the Contractor shall not be entitled to any damages, costs, expenses, additional compensation or loss of profits by reason of said delay, or to withdraw from the Contract except by consent of the Owner; but time for completion of the work will be extended to such time as the Owner determines will compensate for the time lost by such delay, such determination to be set forth in writing, provided in any event the Contractor may terminate as provided in Section 1 -08.9. The Contractor shall continuously maintain adequate protection of the work from damage and shall protect the Owner's property from injury or loss arising in connection with or during the existence of this Contract. He shall make good any such damage, injury or loss, except such as may be directed due to errors in the Contract Documents or caused by agents or employees of the Owner. He shall adequately protect adjacent property from loss or damage occasioned by performance of the work. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. The Contractor shall bear the risk of loss or damage for all finished or partially finished work until the entire contract is finally accepted by the Owner. CONTRACT BID DOCUMENTS • continued GC -31 The Contractor shall take all necessary precautions for the safety of the employees on the work and shall comply with all applicable provisions of Federal, State and municipal safety laws and building code. He shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and he shall designate a responsible member of his organization on the construction site whose duty shall be the prevention of accidents. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. 1 -07.10 EXISTING UTILITIES OR OBSTRUCTIONS The Contractor's work shall be confined to the Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other property except by written consent of the individual owners and he shall save the Owner harmless from all suits and actions of every kind and description that might result from his use of property other than that of the Owner. Existing utilities indicated anywhere on the drawings have been plotted from the best information available to the Engineer. Source of information generally consists of construction records and other data obtained verbally from officials associated with the particular utility. Neither the Owner nor the Engineer guarantee the accuracy or completeness of this information and assume no responsibility for improper locations or failure to show utility locations on the construction plans; and it is to be understood that other aboveground or underground facilities not shown on the drawings may be encountered during the course of the work. The right is reserved by owners of public utilities and franchises to enter upon any street, road, right -of -way or easement for the purpose of maintaining their property and for making necessary repairs or adjustments caused by the Contractor's operations. The contractor shall save the Owner and Engineer harmless of any cost so incurred. The Contractor shall take adequate precautions to protect existing lawns, trees and shrubs outside rights -of -way, sidewalks, curbs, pavements, utilities, adjoining property, and structures, and to avoid damage thereto. He shall, at his own expense, completely repair any damage thereto caused by his operations to the satisfaction of the Engineer, except as otherwise provided in other sections of these specifications. 1 -07.11 REPLACING IMPROVEMENTS Whenever it is necessary in the course of construction to remove or disturb culverts, driveways, roadways, pipelines, mail boxes, yard lighting, property stakes or other existing improvements, without limiting the generality thereof and whether on private or public property, they shall be replaced to a condition equal to that existing before they were so removed and disturbed. Shrubs and trees within the work limits shall be relocated to a reasonable location designated by the Engineer. Where relocation is impractical and upon approval of the Engineer, the item may be replaced in kind with a size and age approved by the Engineer; in any event, no less than five years old. All such coets for this replacement shall be borne by the Contractor and considered incidental to the Construction and work covered by these specifications. 1 -07.12 MAINTENANCE OF STREETS AND UTILITIES The Contractor shall be responsible at all times, for the maintenance of streets and other utilities affected by construction operations. Debris and rubbish shall not be permitted to accumulate and all premises shall be maintained in a neat and workmanlike condition. In the event the Contractor fails to conform to these requirements, the Owner shall have the right to have the work done by others and the cost shall be deducted from moneys due to the Contractor in accordance with Section 1 -05.12 of the General Conditions. The Contractor shall provide in his schedule a time frame by which overhead lighting will have outages during the course of his construction. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to _meet above requirements shall be incidental to and included in the unit price bid for the various items comprising these improvements. The Contractor shall clean and sweep streets at the end of each working day. 1 -07.13 MAINTENANCE OF TRAFFIC General Conditions GC -32 The Contractor's attention is directed to all provisions of Section 1 -07.9 of the General Conditions, PROTECTION OF WORK AND PROPERTY AND SAFETY, and particularly to the subsections mentioned in the Special Provisions for emphasis and clarification. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded and covered at all times. All signs, barricades, related equipment and their use must be in accordance with the Manual on Uniform Traffic Control Devices for Streets and Highways, as adopted by Washington State Transportation Department as prepared by the National Joint Committee on Uniform Traffic Control Devices. CONTRACT BID DOCUMENTS GC -33 The Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular traffic. All cost to maintain the roads shall be borne by the Contractor. The Contractor shall provide one driveable roadway lane and temporary access to all properties throughout the course of the project. Cost for all materials, equipment and labor for this lane and accesses shall be incidental to the Contract. This restriction shall not apply to the paving portion of the construction process. When it is necessary to limit through traffic movement to any degree, the Contractor shall provided all flagmen, warning signs and barricades as are required by the Manual on Uniform Traffic Control Devices for Streets and Highways or by the Engineer. At the end of each working day, provisions shall be made for the safe passage of traffic during non - working hours. It shall be the Contractor's responsibility to provide all necessary warning signs, lights, barricades, etc., as specified. The Contractor shall furnish flagmen certified by the Department of Labor and Industries and all necessary warning signs for flagging operations as necessary to insure safe movement of traffic. The Contractor shall furnish, place and maintain all necessary signs, barricades and warning lights. Barricades shall be reflectorized as specified in Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways. Barricades shall also be equipped with flashers. The Contractor shall submit a traffic control plan to the Engineer for approval prior to commencing his operations. 1 -07.14 DEFECTS ARISING ONE YEAR AND REMEDIES The Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work by the City of Tukwila City Council. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the Owner. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. 1 -07.15 DAMAGES General Conditions GC -34 The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and coat of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work and the Contractor shall defend any such claims at his own expense. Any claim against the Owner for damages, expenses, costs, lost profits, or extra compensation arising out of the performance of this Contract shall be made in writing to the Owner within a reasonable time after the discovery of such damage and, in no event, later than the time of approval by the Owner of final payment. The Contractor, upon making application for final payment, shall be deemed to have waived his right to claim for any other damages for which claim has not been made, unless such claim for final payment includes notice of additional claim an fully describes the alleged damage. 1 -07.16 USE OF OFF -SHORE ITEMS The State Statutes require that, upon completion of a public contract, the Contractor shall submit a certified statement to the Owner, setting forth the nature and source of off -shore items in excess of two thousand five hundred dollars ($2,500), which have been utilized in the performance of the Contract. Off -shore items are defined as those items procured from sources beyond the territorial. boundaries of the United States, including Alaska and Hawaii. 1 -07.17 ATTORNEY'S FEES, COSTS AND INTEREST The Contractor shall reimburse the Owner for attorney's fees, whether incident to suit not, court costs and other expenses incurred by the Owner irk ,..enforcing of this Contract; or made necessary by any default of the Contractor. Any charge by the Owner to the Contractor, pursuant to the terms of this Contract shall bear interest at the rate of eight percent (8 %) per annum form the date of demand by the Owner, except that, if such claims are satisfied from funds withheld by the Owner from the Contractor, no interest shall be charged. • CONTRACT BID DOCUMENTS 1.08 PROSECUTION AND PROGRESS 1 -08.1 SUBLETTING AND SUBCONTRACTING GC -35 The Contractor shall not assign or sublet the Contract in Whole or in part without the written consent of the Owner nor shall the Contractor assign any moneys due or to become due to him hereunder without the prior written consent of the Owner. The Contractor shall not subcontract more than forty per cent (40 %) of the work without written consent of the Owner. In any event, the Contractor shall, at least five (5) working days prior to start of a subcontractor's work, notify the Engineer in writing of the name of the subcontractor proposed for the work and shall not employ any which the Engineer may object to as incompetent or unfit. The Contractor agrees that he is fully responsible to the Owner for the acts and omissions of the subcontractor and persons either directly or indirectly employed by the subcontractor and persons either directly or indirectly employed by subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. Consent to subcontracting part of the work shall, in no way, release the Contractor from responsibility for performance of the work and he will be held, in all respects, accountable for the same as if no consent had been given. The Contractor shall be required to give his personal attention to the work which is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 1 -08.2 NOTICE TO PROCEED Notice to Proceed is the official notice from the Engineer in behalf of the Owner to the Contractor to commence prosecution of the work„ and commences the running of the time for completion of the work. Notice to Proceed will generally be given within two weeks of notice to the Contractor of award of contract and receipt of executed contracts by the contractor. No work shall be commenced by the Contractor prior to receipt of Notice to Proceed. 1 -08.3 PROGRESS SCHEDULE 1- 08.3(1) The progress schedule shall set forth the order in which the Contractor plans to perform the work. The schedule may be in graph or tabular form and shall include the date of submission for approval of drawings as may be required, starting dates for construction of the several parts of the work, and estimated completion dates of such parts, and completion date of the project. General Conditions GC -36 The progress schedule shall coordinate the work of the Contractor with the work of other contractors in respect to the availability of job sites upon completion of other work to be performed by other contractors. The progress schedule may be altered or revised by the Engineer when deemed necessary in the opinion of the Engineer in the interest of public safety, welfare or the interest of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall promptly report to the Engineer any conditions which the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. The progress schedule will be reviewed at the pre- construction conference between the Engineer and Contractor. The Contractor shall furnish the Engineer with three (3) copies of the accepted progress schedule prior to commencement of the work. The Contractor shall submit a weekly progress schedule to the Engineer or Engineer's representative which sets forth specific work to be performed the following week. 1- 08.3(2) Construction Schedule: Immediately after execution and deliver of the Contract and before notice to proceed is given, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due to the Contractor in accordance with the progress schedule. The estimated schedule of work prepared for the Engineer is for informational purposes only and no warranty, either expressed or implied, is made by the City or the Engineer that the estimated schedule can be met and, further, the Contractor shall provide a schedule to meet his own unique construction operation. The Contractor shall not construct the wearing course of asphalt concrete pavement until notified to proceed by the Engineer. The Contractor shall allow in his schedule necessary time for any work required by private and City utilities to locate, monitor and adjust their utilities as required for the construction of the Contract. No added time will be allowed the Contractor caused by those utility adjustments. CONTRACT BID DOCUMENTS GC -37 The Contractor shall also furnish periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. The schedule shall include and identify adequate time requirements for various utilities to maintain and relocate their utilities as a result of the Contractor's activities. The Contractor shall make himself aware of all phases of the construction and time required to complete the work as outlined in the Contract Documents. The Contractor shall indicate the anticipated progress and length of time to complete each phase of work including that of his subcontractors. The Contractor shall allow time for the average inclement weather expected during the period of construction and accordingly establish his progress schedule. Average inclement weather shall be based on the weather record of the last five years during the same period. The progress schedule shall be in the form of bar graphs developed under the critical path method, P.E.R.T., or other similar methods. Upon request of the Engineer, the Contractor shall submit supplementary progress schedules in the form required by the Engineer. Such supplemental schedule shall conform with the times of construction and delays which may have been encountered in the performance of work. The progress schedule and supplementary progress schedules shall be consistent with the time and order or work requirements of the Contract. Adequate material, equipment and labor shall be provided by the Contractor to carry out the progress schedule submitted by him and to complete the Contract within the time specified. Approval of any schedule submitted by the Contractor shall not be construed to assign responsibility of performance of contingencies to the Owner or relieve the Contractor of his responsibility to adjust his forces, equipment, and work schedule as may be necessary to ensure completion of the work within prescribed contract time. The cost of preparing the progress schedule and supplementary progress schedule shall be considered incidental to the Contract and no compensation shall be made therefore. The construction schedule will include and identify time requirements for various private utilities to carry out their described utilities (see Utility Trenching). This construction schedule shall be prepared by the Contractor and presented at the pre - construction meeting for the City's and private utilities' review and sign -off. 1- 08.3(3) Failure to Maintain Progress Schedule: 1 -08.4 PRE- CONSTRUCTION CONFERENCE General Conditions GC -38 The Engineer will periodically check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract and shall constitute reason for invoking pertinent portions of these General Conditions. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer may require the Contractor to submit a revised schedule to the Engineer for approval. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. A pre - construction conference will be held at a time and place fixed by the Engineer which will be within two weeks from the date of notice of award. The Contractor must be prepared for a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of the Engineer, of the following: Progress Schedule Materials List Equipment List Job Procedures Inspection Procedures Plans and Specifications Shop Drawings Supplemental Drawings Schedule for Value of Lump Sum Work Other Matters pertaining to Performance of the Work Prevailing Wage Rate Certification Acceptance by the Engineer of the progress schedule shall not in any event excuse the Contractor of the obligation to complete the work within the time specified in the agreement or of complying with all terms, conditions and provisions of the Contract Documents. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site from time to time, and will relieve the Owner of any responsibility for delays to Contractor in the performance of the work. CONTRACT BID DOCUMENTS 1 -08.5 COMPLETION TIME 1 -08.6 DELAYS AND EXTENSION OF TIME GC - 39 Subject to the time lost due to inclement weather and delay in delivery of materials, should such delay not be the result of the undersigned's actions, the Contractor agrees to commence work within 10 days after Notice to Proceed and to complete all work embraced in this Contract within the specified time period. The Contractor agrees to furnish the City and the Engineer with full date as to the efforts made to obtain materials. The Contractor agrees to complete the work within the contract time contained in his proposal plus any extensions as provided for herein. It is the responsibility of the Contractor to complete the work within completion time. The Owner makes no promise or representation that this can or will be done. Extensions in completion time will be granted for delays beyond the control of the Contractor only, such as strikes or natural disasters, and may be granted for increases in the contract value of the work to be done. Requests for extensions in completion time shall be made in writing to the Engineer and approved through a change order before commencement of such extensions. Should the Contractor be delayed in the prosecution or completion of the work by the act, neglect or default of the Owner, any of its officers or employees, any other contractor employed by the Owner upon the work, or by damage caused by fire or other casualty for which the Contractor is not responsible, or by combined action of workers, in no way caused by or resulting from default or collusion on the part of the Contractor, then the time herein set for completion of the work shall be extended for a period equivalent to the work time lost by reason of any or all of the causes aforesaid. The extended time period shall be determined and fixed by the Owner, which determination shall be final, but no such allowance shall be made unless a claim therefore is presented in writing to the Owner within ten (10) days after the occurrence of such delay. Time for completion specified has taken into consideration the possibility of delay and work interruption resulting from acts of other contractors, whether or not a contractor of the Owner, and no extension of time will be allowed because of such interruption or delay. The Contractor shall cooperate with the Contractor of an adjoining or interdependent project to the full extent possible so that the operations of both will suffer minimum of interference and delay. In case of disagreement between the contractors, the decision of the Engineer shall be accepted as final. Any unavoidable delays to the Contractor resulting therefrom shall be adjusted as to contract time in accordance with the contract provisions. In general, the number of calendar days allowed for completion of the project has been extended sufficiently to provide for the procurement of all materials necessary for construction. Failure to procure the materials involved for any reasons shall not be the basis for an extension of time. If no schedule or agreement is made between the Engineer and the Contractor stating the dates upon which instruction and /or drawings shall be furnished by the Engineer, then no claim for delay shall be allowed the Contractor on account of such failure to furnish drawings unless the Contractor shall have given two (2) weeks' notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. When it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon the Contractor's energetically pursuing the work at a rate not less than that which would have been necessary to complete the basis contract on time. In determining the amount of extension, the Engineer will consider that the Contractor is applying efforts simultaneously on the several parts of the job to the maximum amount practicable. 1 -08.7 SUSPENSION OF WORK General Conditions GC -40 The Owner may, at any suspend the work, or any part thereof, by giving notice to the Contractor in writing. The work shall be resumed by the Contractor within 10 (ten) working days after the date fixed in the written notice from the Owner to the Contractor to do so. The Owner shall not reimburse the Contractor for expense incurred by the Contractor in connection with the work under this Contract as a result of such suspension. Suspension of the work by the Engineer shall not furnish any ground for claim by the Contractor for damages or extra compensation, but the period of such suspensions shall be taken into consideration in determining the revised date for completion as hereinafter provided. The Contractor shall not suspend work under the Contract without the written order of the Engineer as stated in the preceding paragraph. The Contractor will be required to wo a :sufficient number of hours per day in order to complete the project within the days specified. The question as to the necessity of discounting any portion of the work by reason of unfavorable weather conditions shall be determined by the Engineer. Upon failure of the Contractor to carry out the orders of the Engineer or to perform work under the Contract in accordance with its provisions, the Engineer may suspend the work for such period as he may deem necessary. Time lost by reason of such failure or in replacing improper work or materials shall not furnish any ground to the Contractor for claiming an extension of time or extra compensation and shall not release the Contractor from damages of liability from failure to complete the work within the time prescribed. CONTRACT BID DOCUMENTS 1 -08.8 OWNER'S RIGHT TO TERMINATE CONTRACT GC -41 The Owner may terminate the Contract and take possession of the premises and of all materials thereon and finish the work by whatever methods he may deem expedient, upon the occurrence of any one or more of the events hereafter specified, and receipt of the certificate by the Engineer that sufficient cause exists to justify such action: A. If the Contractor should be adjudged as bankrupt. B. If the Contractor should make a general assignment for the benefit of his creditors. C. If a receiver should be appointed on the account of insolvency of the Contractor. D. If the Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workers or proper materials for completion of the work. E. If the Contractor should fail to complete the work within the time specified in the Contract. F. If the Contractor should fail to make prompt payment to subcontractors or suppliers of material or labor. G. If the Contractor should persistently disregard laws, ordinances or regulations of Federal, State or Municipal agencies or subdivisions thereof. H. If the Contractor should persistently disregard instructions of the Engineer, or otherwise be guilty of a substantial violation of the Contract. The Owner shall give the Contractor five (5) working days' written notice to cure the default and, if not cured to the satisfaction of the Owner as certified by the Engineer, the Owner may, upon three (3) working days' written notice, elect to so terminate. Any such termination shall be without prejudice to any other right or remedy which the owner may have against the Contractor. In the event of the failure of the Contractor to cure the default to which notice is given as above provided, or if the Contractor abandons the work undertaken under the Contract, the Owner may, at his option, upon ten day's written notice to the surety and without any written notice of the Contractor, transfer the employment of said work from the Contractor to surety. Upon receipt of such notice, the surety shall enter upon the premises and take possession of all materials, tools and appliances thereon for the purpose of completing the work included under this Contract and employ, by contract or otherwise, any person or persons to finish the work and provide the material therefore, without termination of the continuing full force and effect of the Contract. In case of transfer of such employment to the surety, the surety shall be paid in its own name on estimates covering the work subsequently performed under the terms of the Contract and according to the terms General Conditions continued GC -42 hereof, without any right of the Contractor to make any claim for the same or any part thereof. In the event that the Contract is terminated by the Owner, the Contractor shall not be entitled to receive any further balance of the amount to be paid under this Contract until the work shall have been fully finished. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by Owner in finishing the work, and all damages sustained or which may be sustained by the Owner by reason of such refusal, neglect, failure of discontinuance of employment, such excess shall be paid by the Owner to the Contractor. If such expense and damage shall exceed the unpaid balance, the Contractor and his surety and each thereof shall be jointly and severally liable therefore to the Owner and shall pay the difference to the Owner. Such expense and damage shall include all legal costs incurred by the Owner in the employment of Attorneys to protect the rights and interests of the Owner under the Contract, provided such legal costs shall be reasonable. 1 -8.9 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other governmental authority for a period of ninety (90) working days, through no act of fault of the Contractor or of anyone employed by him, including subcontractors, or if payments due the Contractor under this Contract are unreasonably delayed, or if the Owner suspends the work for any reason other than act or negligence of the Contractor for a period of one hundred eighty (180) consecutive calendar days, the Contractor may stop work and terminate this Contract and recover from the Owner payment for all work satisfactorily executed, but the Contractor shall not be entitled to claim against the Owner for damages, expenses, costs, additional compensation or lost profits due to the suspension or termination. Final payment to the Contractor shall be made pursuant to the provisions of Section 1 -09.1, 1 -09.4, and 1 -09.5. 1 -08.10 REMOVAL OF EQUIPMENT In case of the termination of this Contract before completion of any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part of or all of his equipment and supplies from the property of the Owner and, if the Contractor fails to do so within three (3) working days from such notice by the Owner, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor, deducting the cost thereof from any funds otherwise due the Contractor. CONTRACT 1 -08.11 1 -08.12 HID DOCUMENTS USE OF COMPLETED PORTION OF WORK GC -43 The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time may not have expired for completing the entire work. Such taking possession and use shall not be deemed to be completion of the Contract in respect to such work nor shall the same be deemed to be any acceptance of any work not completed in accordance with the Contract Documents. LIQUIDATED DAMAGES If said work under the Contract is not completed within the time specified, the Contractor agrees to pay as liquidated damages to the Owner the sum as specified in the contract for every calendar day said work remains uncompleted after the expiration of the contract time in order to compensate the Owner for delay. In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other legal fees incurred by the Owner as a result of such delay. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. CONTRACT BID DOCUMENTS 1 -08.11 USE OF COMPLETED. PORTION OF WORK The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time may not have expired for completing the entire work. Such taking possession and use shall not be deemed to be completion of the Contract in respect to such work nor shall the same be deemed to be any acceptance of any work not completed in accordance with the Contract Documents. 1 -08.12 LIQUIDATED DAMAGES GC -43 If said work under the Contract is not completed within the time specified, the Contractor agrees to pay as liquidated damages to the Owner the sum as specified in the contract for every calendar day said work remains uncompleted after the expiration of the contract time in order to compensate the Owner for delay. In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other legal fees incurred by the Owner as a result of such delay. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1 -09 MEASUREMENT AND PAYMENT 1 -09.1 APPLICATION FOR PAYMENT General Conditions GC -44 1- 09.1(1) At least five (5) working days before each payment falls due, the Contractor shall submit to the Engineer four (4) copies of an itemized application for payment, supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labors, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. The Contractor shall be entitled to monthly progress payments corresponding to the stage of work. Progress estimates will be prepared by the Engineer not later than thirty (30) calendar days after commencing work, and every thirty (30) calendar days thereafter, if so entitled, for the duration of construction. These shall be based upon an approximate estimate of quantities of work completed and considered acceptable, as extended by the unit prices established in the Contract or as provided by the schedule of lump sum payments. The Owner shall deduct from each monthly progress payment an amount of retainage provided for by law and by this Contract and also for any charges against the Contractor authorized by this Contract. Cost of materials, properly stored, protected and insured at the site of the work will be paid on monthly estimates only when provided for in the Special Provisions, and then only for the specific materials listed therein for partial payment. In preparing the monthly estimates, advancement will be made therein for ninety percent (90 %) of the cost of such materials, as evidenced by invoices to the Contractor. Advances will not be made for any item of material amounting to leas than five hundred dollars ($500.00). All materials must conform to the requirement of these Specifications. However, advancement for materials will not constitute acceptance and any faulty material will be condemned although advancement may have been made for same in the estimates. Deductions at the same rates and equal in amount to the advancements, will be made on the estimates as the material is used. All materials for which costs are allowed under the subparagraph must be substantiated by written documentation from the material supplier 1 that the material has been paid for. Quantities used for progress estimates shall be considered only as approximate and provisional and shall be subject to recalculations, adjustment and correction by the Engineer in subsequent progress estimates and in final estimates. Inclusion of any quantities in progress estimates, or failure to disapprove the work at the time of progress estimates, shall not be construed as acceptance or corresponding work or materials. The retained amount shall be withheld by the Owner for 30 calendar days following final acceptance or termination of the Contract and shall be paid to the Contractor at the expiration of 30 calendar days if no claims have been filed against such funds as provided by law and if the Owner has no unsatisfied claims against the Contractor. No payments shall be made until releases have been obtained from the Department of Labor and Industries, the Department of Revenue, the Employment Security Department, and any other department or agency having CONTRACT BID DOCUMENTS continued GC -45 jurisdiction over activities of the Contractor, unless by law such releases are not required. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all moneys that the latter may be compelled to pay in discharging such lien, including all cost and reasonable engineer's and attorney's fees. 1- 09.1(2) Retained Percentage: There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates, a sum equal to five percent (5 %) of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of RCW Chapter 60.28. If the Contractor wished to exercise his option, as provided in RCW Chapter 60.28, in regard to investment of retained funds, he shall so notify the Tukwila City Treasurer in writing designating the financial institution and option for investing retained funds after signing the Contract. If so notified, all retained monies will be deposited in a bank or placed in escrow to an account which must be set up by the Contractor and not subject to withdrawal until 30 days after final acceptance of contract work and with agreement of both parties. 1 -09.2 SCHEDULE FOR VALUES OF LUMP SUM WORK If payments are to be made on lump sum items, the Contractor shall submit a schedule of values of the various parts of the work, including such quantities, aggregating the total sum of the Contract, made out in such form as the Engineer may require, and if required, supported by such evidence as to its correctness as the Engineer may direct. This schedule, when approved by the Engineer, shall be used as the basis for certificates for payment unless it be found to be in error. In applying for payments for lump sum work, the Contractor shall submit estimates of the percentage of work completed, and payment will be based upon the schedules of values for lump sum work. General Conditions GC -46 1 -09.3 PROGRESS PAYMENTS FOR CUBIC YARD QUANTITIES The Contractor shall provide truck trip tickets for progress payments CONTRACT BID DOCUMENTS 1 -09.5 PAYMENTS WITHHELD Notwithstanding the issuance of any certificate, the Owner may withhold any payment or portion of payment to recover any payment theretofore made, to such extent as may be necessary to protect himself from loss on account of: A. Defective work not remedied. B. Claims filed or written notice that valid claims will be files. C. Failure of the Contractor to make payments properly to subcontractors or suppliers of material or labor. D. Reasonable doubt that the Contract can be completed for the balance the unpaid. E. Liquidate damages, inspection and engineering charges, or other claims against the Contractor by the Owner. F. Damage to another contractor. G. Failure of the Contractor to furnish invoices to support application for payment for materials not incorporated in the work but delivered and suitably .stored at the site. H. Expenses, including court costs and legal fees, whether or not incident to suit, incurred by the Owner due to any default of the Contractor. GC -47 SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS TABLE OF CONTENTS Section, Page 1 -01.2 Definitions SGC -1 1 -03.1 Notice of Award SGC -1 1 -04.2 Changes in the Work SGC -2 1 -04.5 Cleanup SGC -2 1 -05.15 Construction Coordination SGC -3 1 -07.10 Existing Utilities or Obstructions SGC -4 1 -07.15 Damages SGC -5 1 -07.20 Record Drawings (New Section) SGC -6 1 -07.21 Waste Site (New Section) SGC -7 1- 07.22 Permits SGC -7 ' • The general requirements and covenants of this contract shall be as specified in the General Conditions of these specifications, except as modified or supplemented by these Supplemental General Conditions. Section and subsection numbers used herein refer to corresponding numbers in the General Conditions. 1 -01.2 Definitions Add the following: 1- 01.2(29) Where the term "Washington State Highway Department" appears in the Standard Specifications, it shall be interpreted to mean "City of Tukwila." 1-01.2(30) Where the term "Commission" or "Washington Transportation Commission" appears in the Standard Specifications, it shall be interpreted to mean the Tukwila City Council. 1- 01.2(31) 1- 01.2(32) 1- 01.2(33) 1- 01.2(34) 1- 01.2(35) 1 -03.1 Notice of Award Where the term "Department" or "Department of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the City of Tukwila acting through its authorized representatives. Where the term "Secretary" or "Secretary of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the City Engineer of Tukwila or his authorized representatives. Where the term "State" appears in the Standard Specifications, it shall be interpreted to mean the City of Tukwila acting through its authorized representatives. Where the term "State Treasurer, Department of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the Tukwila City Treasurer or its authorized representatives. Wherever the words "indemnify, defend and hold harmless" or variations thereof appear in the General Conditions, they shall apply to the Engineer as well as the Owner. Add the following: SUPPLEMENTAL GENERAL CONDITIONS The order to begin work will be in writing by the Engineer, and the time allowed for full completion shall begin ten (10) days after the issuance of said written order or on the day the Contractor first begins work, whichever occurs first. SGC -1 1 -04.5 Cleanup Add the following: Street and Roadwav Cleaning In addition to the requirements for final cleanup, the Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance or safety hazard. The Contractor shall clean all roadways, streets, and appurtenances including sidewalks which are open for public use of all material or debris which are dropped or otherwise deposited thereon as a result of the Contractor's operations. Roadways, streets, and appurtenances, including sidewalks, shall be cleaned at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to ensure the safety of the traveling public and to prevent inconvenience to the public and owners of private property adjacent to the project. Any violation of these requirements will result in a citation for littering the traveled way and will be sufficient grounds for the Engineer to order the roadways, streets, and appurtenances cleaned by others and to deduct all costs of such cleaning from any monies due or to become due to the Contractor. Complaints on dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for, should repetitive complaints be received by the City. SGC - 2 Should the Contractor fail to perform, the City shall, at the Contractor's expense, hire the necessary work done. When work is being performed below the standard established in the State Safety Code, or when the Owner believes the condition endangers the safety of the general public and employees of the project, the Owner may immediately issue a written stop -work order describing the substandard work and deliver same to the Contractor. The Contractor shall cease work and not resume work on the stopped portion of the project until acceptable remedial action has been taken. such protective measures shall not be construed as releasing the Contractor of any obligation or liability arising under the contract. Extensions of contract time will not be allowed for any period of time covered by such stop -work order. All costs in connection with the above work, including water for cleaning of streets, and final cleanup shall be considered as incidental to other items involved in the project and no separate compensation will be made therefore. 1 -05.15 Construction Coordination Add the following: Nothing in the contract shall be interpreted as granting to the Contractor exclusive occupancy of the project area. The Contractor must ascertain to his own satisfaction the scope of the project and the nature of any other contracts that have been or may be awarded by the Owner in the construction of the project, or to the end that the Contractor may perform this contract in the light of such other contracts, if any. The Contractor shall coordinate his work with utility companies which may have facilities in the project area and cooperate with them. He shall also coordinate his activities with the Owner; and no water mains, individual water services, street, or private drives may be closed off without a minimum of twenty -four (24) hours notice to the Owner and the private property owner. Should the property owner or the Owner have adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. it is anticipated that the sequence of work may require grading and other operations to be worked around existing utilities. SGC -3 1 -07.10 xistina Utilities or Obstructions Add the following: Section 1 -07.17 of the Standard specifications is incorporated into this Contract, and is supplemented by the following: The Contractor shall call the Utility Coordinating Council (One Call Center, 1- 800 -524 - 5555), for field location, not less than two (2) nor more than ten (10) business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. If no one - number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities of record are shown on the construction plans insofar as it is possible to do so. Failure of the Owner to show the existence of subsurface objects or installation on the plans shall not relieve the Contractor from his responsibility to make an independent check on the ground, nor relieve him from all liability for damages resulting from his operations unless otherwise provided in the Special Provisions. It shall be entirely the responsibility of the Contractor to give proper notification to the agencies that have utilities in place and to coordinate with these agencies in the protection and relocation of the various underground installations. These agencies will give assistance in the location of the various utilities, but this shall not relieve the Contractor from responsibility for any damage incurred. The Contractor shall hold the City harmless against any claim of any nature resulting from delays in attending to same. SGC -4 The following addresses and telephone numbers of utilities companies known or suspected to having underground facilities within the area of proposed excavation are supplied for the Contractor's convenience. City of Tukwila Public Works Department 6300 Southcenter Blvd. Tukwila, WA 98188 Attn: Ron Cameron Tele: 433 -0179 Puget Sound Power & Light 620 South Grady Way Renton, WA 98057 -0329 Attn: Joe Reonpe Tele: 235 -2937 TCI Cablevision of WA 15421 Pacific Highway South Seattle, WA 98188 Attn: Phil Fisk Tele: 433 -3434 Ext. 3084 SGC - 5 U.S. West Communications 120 Lenora Seattle, WA 98121 Attn: Bill Holt Tele: 346 -7503 Washington Natural Gas 815 Mercer Street Seattle, WA 98109 Attn: Joe Jainga Tele: 622 -6767 Val Vue Sewer District 14816 Military Road South Seattle, WA 98168 Attn: Terry Matelich Tele: 242 -3236 1 - 07.15 Damacxes The provisions of Section 1 -07.16 of the Standard Specifications shall also apply to this Contract, as modified below: Private/Public Property The Contractor shall protect and preserve from any damage or destruction all private and public property on or in the vicinity of the work and from interference with the use of such property, the removal, the damage, or destruction of which is not required by the terms of the contract. This includes utilities, facilities, improvements lawfully occupying the right -of -way, trees, shrubbery and landscaping, markers and monuments, buildings and structures, conduits, pipes, sewer and water lines, fences, highway facilities, including signs and guardrails, and other property of all descriptions, whether shown on the plans or not. On his own volition, or upon written notice from the Engineer, the Contractor, at his expense, shall provide and install safeguards acceptable to the Engineer to protect such property. If such property is damaged or destroyed, or its use interfered with by the Contractor, his agents or employees, it shall be repaired and restored immediately to its former condition by the Contractor at his expense, and such interference terminated. If the Contractor does not repair or restore such property, the Engineer may, 1 -07.20 without notice to the Contractor, have such property repaired or replaced, and costs thereof will be deducted from any monies due or caning due to the Contractor under the contract. It shall be the Contractor's responsibility to ascertain the existence and location of all property and facilities which may be subject to damage by reason of his operations. In addition, the Contractor shall be responsible for any flooding caused by his operations. The Contractor shall, at his own cost and expense, repair or replace any property as defined above damaged by him as a result of his operations. The Contractor's work shall be confined to the Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other private premises except by written consent of the individual owner, and he shall save the Owner harmless from all suits and actions of every kind and description that might result from his use of private property. It shall be the responsibility of the Contractor to preserve all trees except those which must be removed to construct improvements or those specifically designated for removal unless otherwise directed by the Engineer. Compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in protecting and repairing property, as specified in this section, shall be considered as incidental to and included in the lump sum price of the contract. Record Drawings (New Section) Prior to the acceptance of the work, the Contractor shall furnish the Engineer one (1) neatly and legibly marked set of contract drawings showing any change in the final locations of all items included in the work. Marking of the drawings shall be kept current and be done at the time the material and equipment is installed. All cost and expense associated with complying with this section shall be considered incidental to the bid items of the contract, and no separate payment shall be made. 1 -07.21 Waste Site (New Section) The Contractor shall provide the waste site for disposal of any and all waste material and debris and obtain necessary permits and approvals therefore. Copies of permits for borrow and waste sites, and reclamation plans for pits shall be furnished to the Owner by the Contractor. All required waste sites shall be provided by the Contractor or be as provided in Section 2- 03.3(7) of these Special Provisions. Waste sites shall be operated in such a manner as to net the safety and health requirements of the State, County and local political subdivision. Sites, operations, or results of such operations, which create a definite nuisance problem or which result in damage to public or private properties will not be permitted. It shall be the Contractor's responsibility to ensure that site operations meet all safety, health and environmental requirements of the•State, County and local government authority. Air, noise and other types of pollution caused by the Contractor's use of such sites, shall be the responsibility of the Contractor and municipal, County and State Pollution Control Requirements shall be applicable to their use. Sites, operations or the results of such operations, which in the opinion of the Engineer create a nuisance problem, or which result in a damage to public or private property will not be permitted. The Contractor agrees to save the Owner harmless from any damages, claims of damages, and fines imposed by others arising from the use and operation of any site. Upon completion of the work and before final acceptance and payment, the Contractor shall clean all properties and sites on which the Contractor has operated. The Contractor shall perform all operations necessary to put the site in a neat, clean and orderly condition. Final cleanup shall be in accordance with the requirements specified by permits, property agreements and the Engineer. All costs and expenses involved in securing, maintaining and operating any waste site including final cleanup and any erosion or anti - pollution controls required in the permits, property owner agreements, and grading regulations will be considered as incidental to the contract and such costs and expenses shall be included in the unit contract prices for the various pay items shown in the proposal. 1 -07.22 . permits The City has authorized grading and building permits not be required for the project. The Contractor shall be responsible for acquiring all other permits necessary for the project. SGC -7 SPECIAL PROVISIONS Section T 01010 Summary of Work 01400 Quality Control 01500 Temporary Facilities and Controls 01600 Material and Equipment 01610 Substitution Request Form 01700 Contract Closeout SECTION 01010 SUMMARY OF WORK 1. TITLE OF PLANS AND SPECIFICATIONS Crestview Park Improvements 2 . LOCATION OF THE PROJECT SITE Refer to the cover sheet for location map for the project site. 3. WORK COVERED BY CONTRACT DOCUMENTS All work shown on the plans or specified. 4 . DESCRIPTION OF THE WORK In general, the work includes, but is not limited to: earthwork, little league field, picnic shelter, asphalt and concrete walks, 30 -car crushed rock parking lot, site furnishings, and seeding. END OF SECTION Crestview Park Improvements 01010 -1 (Owner) (Address) RE:. (Project) Gentlemen: We as Subcontractor and Contractor, do hereby warrant for a period of year(s) from the date of substantial completion that portion of the work incorporated in the project by (subcontractor) as described below: We will remedy at our expense any defects appearing during that period due to poor or defective materials and/or workmanship and will pay for any damage resulting for occurrence of said defects of the correction of same. This warranty shall not be interpreted as holding the Contractor responsible for normal wear or any deterioration of work due to abuse of the work by the Owner. Sincerely, Subcontractor Contractor F. Certification of inspection for the governing building authority stating that all work has been inspected, accepted, and approved as complying with existing goveming ordinances and codes. G Certification that all required training of Owner's maintenance and operating personnel has been completed. H. List of mechanical equipment maintenance and operating manuals, as specified, completed and turned over to the Owner. I. As -built drawings, complete. J. State electrical inspector's certificate of acceptance of the electrical work. K. Warranty Inspection of the Project: A general inspection of the Contract work will be made by the Consultant, project engineer, maintenance director or Owner's representative a month prior to expiration of the one -year warranty period. END OF SECTION Crestview Park Improvements 01700-5 It is also agreed that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations and that the bond is extended to include one -year warranties of workmanship and materials. (NAME OF BONDING COMPANY) By: Attorney in Fact C. Submit Contractor's Affidavit of Release of Liens (use current AIA Document G706A or approved form). If any liens are filed and cause the Owner or Owner's representative to employ the services of an attorney, the cost of the services will be deducted from the retainage. D. Instructions and operating manuals and parts listed as specified in the technical Sections (mechanical, electrical, and other trade work as specified) and in Division 1 - General Requirements. E Written warranties, addressed to the Owner, as follows: 1. Warranty covering the entire work for one year per from date of substantial completion. Letter to be substantially as follows: (Owner) (Address) RE: (Project) Gentlemen: I (We), the undersigned, do hereby warrant for a period of one year from the date of substantial completion all work performed under the terms of the contract documents. I (We) will remedy at my (our) expense any defects appearing during that period due to poor or defective materials and /or workmanship and will pay for any damage resulting from occurrence of said defects or the correction of same. The following subcontractors performed or furnished materials subject to the one -year warranty as stated above. Subcontract Firm Name (Masonry work) (John Doe Company) (Lathing & plastering) (Smith & Smith Co.) Etc., listing all applicable subcontracts and firm names. This warranty shall not be interpreted as holding the Contractor responsible for normal wear or any deterioration of the work due to normal wear or abuse of the work by Owner. Sincerely, Contractor Crestview Park Improvements 01700 -4 2. For warranties specified to extend for longer period than one year, submit letter from each subcontractor countersigned by the Contractor covering all portions of the work incorporated in the project under agreement between Contractor and said subcontractor for the periods of time specified, beginning from date of substantial completion. Letter to be substantially as follows: List: 1. Appropriate design criteria. 2. List of equipment or finishes. 3. Parts list. 4. Operating instructions. 5. Maintenance instructions, equipment. 6. Maintenance instructions, finishes. 7. Shop drawings and product data. 8. Warranties. 9. Finishes: Type and location, including color numbers and formulas, manufacturers, and product numbers. 1.7 WARRANTIES AND BONDS A Provide duplicate, notarized copies. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For equipment put into use with Owner's permission during construction, submit within 10 days after first operation. For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A Provide products, spare parts, and maintenance materials in quantities specified in each Section, in addition to that used for construction of Work. Coordinate with Owner, deliver to Project site and obtain receipt prior to final payment. 1.9 SUBMITTALS BEFORE FINAL PAYMENT A An affidavit attesting payment of all payrolls, bills for materials, and other indebtedness. B. Before final payment, the Contractor shall furnish the Owner the following: 1. Letter from bonding company to Owner approving release of final payment and waiving submission of final receipts as well as a statement confirming the extension of the bond for a warranty period. Final receipts from all subcontractors and material and equipment supplier shall be furnished to the Owner by the Contractor if the Surety does not waive this requirement. Letter to be substantially the following form: (Name of Owner) (Bond No.) (Address) (Name of Contractor) (City, State, Zip) (Name of Project) Gentlemen: The (Name of Bonding Company), Surety on the above- described bond consents to payment of retained percentages and agrees to waive submission of final receipts. Crestview Park Improvements 01700 -3 1 .5 PROJECT RECORD DOCUMENTS A. Store documents separate from those used for construction. B. Keep documents current; do not permanently conceal any work until required information has been recorded. C. At Contract closeout, submit documents with transmittal letter containing date, Project title, Contractor's name and address, list of documents, and signature of Contractor. D. Record final information by transferring information onto a clean set of construction drawings and in a copy of a Project Manual provided by the Owner. E Provide felt tip marking pens, maintaining separate colors for each major system, for recording information on blueline prints during the course of construction. F. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. G Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured depths of elements. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed on construction, referenced to visible and accessible features of construction. 4. Field changes of dimension and detail. 5. Changes made by Modifications. 6. Details not on original Contract Drawings. H. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. 1.6 OPERATION AND MAINTENANCE DATA A. Provide data for: 1. Mechanical equipment and controls. 2. Electrical equipment and controls. 3. Finishes and general equipment. B. Submit four (4) sets prior to final inspection, bound in 8 -1/2 x 11 inch (216 x 279 mm) three -ring hard cover side binders with clearview, and durable plastic covers with title inserts. C. Part 1: Directory, listing names, addresses, and telephone numbers of Consultant and Contractor. D. Part 2: Operation and maintenance instructions, arranged by Specification Division. For each Specification Division, give names, addresses, and telephone numbers of subcontractors and suppliers. Crestview Park Improvements 01700 -2 PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED A. Closeout Procedures. B. Final Cleaning. C. Project Record Documents. D. Operation and Maintenance Data. E Warranties and Bonds. F. Spare Parts and Maintenance Materials. 1.2 RELATED REQUIREMENTS SECTION 01700 CONTRACT CLOSEOUT A. General Conditions: Fiscal provisions, legal submittals, and other administrative requirements. B. Section 01500 - Construction Facilities and Temporary Controls: Cleaning during construction. 1.3 CLOSEOUT PROCEDURES A. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion. Upon issuance of certificate of Substantial Completion, the Contractor shall complete all punchlists within 30 consecutive days from date of Substantial Completion. B. Owner will occupy designated portion of Project for the purpose of conduct of business, under provision stated in Certificate of Substantial Completion. C. When Contractor considers Work has reached final completion, submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. D. In addition to submittals required by the conditions of the Contract, provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due. E. Engineer will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. 1 .4 FINAL CLEANING A Execute prior to final inspection. B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains, and foreign substances, polish transparent and glossy surfaces. Clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment. Clean drainage systems. C. Clean site; sweep paved areas, rake clean other surfaces. D. Legally dispose of all debris and construction materials not retained by Owner, off site. Crestview Park Improvements 01700 -1 F. Manufacturer's guarantee of the proposed and specified items are: Same Different (explain): G List of names and addresses of three similar projects on which product was used, date of installation, and Consultant's name and address: H. Cost Impact; The undersigned attests function and quality equivalent or superior to specified items. CERTIFICATION OF EQUAL PERFORMANCE FOR USE BY CONSULTANT: AND ASSUMPTION OF LIABILITY FOR Accepted: EQUAL PERFORMANCE Accepted as Noted: Not Accepted: Submitted By: Received Too Late: By: Signature Title Date; Remarks: Firm Address Telephone Date Signature must be by person having authority to legally bind his firm to the above term. Concurrence by Consultant; END OF SECTION Crestview Park Improvements 01610 -2 TO: BRUCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, Washington 98421 SECTION 01610 SUBSTITUTION REQUEST FORM PROJECT NAME: CRESTVIEW PARK IMPROVEMENTS CONTRACTOR: We hereby submit for consideration the following product instead of specified item for above project: Section Paragraph Specified Item Proposed Substitution: Attach complete dimensional information and technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and /or Specifications which proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality, performance, and appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality performance. Differences in quality of materials and construction shall be indicated. Fill in blanks below: A. Does the substitution affect dimensions shown on Drawings: Yes No If yes, clearly indicate changes. B. Will the undersigned pay for changes to the design, including engineering and detailing costs caused by the request substitution: Yes No Comment: C. What affect does this substitution have on other trades, other Contracts, and Contract completion date: D. What affect does this substitution have on applicable code requirements: E Differences between proposed substitution and specified item: Crestview Park Improvements 01610 -1 G Arrange storage of Products to permit access for inspection. Periodically inspect to assure Products are undamaged and are maintained under specified conditions. 1.6 PRODUCT OPTIONS A Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or descriptions. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. Consultant will consider requests for Substitutions up to 10 days prior to bid opening date. Approved Substitutions will be listed on Addenda. B. Substitutions may be considered after contract award only when a Product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder /Contractor: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with reapproval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals. F. Substitution Submittal Procedure: 1. All substitution requests shall be accompanied with the Substitution Request Form, completely filled out. Substitution Request Forms are bound in the Specifications in Section 01610. PART 2 - PRODUCTS A. Not used. PART 3 - EXECUTION A Not used. END OF SECTION Crestview Park Improvements 016 0 0-2 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS 1.4 TRANSPORTATION AND HANDLING SECTION 01600 MATERIAL AND EQUIPMENT A Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS A Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Provide interchangeable components of the same manufacturer, for similar components. A. Transport and handle Products in accordance with manufacturer's instructions. B. Promptly inspect shipments to assure that Products comply with requirements, quantities are correct, and Products are undamaged. C. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurements, or damage. 1.5 STORAGE AND PROTECTION A Store and protect Products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive Products in weathertight, climate - controlled enclosures. B. For exterior storage of fabricated Products, place on sloped supports, above ground. C. Provide off-site storage and protection when site does not permit on -site storage or protection. D. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. E Store loose granular materials on solid flat surfaces in a well - drained area. Provide mixing with foreign matter. F. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. Crestview Park Improvements 01600 -1 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 1.1 GENERAL CONTRACTORS WORK A. All work specified under this Section shall be provided by the General Contractor. 2.1 TEMPORARY DRINKING WATER A. Make necessary arrangements and provide drinking water required during entire construction period from a proven safe source. Comply with state and local health requirements. Serve in single service containers or sanitary drinking fountain. 3.1 WATER FOR CONSTRUCTION A. Contractor to provide water and make it available to all those connected with the work. He is to pay all costs and charges for same until acceptance of project by Owner. Obtain a temporary hydrant permit for use of any water from a hydrant. 4.1 TEMPORARY SANITARY FACIUTIES A. Provide adequate toilet facilities for all those connected with work. Locate inside the construction area and keep in sanitary condition. Remove when directed and disinfect premises. 5.1 TEMPORARY SHEDS A. Construct and maintain such temporary sheds as may be required for the use of workmen, for tool cribs and for the storage of materials, project plans and documents. Provide temporary light in all areas of the sheds. All sheds shall be maintained at all times in good repair and in a clean and sanitary condition. Upon completion of the work, all sheds shall be removed and the premises cleaned. 6.1 STAGING AREA A. The Contractor may set up a staging area anywhere within the Crestview Park Improvements boundary. Access to the park is from 42nd Avenue. South only. 7.1 DAILY CLEAN UP A. (See General Conditions.) END OF SECTION Crestview Park Improvements 015 0 0 -1 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. E Retesting and site visits required because of nonconformance to specified requirements and scheduling shall be performed by the same independent firm on instructions by the Engineer. Payment for redesign and site visits will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum /Price. 1.5 CONTROL OF WORK A. The Contractor's surveyor shall establish and stake out control points for the various parts of the work for location, lines and grades from the existing reference points as are necessary for proper construction. A list of coordinates is in the Appendix. Staking of reference points shall conform to NOAA Third Order, Class II Standards. B. Employ a State of Washington licensed land surveyor for all survey work. O Maintain all reference points. If they are disturbed or destroyed, replace as directed. D. Contractor shall lay out site according to the drawings and specifications. PART 2 - PRODUCTS A. Not used. PART 3 - EXECUTION A Not used. END OF SECTION Crestview Park Improvements 01400 -2 PART 1- GENERAL 1.1 SECTION INCLUDES SECTION 01400 QUALITY CONTROL A. Quality assurance and control of installation. B. References. C. Inspection and testing laboratory services. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.3 REFERENCES A. Conform to reference standard by date of issue current on date for receiving bids. B. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor, upon the request of the Owner, will appoint, employ, and pay for services of an independent firm to perform inspection and testing of concrete, asphalt, and compaction. B. The independent firm will perform inspections, tests, and other services except those specifically required by the Contractor in individual specification Sections. C. Reports will be submitted by the independent firm to the Engineer and Owner indicating observations and results of tests and indicating compliance or noncompliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. Crestview Park Improvements 014 0 0-1 TECHNICAL SPECIFICATIONS Section Title 02101 Demolition 02102 Clearing & Grubbing 02210 Earthwork 02510 Site Soils 02511 Storm Sewer 02612 Asphalt Concrete Paving and Crushed Rock Surfacing 02621 Portland Cement Concrete Slab for Picnic Shelter 02711 Fencing & Backstop 02760 Site Furnishings 02820 Seeding 05500 Metal Fabrications SECTION 02101 DEMOLITION PART 1 - GENERAL 1.1 DESCRIPTION In general, demolition consists of: A. Removing existing entry gate, asphalt, and concrete walk at new driveway. B. Any other miscellaneous items not specifically mentioned, but necessary for construction of new improvements. Note: All asphalt shall be sawcut. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02102 - Clearing and Grubbing. 1.3 JOB CONDITIONS Provide protections for: A. Adjacent Facilities Exercise extreme care to prevent damage to adjacent trees and facilities to remain. B. Monuments Carefully maintain bench marks, monuments, and other reference points. If disturbed or destroyed, replace as directed. Note the position of all monuments on the as -built drawings. PART 2 - PRODUCTS 2.1. MATERIALS AND EQUIPMENT As required for work involved. PART 3 - EXECUTION 3.1 PROCEDURE A. Asphalt Sawcut, then remove asphalt and crushed rock base. Remove asphalt from site to the contractor's legal off -site disposal area. B. Concrete Walk Remove concrete walk. Remove from site to the contractor's legal off-site disposal area. (Concrete shall not be used for on -site fill.) Crestview Park 02101 -1 END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION SECTION 02102 CLEARING AND GRUBBING In general, work includes but is not limited to removing a tree, a tree stump and all miscellaneous vegetation necessary for construction. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02101 - Demolition. Section 02210 - Earthwork 1.3 JOB CONDITIONS Provide protections for: A. Adjacent Facilities Exercise extreme care to prevent damage to adjacent facilities to remain. B. Monuments Carefully maintain bench marks, monuments, and other reference points. If disturbed or destroyed, replace as directed. Note the position of all monuments on the as -built drawings. C. Do not disturb the existing utilities to remain shown on the plans. D. Existing trees to remain. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT As required for work involved. PART 3 - EXECUTION 3.1 TREE REMOVAL A. Tree Removal Remove tree and all roots larger than two inches (2 ") in diameter within a six foot (6') radius of the tree center. Fill the void left from the stump with on -site soil as specified in Section 02210 for fill placement and compaction. Crestview Park 0 210 2 -1 3.2 STUMP REMOVAL A Remove stump and all roots larger than two inches (2 ") in diameter within a six foot (6') radius of the stump center. Fill the void left from the stump with on -site soil specified in Section 02210 for fill placement and compaction. 3.3 GRUBBING Crestview Park 021 02 - 2 A. Remove existing sod material approximately 4 inches deep in all cut areas at gravel driveway and under new asphalt paving. 3.4 DISPOSAL A Disposal of Debris 1. Sod debris may be used as fill at the ball field for fill slopes only outside the ball field area. 2. Nonvegetative debris and trees and stumps shall be disposed of at the contractor's legal disposal site. END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION A In general, work includes but is not limited to grading for parking tot and driveway, paving subgrades, picnic shelter, and ball field area. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02511 - Storm Sewer 1.3 JOB CONDITIONS A. Provide protections for: 1. Existing trees to remain. 2. 6" water line on south side of playfield. 1.4 CONTROL OF WORK A The Contractor's surveyor shall establish and stake out control points for the various parts of the work for location, lines, and grades from the existing reference points as are necessary for proper construction. B. Maintain all reference points. If they are disturbed or destroyed, replace as directed. C. Contractor shall layout site according to the drawings and specifications. 1.5 ORIGINAL SITE TOPOGRAPHY A. The original site contours were obtained from a survey of the property. Consult Engineer immediately should actual on -site conditions show substantial deviation from the information shown on the drawings. 1 .6 EXISTING GRADES SECTION 02210 EARTHWORK A. Existing grades are shown on the plans as light (screened) lines, proposed grades are dark (solid) contour lines. It is the Contractor's responsibility to visit the site prior to bidding to generally ascertain quantities, soil types, and general scope of work required to grade to the proposed grades. 1.7 QUALITY CONTROL A All grading shall be accurate to within t. 0.1 foot unless otherwise specified under specific sections of the specifications. PART 2 - MATERIALS 2.1 ON -SITE SELECT FILL A. On -site select fill shall be that material that is substantially free from rubble, wood, or other extraneous material. Crestview Park 0 2 21 0-1 2.2 NONCONFORMING AND SURPLUS MATERIAL A. Surplus Material: Dispose off site B. Organic Material: Dispose of as per Section 02102. PART 3 - EXECUTION 3.1 PLACEMENT A Cut & Fill The intent is to balance cut and fill at the ball field. Spread any suitable excess material uniformly over the finish subgrade. Lower the entire ball field area to make up any shortfall. Place fill in horizontal lifts not exceeding twelve (12) inches in loose thickness and compact. 3.2 COMPACTION A. Under all paving areas: 95% of maximum dry density as determined by ASTM test method D -698 (St. Proctor) each. Open lawn and ball field: 85 %. 3.3 SLOPE TREATMENT A. Round off the tops of all slopes in a gradual and uniform manner, blending new grades into existing grades. 3.4 RECLAMATION A. Any nonconforming material shall be disposed of per Section 02102. 3.5 APPROVAL A. Obtain approval of all finish subgrades prior to placement of any crushed surfacing, top sand, or infield soil. END OF SECTION Crestview Park 02210 -2 SECTION 02510 SITE SOILS PART 1 - GENERAL 1.1 DESCRIPTION This section includes infield soil for ball field. 1.2 RELATED WORK SPECIFIED ELSEWHERE See Section 01100 for possible effect on this Section. PART 2 - MATERIALS 2.1 GENERAL All soil materials shall be imported. 2.2 INFIELD SOIL Infield soil shall meet the following mechanical analysis: Sieve % Passing 1 /4" 1 00% #1 0 95 -1 00% #40 65 -75% #60 45 -55% #80 30 -40% #100 25 -35% #140 17 -22% #200" 10 -14% #270* 6 -8% Approved source: Iddings Farm Service 2.3 SAMPLING OF PERMEABLE MATERIALS Crestview Park 02510-1 *Wet Sieve Test A. Prior to the importation of any of the materials (infield soil ), the Contractor shall provide the Owner with a certified test lab report of the sieve analysis of the product. Owner shall be the final determining factor in establishing compliance with sieve requirements. No material shall be brought onto the job site until the initial sieve analysis has been approved by the Owner, in writing. The testing laboratory shall be an independent, professional laboratory, and shall be a laboratory other than the one specified herein as the Official Owner Testing Laboratory. B. During the course of importation of the permeable materials, the Contractor shall be responsible for continually checking the materials to insure that they continue to meet the Specifications. Failure to do so may require that the Contractor remove nonqualifying material from the site at his own cost. The Owner will have the option to take random samples for testing at their own laboratory. In the event that any sample taken and tested by the Owner reveals that nonqualifying material is being imported, the Contractor shall cease all importation until the Owner is assured that the Contractor is meeting the specifications. In the event that the Owner's sieve analysis and the Contractor's sieve analysis are at variance, and either analysis reveals the material to be noncomplying, the Contractor shall be responsible for obtaining the services of a third party professional testing laboratory, which, in turn shall analyze samples selected by the Owner. Such analysis shall be turned over to the Owner for resolution. The certified test lab reports required in Paragraph. A. above, shall be submitted by the Contractor as early as possible to avoid potential delays in the Contract due to sample rejections. PART 3 - EXECUTION 3.1 INFIELD SOIL A. Place the new approved infield soil to a 0' -6" COMPACTED depth in the infield area delineated on the plans. The compacted depth shall be measured after placement, grading and rolling with a 2000# roller to a smooth, even . finish grade. END OF SECTION Crestview Park 02510 -2 PART 1 - GENERAL 1.1 DESCRIPTION A. The work consists of three concrete sumps. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02210 - Earthwork 1.3 QUALITY ASSURANCE A. Standard Specifications: All construction shall be in accordance with the "1988 Standard Specifications for Road, Bridge, and Municipal Construction ", prepared by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association, Washington State Chapter. Submit composite data sheets on all manufactured materials. Submit samples and sieve analysis on bedding. PART 2 - MATERIALS 2.1 STORM SEWER A. pea Grave( Sieve Size # 1 /2 #3/8 #5/16 #14 # 4 # 8 SECTION 02511 percent Passing 100% 99% 85% 40% 8% 0% All percentages are by weight. B. Corrugated Perforated Pipe 1. ADS N -12: Shall conform to ASTM Test F405 (smooth interior CPP). Requirements for test methods, dimensions, and markings are those found in AASHTO Designations M -252. C. Sump WSDOT STD Type I catch basin (no bottom) with Olympic ML 12GL frame and grate. Provide adaptor for fitting round frame to catch basin. Crestview Park 0 2 51 1 -1 PART 3 - EXECUTION 3.1 EXCAVATIONS A. All excavations over four feet (4') deep shall be in conformance with WISHA shoring regulations and 1988 Standard Specifications (WSDOT), Section 7- 17.3(1)A. B. Typical trench section shall be as detailed. 3.2 TRENCHING A. Excavation Trenches shall be cut with smooth, vertical sides, no less width than as shown on the plans. All trench spoils shall be removed from the underdrained areas and deposited on -site as required by these specifications. In the event that the trench has been overexcavated, the Contractor may correct the cut by use of the gravel filler material, as long as the invert elevations of the drain pipe and the minimum gravel filter blanket are per specifications. Trenches shall be accomplished by utilizing a lazer slope control to ensure accuracy of the trenches. All trenches shall have loose material removed form the trench bottom before any bedding gravel shall be placed. Trench bottom shall be smooth and compact and to the grade specified. B. Trench Maintenance All trenches shall be maintained with vertical sides and without loose or sluffed materials therein; care shall be taken in placement of gravel to insure no sluffing of trench sides or contamination of the gravel. The Contractor shall not drive construction vehicles across excavated trenches but shall use alleys between trenches for travel ways. Exception will be granted only when the Contractor can show evidence that the bridging scheme he proposes will insure conformance with the foregoing. 3.3 PEA GRAVEL ENVELOPE A. Gravel shall be placed in properly graded and approved trenches for the pipe with lines and grades per the plans. The gravel shall be carefully placed on the clean and graded trench bottom and brought to the appropriate level. The drainpipe shall be placed thereon and the balance of the filler gravel shall be placed on the pipe and brought up to subgrade level. Gravel shall be placed along the sides of the pipe and the top of the pipe with the pipe held in place to prevent vertical or lateral displacement by the fluid effort of the gravel. 3.4 CORRUGATED PERFORATED PIPE A. Pipe shall be laid on the bed to grade and held to prevent displacement. Pipe shall be end - capped at the ends. Pipe shall be coupled with sewer couplings to ensure locking of the couplings. 3.5 SUMP Place on undisturbed, firm ground. Backfill around sump with existing soil material and compact per Section 02210. END OF SECTION Crestview Park 0 2 51 1-2 3.2 SUBGRADE A. Prepare subgrade in conformance with Section 02210. 3.3 BASE COURSE A. Construct crushed surfacing in one lift in accordance with Section 9- 03.9(3) of the Standard Specifications. 3.4 SOIL STERILANT A. Apply in accordance with manufacturer's recommendations over crushed rock base for the path and under crushed rock surfacing for the parking lot and driveway in accordance with Section 5- 04.3(5)d of the Standard Specifications. 3.5 ASPHALT A. All Paving Construct in accordance with Section 5 -04 of the Standard Specifications. B. Paths Obtain approval of base course prior to paving. Walk curves to be continuous; no angle points. Bevel edges as detailed. 3.6 JOINT SEALING Seal joints between new and existing paving. END OF SECTION Crestview Park 0 2 612 - 2 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Work includes, but is not limited to the following: 1. Picnic shelter concrete slab, concrete driveway and sidewalk, and miscellaneous concrete. 2. Construction of forms. 3. Placing reinforcement. 4. Placing and finishing concrete mix. 1.2 RELATED WORK SPECIFIED ELSEWHERE SECTION 02621 PORTLAND CEMENT CONCRETE A Coordinate related work specified in other parts of the Project Manual, including but not limited to the following: Section 01400 - Testing Laboratory Services Section 02210 - Earthwork 1.3 REFERENCES A. ACI 301 Structural Concrete for Buildings ASTM C33 -85 Concrete Aggregates ASTM C94 -84 Ready -Mixed Concrete ASTM C171 -69 Sheet Materials for Curing Concrete (1980) ASTM C260 Air Entraining Admixtures for Concrete ASTM C309 -81 Liquid Membrane Forming Compounds for Curing Concrete ASTM D1190 -74 Concrete Joint Sealer, Hot - Poured Elastic Type (1989) ASTM D1751 -83 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Standard Specifications: All construction shall be in accordance with the "1988 Standard Specifications for Road, Bridge, and Municipal Construction ", prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association, Washington State Chapter. 1.4 SUBMITTALS A Submit certificates as specified in Section 01400. 1. Certify: Portland Cement concrete compression, yield, and air content tests /ASTM C94. Crestview Park 02621 -1 B. Submit product data as required and as specified in Section 01300. Include joint filler data. Include admixtures curing compound information. C. Submit design mix: Low slump as specified. 1.5 QUALITY ASSURANCE A Installer qualifications: To be expert in this line of work, and with 5 years minimum experience in comparable installation. B. Requirements of regulatory agencies (current as of Project Manual date). 1.6 DEUVERY A. In accordance with Section 01600 and the following: 1. Deliver ready -mix. 2. Acceptance at site: Verify concrete satisfactory for immediate installation. 1.7 PROJECT SITE CONDITIONS A. Environmental requirements: 1. Allowable concrete temperatures: a Cold weather: Maximum and minimum, ASTM C94. b. Warm weather: Maximum concrete temperature 90 degrees F. 2. In addition, to other requirements, in cold weather treat, protect, and prepare the subgrade to be free from frost when the concrete is deposited. 3. Concrete placement will not be permitted when, in the opinion of the Engineer, the sun, air temperature, wind or limitations of facilities furnished by the Contractor prevent proper finishing and curing of the concrete in accordance with the requirements of this Specification section. PART 2 - PRODUCTS 2.1 MATERIALS A. Form work, reinforcing, and casting -in- place: ACI 301 - including air entrainment. B. Crushed Rock Base: 5/8 inch minus. C. Paving:. Ready -mixed concrete: ASTM C94. 1. Cement type: II 2. Aggregate: ASTM C33 a Fine aggregate: Natural sand. b. Coarse aggregate for paving: Crushed stone or gravel, within the range of 3/4 to number 4. 3. Slump: 4 inches maximum as certified by the batch plant. 4. Air content: 4.5% tolerance of ± 1.5 %. Crestview Park 02621-2 5. Strength: 4,000 psi compressive strength at 28 days. a. Admixtures: ASTM C260 - Air Entrainment. Admixtures as selected by Contractor and approved in writing by Engineer. No calcium chloride will be permitted. D. Curing material 1. ASTM C171 for sheet materials. 2. ASTM C309, Type 1, Class B, for liquid membranes. Sonnenborn "Kure -N- Seal ". E Protective covering material: 1. Waterproof paper or plastic membrane. F. Expansion joint filler: 1. Premolded asphalt expansion joints 3/8" thick. 2.2 SOURCE QUALITY CONTROL A. Tests: May be made at plant prior to delivery. Coordinate as specified in Section 01400. Verify conformance with specified requirements prior to placement. 1. Verify that earthwork is completed to correct line and grade. 2. Check that subgrade is smooth, properly compacted to degree specified in Section 02210, and free of frost and excessive moisture. PART 3 - EXECUTION 3.1 PREPARATION A. Stake and lay out paving. 1. Verify dimensions and shapes. B. Protect surrounding areas and surfaces to preclude damage. O Assemble form work to permit easy stripping and dismantling without damaging concrete. 1. Place joint fillers vertical in position, in straight lines. Secure to form work during concrete placement. Allow for sealant installations over. 2. Position forms and stake to true line and grade. Use subgrade template to establish correct finish grades. 3.2 FORMED JOINTS IN SLAB A. Place joints as shown on the plans. B. Place joint filler between paving components and building or other appurtenances. Crestview Park 02621 -3 3.3 . INSTALLATION A. Crushed Rock Base: Place in one lift and compact to 95 %. B. Slab: Place concrete in accordance with ACI 301. Install the work in accordance with Quality Assurance provisions, References, Specifications, Drawings, and manufacturer's Instructions. Where these conflict, the more stringent requirements govern. Slope surfaces uniformly. 1. Cast -in -place concrete: Thoroughly dampen subgrade prior to placing. Spread uniformly between the forms and compact thoroughly. 2. Locate and construct conventional through - joints as shown on plans. Support premolded joint filler until concrete is placed on both sides of through joints. a. After concrete has been thoroughly compacted and leveled, float with wood float and finish at the proper time with a steel float. Tool conventional sidewalk edges with 1/2 inch radius edger. b. As directed, brush the surface with a fiber hair brush in a transverse direction. 3.4 FIELD QUALITY CONTROL A Tests and inspections: Verify that work conforms to Specifications. Include Section 01400, testing of cylinders for slump and air - entrainment in accordance with ACI 301. 1. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.5 FORM REMOVAL A Remove as directed. 3.6 CURING AND PROTECTION A. Apply curing agent immediately after finishing. Maintain for five days. Do not use white pigmented curing compound. B. Have readily available sufficient protective covering specified. Cover entire day's pour in event of rain or other unsuitable weather. C. Protect paving against damage or defacement of any kind until accepted by Owner. 1. Remove unacceptable, damaged, or defaced paving and install as originally specified. 3.7 PROTECTION A Protect paving from traffic, premature drying, excessive hot or cold temperatures, and mechanical injury for seven days minimum or until a flexural strength of 450 pounds per square inch has been attained. 3.8 CLEANING A Leave installation clean. Leave premises clean and free from residue of work of this section. END OF SECTION Crestview Park 02621 - 4 PART 1 - GENERAL 1.1 DESCRIPTION OF WORK Four foot (4') fence and gates. Eight foot (8') high wing fences. Relocating existing backstop. SECTION 02711 FENCING & BACKSTOP 1.2 JOB CONDITIONS/PRECAUTIONS A. Work entails relocating an existing chainlink backstop. PART 2 - MATERIALS 2.1 4 -FOOT HIGH CHAINLINK FENCE A. Top Rails All fences shall have top rails. Rails shall be standard galvanized steel pipe 1 -5/8 inch outside diameter, weight 2.27 pounds per lineal foot. Top rail shall be securely fastened to terminal posts and pass through tops of line post fittings, forming a continuous rail for the full length of fence. Top rail shall be furnished in random lengths from 18 to 20 feet long and with standard hot -dip galvanized steel expansion couplings not less than 6 inches in length. Short lengths shall not be used adjacent to terminal posts. B. Posts All posts shall be standard hot -dip galvanized steel pipe; straight, true as to section and unspliced. Line posts shall be 2 -3/8 inch outside diameter Schedule 40 pipe, 3.65 pounds per linear foot. Terminal posts shall be 3 -inch outside diameter pipe, weight 5.79 pounds per linear foot. Post finals shall be standard moisture proof, heavily galvanized, malleable iron securely fastened to posts. C. Post Setting All posts shall be set 36 inches in concrete footing. Holes for post footings shall be approximately 38 inches deep. Diameter of holes shall be no less than 10 inches for line posts or 12 inches for terminal posts and gate posts. Line post shall be spaced no more than 10 feet on center unless otherwise noted on plans. Concrete for post setting shall conform to the Standard Specifications of Class "B" concrete. Crestview Park 0 2 71 1 -1 Tops of post footings shall be one (1) inch below fabric. Footings shall be neatly capped to drain. D. Brace Assembly All terminal and gate posts shall be furnished with standard complete brace assembly as specified by the fence manufacturer. E. Tension Bars Tension bars shall be used at all terminal posts. Tension bars shall be of type furnished and fastened as specified by the fence manufacturer and as approved by the Owner. F. Tension Wire Contractor shall provide a No. 7, W &M gauge, galvanized, high carbon coiled tension wire stretched along the bottom of fabric and fastened to the fabric at intervals of not more than 2 feet using steel hog- rings. G Fabric H. Gates Standard fabric shall be continuous 2 -inch mesh, No. 9, W &M gauge. Fabric shall have knuckle top and bottom selvage. 1. Gates shall be provided where shown on plans and hinged to swing back against fence. Frames shall be 2 -inch outside diameter galvanized pipe, weight 2.72 pounds per lineal foot. 2. AU joints shall be welded or have extra heavy malleable corner fittings to make a rigid frame. Welded frames shall be galvanized after welding. Frame shall be filled with same fabric as fence. Gates, hinges, latches, keepers, braces, and all other fittings shall be as specified by the fence manufacturer and approved. 3. Provision shall be made for padlocking all gates in an open (full open to the inside) or closed position. The device shall be subject to approval. Provide gate stops for open and closed positions. 4. Gates width are nominal, exact widths to be determined in the field. J. Galvanizing Galvanizing shall be in accordance with ASTM designation, Al20 or Al23, excluding paragraph 9b of Al23. Fittings shall be in accordance with A153. All material in fence or gates shall be aluminum or hot -dip galvanized, malleable iron, wrought or pressed steel. Except for fabric, the weight of galvanized coating shall be 1.8 ounce per square foot of actual surface. All fabric shall be zinc coated with 2.0 ounces per square foot by the hot -dip process after weaving. Zinc coating shall be smooth, or reasonably uniform thickness, and free from uncoated spots and adhering particles of foreign material. Crestview Park 0 2 71 1- 2 2.2 WING FENCE A. Posts, Rails, and Braces Posts: 3 -inch outside diameter pipe, weight 5.79 pounds per linear foot (galvanized), set 4 feet in concrete footings (24 -inch diameter). Top, Intermediate, and Bottom Rails: 1 -5/8" -inch outside diameter pipe, weight 2.27 pounds per linear foot (galvanized). Rings: No. 9 gauge galvanized rings for fabric to rails and posts at 12 -inch intervals and six -inch intervals through the curves of the posts. B. Fabric Nine -gauge 2" mesh knuckled selvage top and bottom. Galvanized after weaving 2.0- ounce zinc coating. PART 3 - EXECUTION 3.1 UNE AND GRADE A. Line and grade shall follow designed finish grade and the alignment shown. The Contractor shall notify the owner of his intention to begin work. 3.2 WING FENCE A General: Do not begin construction until finish grading has been completed an approved. Drill holes for post footings in firm, undisturbed or compacted soil. Excavate hole depths approximately 3 inches lower than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. B. Tension Wire: Install tension wires before stretching fabric and tie to each post with wire ties or clips. C. Fabric: Pull fabric taut and tie to posts, rails and tension wires on 12 inch centers. Install fabric on field side (inside) of wing fences, and anchor to framework so that fabric remains in tension after pulling force is released. 3.3 BACKSTOP A. Relocate the existing backstop, including any concrete footings, or replace old concrete footings with new if required. Backstop bottom rail to be flush with finish grade. 3.4 CLEANUP A Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave fence complete and workable in all details. 3.5 GUARANTEE A The Contractor shall guarantee in every detail the new material and construction against defects. Any defects which develop within one year from date of final payment shall be replaced at the expense of the Contractor. Crestview Park END OF SECTION 02711-3 _ SECTION 02760 SITE FURNISHINGS PART 1 - GENERAL 1.1 DESCRIPTION A. Work in this section includes dugout benches, portable picnic tables, picnic shelter, and bases and plates. B. All items are to be provided complete "in- place ". 1.2 RELATED WORK SPECIFIED ELSEWHERE A See Section 02621. PART 2 - PRODUCTS 2.1 DUGOUT BENCHES A. Description Dugout benches shall be aluminum, 15' long tube frame team bench with straight legs. Southern Bleacher Team Bench or approved equal. Available through Vanco Associates, Inc., (771- 1412). Model: Raider Bench - no backrest (permanent) Length: 15' Hardware: Galvanized B. Quantity Provide one (1) per dugout. 2.2 PORTABLE PICNIC TABLES A Description Natural Structures (503) 625 -2566. Model #75 -106 Galvanized frame and all hardware; Redwood tight -knot 3 x 6 planks; 5' -10" long. B. Quantity Four (4) Crestview Park 02760 -1 2.3 PICNIC SHELTER A. Description Natural Structures (503) 625 -2566. Laminated beam shelters. Model #98 -203 (20'x28') with optional FTX cedar shingles. Galvanized posts. B. Quantity One (1) 2.4 BASES AND PLATES (City furnished and contractor installed.) A. Description Bases (set of 3): Bolco 100 -ML bases with 205 -BA anchors complete. Pitchers Plate (1): Bolco 495 LOC. Home Plate (1): Bolco 300 AS. Bases and plates are available through Vanco (206) 771 -1412. B. Quantity One (1) set. PART 3 - EXECUTION 3.1 PICNIC SHELTER, PICNIC TABLES, AND BASES & PLATES A. Locate as shown. B. Erect and anchor in strict conformance to manufacturer's instructions. 3.2 DUGOUT BENCHES A. Construct as detailed. Set benches level. END OF SECTION Crestview Park 02760 -2 PART 1 - GENERAL 1.1 DESCRIPTION A This work includes seeding by hydroseeding and providing a temporary barrier fence. The Owner will provide maintenance.. 1.2 SUBMITTALS A. Seed Analysis A complete analysis of the seed shall be submitted by the Contractor, prior to planting, including the percent of pure seed, germination, other crop seed, inert and weed, and the germination test date. All crop seed in excess of one percent must be itemized. B. Fertilizer Certification Submit duplicate copies of all invoices for all fertilizer showing the grade furnished. 1.3 RELATED WORK SPECIFIED ELSEWHERE See Section 02210 - Earthwork PART 2 - MATERIALS 2.1 SEEDING A Grass Seed 1. Grass seed shall be certified quality seed and shall meet the following conditions: Mixture: % Pure Seed: Min % Germination: SECTION 02820 SEEDING Total weed seed for the mixture shall not exceed 0.5 %. 2 . Seed Law All seeds shall conform to the requirements of the Washington State Seed Laws, and where applicable, the Federal Seed Act. Crestview Park 02820 -1 Material 100% by weight, Turftype, Perennial Ryegrass Ryegrass can be a blend of two or three of the following: Dasher, Fiesta, Diplomat, Omega, Manhattan 11, Prelude or Yorktown 11 Ryegrass 90% Ryegrass 90% 3 . Noxious Weed Seed All seed shall be free of seeds of weeds listed as primary noxious by the Washington State Seed Law. Seeds shall not contain seeds of weeds listed as secondary noxious by the Washington State Seed Law, singly or collectively in excess of the labeling tolerance specified by the Washington State Seed Law. 4. Rejection When seeds furnished under this specification fail to meet the requirements within tolerance, as provided by the Washington State Seed Law, the lot shall be rejected or subjected to fiscal adjustment. 5. Recleaning Seeds shall be thoroughly recleaned and of uniformly good quality and appearance throughout each lot. 6. Preparation for Delivery Seeds shall be packed in clean, sound containers of uniform weight. Seed shall be labeled as required by Law. 7. Reference Specifications Chapter 15.49, Washington State Seed Law. B. Fertilizer 1. For Incorporation with all Seeding: Use a 10 -20 -20 fertilizer with the following characteristics: 50% of the nitrogen shall be derived from 38% urea formaldehyde. Potash shall be derived from sulfate of potash. Fertilizer shall be retained by Taylor standard sieves as follows: No. 4 sieve retains 0% No. 20 sieve retains 65% No. 80 sieve retains 95% Preparation for delivery: Fertilizer shall be packaged in new, water - proof, non - overlaid eighty pound (80 Ib.) bags, clearly labeled as to weight, manufacturer and content. 2.2 LIME (for ball field only) A Lime for incorporation into the soil prior to seeding shall meet the following specifications: Lime shall be fine grind dolomite lime. Crestview Park 0 2 8 2 0- 2 Lime shall be retained by Taylor Standard Sieves as follows: Preparation for delivery: Lime shall be packaged in new, waterproof, nonoverlaid eighty pound (80 Ib.) bags, clearly labeled as to weight, manufacturer and content. 2.3 MULCH FOR HYDROSEEDING A Mulch: No. 20 sieve retains No. 100 sieve retains 25% Material: Wood cellulose fiber. Rate of Application: 2,000 Ibs /acre. B. Tacifier: Material: J -tac, available through Reclamare (206) 824 -2385 Rate of Application: 40 Ibs /acre. 2.4 ORANGE BARRIER FENCE A. Alpi Safety Fence, Orange, 4' height. Tenax Alpi or equal. PART 3 - EXECUTION 3.1 SEEDING A. Preplanting and Lime After the area to be seeded has been brought to finish grade, in accordance with these Specifications and Plans, and has been approved by the Engineer, apply dolomite limestone at the rate of fifty (50) pounds per one thousand square feet. Rototill the above into the soil to the depth of two (2) inches. Use a tractor - mounted three -point suspension rototiller (Howard) or equal. Rubber -tire tractor is permissible if the tires are low pressure type. B. Finish Grading and Rolling Grade all areas to be seeded and roll to a smooth surface free of ruts and tracks. Remove all rocks and debris larger than 1" in any dimension. OBTAIN APPROVAL OF FINISH GRADE BEFORE SEEDING. C. 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 which will provide a uniform distribution of the slurry. All spill over on equipment, pavement, trees, etc. shall be immediately cleaned off. Crestview Park 02820-3 D. Rates: 1. Seed - 10.0 Ibs per 1,000 square feet. 2. 10 -20 -20 fertilizer - 15 Ibs per 1,000 square feet. 3. Mulch - per manufacturer's recommendations. 3.2 ACCEPTANCE All seeded areas will be accepted after seeding. The Owner will provide all maintenance. 3.3 TEMPORARY FENCE (orange barrier fence) A Erect plastic fence immediately after seeding. Fence shall be maintained by and become the property of the Owner. Crestview Park. END OF SECTION 02820 -4 SECTION 05500 METAL FABRIC TIONS PART 1 - GENERAL 1.1 DESCRIPTION A. This section includes fabrication and installatio of steel gates. 1.2 QUAUTY ASSURANCE A. Standards Conform to American Institute of Steel Constr ction (AISC) "Specifications for the Design, Fabrication and Erection of Structural . teel for Buildings ", and "Code of Standard Practice for Steel Buildings and Brides ", and "American Welding Society" (AWS) "Standard Code for Welding in Building Construction ". B. Building Code Conform to requirement of Uniform Building •ode as supplemented and modified herein. 1.3 SUBMITTALS A. Shop Drawings Submit for approval prior to fabricating in ac • rdance with General Provisions and Special Provisions. Show dimensions, details, elds and necessary accessory items, include all information necessary for fabricatio and for erection. Verify dimensions and correlated work with adjoining work. PART 2 - PRODUCTS 2.1 GATES A Structural steel to conform to ASTM A -36 -70 2.2 GALVANIZING A Comply with ASTM A 386 -65 for zinc coatings • n assembled steel products. Weight of coating per Table I for class and thick ess of material to be coated. Galvanize after fabrication. PART 3 - EXECUTION 3.1 GATES A. Fabrication Jointing of post and arm shall be by mitered an arm, groove welding joints, and grinding smoo Any field welds shall be painted with Galvacon. welded Joints made by fitting posts to h. Hot -dip galvanize after fabrication. Finish shall be smooth with no sharp or protruding burrs (as determined by the Engineer). Crestview Park 05500 -1 B. Installation Set posts vertical and arm level. Gate must swing smoothly. Latch mechanism to work smoothly without binding. C. Painting Paint all metal white. Shop prime and provide two coats of gloss enamel. D. Reflective Strips Provide white reflective strips twelve inches (12 ") on center - both sides along the gate arm. Crestview Park 05500 -2 END OF SECTION APPENDIX Coordinate Layout Plan Prevailing Wage Rates NAIL IN WALK N 170601.54 E 1642431.21 E 1643059.16 N 170490.98 N E 1642453.86 N 170591.52 E 1642546.31 N 170615.51 E 1642547.07 N 170542.87 E 1642457.73 1E -203.1 N 170498.65 E 1642506.35 N 170129.90 E 1642471.36 N 170477.94 E 1642460.78 N 170486.49 E 1642437.28 N 170467.68 E 1642444.47 170430.52 NAIL IN POST N 170549.73 E 1642613.64 N 170495.29 E 1642623.30 N 170548.27 E 1642624.98 - flC1 saroa L LNSWdCT Cone SW N/ Q Vadrone 2— l2'Dogwood. 14Fr 0 Top tn. 5'fY NAIL IN WAL CONTROL PT. #2 N 170360.42 E 1642770.63 • 12Fr melt 12 14 'F7r 'F7r — 6' A.C. R=5' N 170376.87 E 1642946.94 1e Fr f'f . R =170' FROM HOME PLATE \\ CHAIN LINK FENCE 15'A/1/470FOno 170 E 1.• •/1.83 N 170384.76 E 1642973.24 R =50' FROM PITCHERS PLATE N 170327.92 E 1642982.62 -- -- WAIFR---- 6•A.C. - - -- WATER- -.r.__ Y---- 6' AC. N 1703 75.43 E 1642952.13 • 12 Atadrono 6' A.C. WATER MAIN (LOCATION DISTRICT UTILI PLANS - 1961) Set hub 13 AWda+a 24'Fr 8oakstcp N 1703 79.35 E 1643023.97 CHAIN LINK /FETIf� N 170363.77 E 1643011.44 N 170358.05 E 1643030.17 I N 170330.97 E 1643040.15 N 170308.34 E 1643035.57 N 170129.90 E 1643059.16 CONTROL PT. #1 N 170129.90 E 1643059.16 81 8F -* DI S AND TENDERS T • rs ' 21.49 3.75 1M 5D As istant Tenders 19.99 3.75 1M 50 Di ers - 0 to 50 ft 48.98 3.75 1M 50 DR= WORKERS As istant Engineer 19.21 4.71 1 50 As istant Nate- Deckhand 18.87 4.71 1 5D Bo tmen 19.21 4.71 1 5D E Sneer Welder 19.26 4.71 1 50 Le erman 19.63 4.71 1 5D Na e 19.21 4.71 1 5D Oi er 18.87 4.71 1 50 Cr ne 19.26 4.71 1 5D Ma ntenance 18.77 4.71 1 5D *- DR L FINISHERS Dr all Taper 20.57 3.01 1 -* ELEC RICAL FIXTURE MAINTENANCE WORKERS J rney Level "ELECT J• RNEY LEVEL CA LE SPLICER C STRUCTION STOCK PERSON ** ELE RICIANS - POWERLINE CONSTRUCTION Ca le Splicer Gr • He Grourxhnan He vy Line Equip. Man Ja khamnerman J. rneyman Lineman Li Equipment Man Po e Sprayer P• • men We der - Certified -- ELEV ME NE ME NE PR FICATIOM ** ELE RICIANS - ROTOR SHOP Cr ftsperson J. rney Level TOR CONSTRUCTORS HANIC IN CHARGE /UNDER 5 YEARS MANIC IN CHARGE /OVER 5 YEARS HANIC /UNDER 5 YEARS HANIC /OVER 5 YEARS STRUCTOR/UNDER 5 YEARS STRUCTOR /OVER 5 YEARS ATIONARY CONSTRUCTOR WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03 -04 -92 CMG CONNIY (SEE BENEFIT CODE KEY) NOUILY NOIlRLY OVER WAGE FRINGE TINE HOLIDAY RATE , BENEFITS ORE CODE In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50 to 100' - $1.00 per foot for each foot over 50 fast Over 100' to 175' - 82.25 per foot for each foot over 100 feet Over 175 to 250' - 85.50 per foot for each foot over 175 feet Over 250' - Divers may name their own price, provided it is no less than the scale listed for 250 feet 8.00 1.37 1J 5A 21.60 5.00 1J 6H 23.76 5.06 1J 6H 11.55 2.95 1J 6H 13.95 1.42 2A 6C 13.29 1.40 2A 6C 21.68 5.26 4A 5A 8E 13.90 3.99 4A 5A 8E 14.78 4.02 4A 5A 8E 19.59 5.19 4A 5A 8E 14.78 4.02 4A 5A BE 19.59 5.19 4A 5A 8E 16.89 4.09 4A 5A 8E 19.59 5.19 4A 5A BE 14.78 4.02 4A 5A 8E 19.59 5.19 4A 5A • BE 24.41 7.57 4A 5A 24.41 8.06 ' 4A 5A 21.70 7.41 4A 5A 21.70 7.85 4A 5A 15.19 7.02 4A 5A 15.19 7.33 4A 5A 10.85 0.00 4A 5A 88 , GREENHOUSE ERECTORS Greenhouse Erector 8.00 0.00 1 CLASSIFICATION '* 4ARORERS - UTILITIES CONSTRUCTION (SEE LABORERS) *' LATHERS Journeyman " NACNINISTS (HYDROELECTRIC SITE WORK) Machinist WASHINGTON STICTE PREVAILING WAGE RATES - EFFECTIVE 0344-92 ERAC COONEY (SEE BENEFIT CODE KEY) NOURLY *SURLY OVER WAGE FRINGE TIME NOLIDAY NOTE RATS NEFITS IRK CODE gmE. Cession Worker 17.82 3.60 1M 50 Carpenter Tender 16.98 3.60 1M 50 Cement Dumper /Paving 17.46 3.60 1M 5D Cement Finisher Tender 16.98 3.60 1M 50 Chipping Gun 16.98 3.60 1M 5D Chuck Tender 16.98 3.60 1N 50 Clean -up Laborer 16.98 3.60 1M 5D Concrete Form Stripper 16.98 3.,60 1K 5D Concrete Saw Operator 17.46 3.60 1M 50 Crusher Feeder 12.30 3.60 1N 50 Curing Concrete 16.98 3.60 1M 5D Demolition - Wrecking and Moving 10.98 3.60 1M 5D (including charred materials) Diver 17.82 3.60 1M 51) Drill Operator (Hydraulic, Diamond, Air Trap) 17.46 3.60 1M 5D Epoxy Technician 16.98 3.60 1N 50 Faller /Bucker -Chain Sew 17.46 3.60 1M 50 Final Detail Cleanup 9.98 3.60 1M 5D Gebion Basket Builder 16.98 3.60 1M 50 General Laborer 16.98 3.60 1M 5D Grade Checker and Transit Man 17.46 3.60 1M 5D Grinders 16.98 3.60 IN 5D High Scaler 17.46 3.60 1M 5D Hod Carrier /Nortarmen 17.46 3.60 1M 51) Jackhammer 17.46 3.60 1M 50 Miner 17.82 3.60 1M 50 Nozzleman - Concrete Pump, Green. Cutter when 17.46 3.60 1M 51) using high pressure air and water on concrete and rock, sandblast, Gunite, Shotcrete, Water Blaster Pavement Breaker 17.46 3.60 1M 5D Pilot Car 12.30 3.60 1M 50 Pipe Reliner (not insert tYPe.) 17.46 3.60 1M 5D Pipetayer and Caulker 17.46 3.60 1M 50 Pot Tender 16.98 3.60 1M 50 Powdermen 17,82 3.60 1M 5D Powdermen Helper 16.98 3.60 1M 5D Railroad Spike Puller (power) 17.46 3.60 1N 5D Re- Timberman 17.82 3.60 1M 5D Spreader (Concrete) 17.46 3.60 1N 50 Spreader - Clary Power or Similar Types 17.46 3.60 1N 5D Stake Hopper - 16.98 3.60 1K 50 Tamper (Multiple and Self Propelled) 17.46 3.60 1M 50 Tamper and Similar Electric, Air and Gas. 17.46 3.60 111 5D Toolroom Man (et job site) 16.98 3.60 1M 5D Topmen - Tatman 16.98 3.60 1M 50 Trackliner (Power) 17.46 3.60 1M SD Tugger Operator 16.98 3.60 1N 5D Vibrating Screed (air, Gas, or Electric 16.98 3.60 1M 51) Vibrator 17.46 3..60 1M 50 Well -Point Person 17.46 3.60 1M 50 " LANDSCAPE CONSTRUCTION Irrigation Equipment Installers 10.62 3.25 1R 5A Irrigation i Landscape Equipment Operators 11.50 3.95 1R 5A Landscaping or Planting Laborers 8.00 0.00 1 Lawn Sprinkler Installers 10.62 3.25 1R 5A LANDSCAPE MAINTENANCE Journey Level 8.00 0.00 19.81 3.75 1J 16.84 0.00 1 5A • • Gradechecker and Stakemen 17.35 4.71 1N SD Hoists, Air Tuggers, 19.45 4.71 1N 5D CLASSIFICATION WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 011- D4 -.92 KING COUNTY •* POWER ERUIPMENT OPERATORS - UTILITIES CONSTRUCTION (SEE POWER EWIPMEIIT OPERATORS) (SEE MEIEFIT CODE KEY) HOURLY MO1ELY OVER WAGE FRINGE TIME NOLIDAY NOTLT -. BENEFITS S CODE E` Hydrelifts /Boom Trucks 10 tons and under 17.35 4.71 IN SD Hydratifts/ Boon Trucks over 10 tons 19.45 4.71 1N 5D Loaders, 8 yds & over 20.75 4.71 1N 51) Loaders, Overhead 6 yards up to 8 yards 20.25 4.71 1N 5D Loaders, Overhead under 6 yards 19.81 4.71 IN 5D Locomotives, All 19.81 4.71 IN 50 Mechanics, All (Welders) 19.81 4.71 IN 51) Mixers, Asphalt Plant 19.81 4.71 1N 50 Motor Patrol Grader - Non - finishing 19.45 4.71 IN 5D Motor Patrol Grader - Finishing 19.81 4.71 1N 50 Mucking Machine, Mole, 20.25 4.71 IN 5D Tunnel Drill and /or Shield Oil Distributors, Blowers, etc. 17.35 4.71 IN 50 Oiler Driver on Truck Crane 19.45 4.71 IN SD Pavement Breaker 17.35 4.71 IN 51) Permanent Shaft -type Elevator or Manlift 17.35 4.71 1M 5D Piledriver 19.81 4.71 1N 5D Plant Loader (Asphalt) 19.81 4.71 IN 5D Posthole Digger, Mechanical 17.35 4.71 1N 50 Power Plant 17.35 4.71 1N 5D Pump Truck Mounted 19.81 4.71 1N 50 Concrete Pump with Boom Attachment Pumps, Water 17.35 4.71 1N 5D Quad 9 and Similar, D -10 and HD -41 20.25 4.71 1N 5D Remote Control Operator 20.25 4.71 1N 51) Rollagon 20.25 4.71 1N 5D Roller, Other than Plant Road Nix 17.35 4.71 1N 5D Rollers, Plantmix or 19.45 4.71 1N 5D Multilift Materials - Composition Materials Roto -Milt Pavement 19.81 4.71 IN 50 Saws, Concrete 19.45 4.71 1N 5D Scrapers - Carry All 19.45 4.71 1N 5D Scrapers, Concrete 19.45 4.71 IN 5D Scrapers, Self - propelled 45 yards and over 20.25 4.71 IN 51) Scrapers, Self - propelled under 45 yards 19.81 4.71 IN 5D Screed Man 19.81 4.71 1N 50 Shotcrete Gunite 17.35 4.71 1N 51) Shovels and Attachments, 6 yards & over 20.75 4.71 IN 50 Shovels 3 yds A under 19.81 4.71 IN 5D Shovels over 3 yards to 6 yards 20.25 4.71 IN 50 Slipform Pavers 20.25 4.71 1N 5D Spreaders, Blew Knox 19.45 4.71 IN 50 Sub-grader - Trimmer 19.81 4.71 IN 5D Tower Crane 20.75 4.71 1N 5D Tractors 60 HP & under 19.45 4.71 IN 5D Tractors over 60 HP 19.81 4.71 IN 50 Transporters, All Track or Truck Type 20.25 4.71 1N 51) Trenching Machines 19.45 4.71 1N 50 Wheel Tractors, Farman Type 17.35 4.71 1N 5D - YoYo Dozer 19.81 4.71 IN 50 ** POWER LINE CLEARANCE TREE TRIMMERS Chippermen 12.90 3.50 4A 5A Spray Man 12.90 3.50 4A 5A Tree Trimmer 16.12 4.31 4A 5A Tree Trimmer GroundMen 11.30 3.45 4A SA Journey -level in Charge 18.67 4.40 •4A 5A ** REFRIGERATION AND AIR CONDITIONING MECUM All Classifications 19.62 8.42 4A 5A ' SOLAR CONTROLS FOR WINDOWS All Classifications 11.20 1.24 1 ** SPRINKLER FITTERS - FIRE PREVEIITION ' Journeyman 23.19 9.83 1B l _'* STAKE RIGGING MECHANICS Mechanic 10.50 2.73 1 •* SURVEYORS Chain Person 9.35 0.00 1 Instrument Person (Junior Engineer) 11.40 0.00 1 Party Chief 13.40 0.00 1 WASHINGTON STAfE PREVAILING WAGE RATES - EFFECTIVE 03 -04 -92 KIRA mRITY% (SEE BENEFIT CODE KEY) NOIJRLY IIQ�LT OVER YALE FRINGE TINE NOLIDAY NOTE C1ASSJFICATION RATE JENEFITS _ 'AIDE _ CODE SA 5A 5S SC CLASSIFICATION -- TILE. MARBLE AND TERRAZZO FINISHERS Journeyman -- TRAFFIC CONTROL STRIPERS Journeyman WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-04 -92 KKNG'COUNYY • (SEE NEMEFIT CODE KEY) NOIRZLY NOURLY OVER • WAGE FRINGE TINE NOLIDAT NOT, RATE REI FITS Cif, CODE CAE -* TELEPHONE LINE CONSTRUCTION - OUTSIDE Cable Splicer - Telephone Lineman 17.19 2.27 1B 5A Special Apparatus Installer 1 17.19 2.27 18 5A Special Apparatus installer II 16.78 2.25 1B 5A Installer - Repairman 16.36 2.24 1B 5A Telephone Equipment Operator Heavy 17.19 2.27 1B 5A Telephone Equipment Operator Light 15.79 2.22 IB 5A Journeymen Telephone Lineman 15.79 2.22 18 5A Hole Digger, Grouximan 8.40 2.00 18 5A Tree Trimmer - Telephone Line 15.79 2.22 18 5A Pole Sprayer 15.79 2.22 18 5A T.V. System Technician 14.01 2.17 1B 5A T.V. Technician 12.32 2.12 1B 5A T.V. Lineman 11.32 2.09 18 5A T.V. Groundman 7.85 1.99 18 5A ** TERRAZZO WORKERS AND TILE SETTERS All Classifications 20.55 3.78 1B 5A 16.38 3.78 18 5A 18.14 2.47 1K 5A ** TRUCK DRIVERS A-Frame or Hydralift Trucks or Similar 19.31 4.29 1N 5D Buggymobile and Similar 19.00 4.29 IN 5D Bulk Cement Tanker 19.16 4.29 1M 50 Bull Lifts, or Similar 19.18 4.29 1M 50 Equipment (Not Warehousing) Bull Lifts, or Similar 18.83 4.29 1M 50 Equipment (Warehousing) Bus or Employee Haul 18.83 4.29 IN 50 Dumpster 0 - 05 yards 18.73 4.29 IN 5D Dumpster Over 5- 12 yds 18.95 4.29 1M 50 Dumpster Over 12 - 16yds 19.36 4.29 IN 5D Dumpster Over 16 - 20yds 19.41 4.29 1N 5D Dumpster Over 20 - 30yds 19.58 4.29 1M 5D Dumpster Over 30 - 40yds 19.74 4.29 1N 5D Dumpster Over 40 - 55yds 19.90 4.29 1M 5D (Fifteen cents (S.15) per hour increase for each 10 Yard increment over 55 Yards.) .• Escort Driver /Pilot Car 13.67 4.29 1N 5D Explosive Truck (Field Mix) and Similar 19.05 4.29 1M 5D Flatbed Truck - Dual Rear Axle 18.94 4.29 1M 50 Flatbed Truck - Single Rear Axle 16.92 4.29 1N 51) Fuel Truck, Grease Truck, Greaser, Battery 18.83 4.29 IN 5D and /or Tire Service Man Hyster (Hauling Bulk Loose Aggregates) 19.00 4.29 111 50 Leverman and Loaders at 18.73 4.29 1M 50 Bunkers and Batch Plants Lowbed and Heavy Duty Trailer: Under'50 T 19.05 4.29 1M 5D Lowbed and Heavy Duty Trailer: 50 - 100 T 19.33 4.29 1M 50 Lowbed and Heavy Duty Trailer: Over 100 T 19.49 4.29 1N 50 Mechanic 19.17 4.29 IN 50 Mechanic Helper 18.58 4.29 1M 5D Oil Distributor Driver (Road) 19.16 4.29 1M 50 Oil /Transport Tanker 16.54 4.29 1M 50 Pick -Up Truck 16.92 4.29 1M 5D Pickup Sweeper 16.92 4.29 1M 5D Scissors Truck 18.83 4.29 1M 50 Slurry Truck 19.05 4.29 1M 50 Sno -go and Similar 19.05 4.29 1M 5D Straddle Carrier (Ross, Hyster, and Similar) 19.00 4.29 1M 5D CLASSIFICATION WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03 -04 -92 KING COUNTY% (SEE BENEFIT CODE KEY) NOURLT NOURLY VIER wGE FRINGE THE NOLIDAY NOTE AUK__ NENEFITS ' CODE CODE Swapper 18.73 4.29 114 50 Team Driver 18.78 4.29 IN 5D Tractor, Small Rubber -Tired 18.83 4.29 1N 51) Transit -Nix 0 - 4.5 yds 19.04 4.29 1N 50 Transit -Nix Over 4.5 -6yd 19.21 4.29 IN 50 Transit -Nix Over 6 - 8yd 19.37 4.29 1N 5D Transit -Nix Over 8 -10yd 19.53 4.29 IN 50 Transit -Nix Over 10 -12yd 19.70 4.29 1N 50 Transit -Mix Over 12 -16yd 19.86 4.29 IN 50 Transit -Nix Over 16 -20yd 20.02 4.29 IN 50 Transit Mix Over 20 yds 20.18 4.29 IN 50 Vacuum Truck 18.83 4.29 1N 50 Warehouseman i Checkers 18.73 4.29 1M 50 Water Wagon i Tank Truck: Up to 1600 gal 18.83 4.29 IN 5D Water Wagon i Tank Truck: 1600 - 3000 gal 19.00 4.29 1M 50 Water Wagon i Tank Truck: Over 3000 gal 19.16 4.29 1N 5D Winch Truck: Dual Rear Axle 19.05 4.29 IN 50 Winch Truck: Single Rear Axle 18.83 4.29 IN 50 Wrecker, Tow Truck, and Similar 18.83 4.29 101 50 -- WELL DRILLERS Irrigation Pump Installers 11.60 0.00 1 Oiler 9.45 0.00 1 Well Driller 11.60 0.00 1 9 N******A ►1Nfff***0 PENEFIT CODE KEY EFFECTIVE 03-04 -92 OVERTIME CODES 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. F. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SATURDAY AND SUNDAY (EXCEPT MAKEUP DAY) 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. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED CO SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. 1. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS DUE TO INCLEMENT WEATHER) 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. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF 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 SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS (EXCEPT AS A MAKEUP DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR 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. P. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE -UP DAYS DUE TO INCLEMENT WEATHER) AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS, SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. 1 R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE PLUS HEALTH AND WELFARE AND VACATION. T. 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 TWO TIMES THE HOURLY RATE OF WAGE. FOR ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK AND FOR ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS, THE HEALTH, WELFARE & DENTAL, AND VACATION BENEFITS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE. PENSION AND TRAINING SHALL BE PAID AT THE REGULAR HOURLY RATE. 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 HOLIDAYS SHALL BE PAID AT THE PREVAILING HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND OWE -HALF TIMES THE HOURLY RATE OF WAGE PLUS ONE AND ONE -HALF TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE PLUS TWO TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. Y. 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 TWO TIMES THE HOURLY RATE OF WAGE. WHERE CONDITIONS REQUIRE WORK TO BE DONE ON SATURDAY, THE WORK WEEK MAY BE TUESDAY THROUGH SATURDAY. Z. THE FIRST EIGHT HOURS ON THE FIRST SHIFT ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON SATURDAYS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER MEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS (EXCEPT WHEN WORKED AS A MAKE-UP DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, PLUS HOLIDAY PAY (IF ELIGIBLE). C. THE FIRST TEN HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF ELEVEN HOURS PER DAY, MONDAY THROUGH FRIDAY, ALL HOURS WORKED IN EXCESS OF TEN HOURS ON SATURDAYS, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TINES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT -TIME PAY FOR HOLIDAYS. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. ALL HOURS WORKED IN EXCESS OF FIVE (5) DAYS SHAL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. OVERTIME FOR OVER FIVE (5) DAYS MAY BE WORKED A STRAIGHT TIME BY MUTUAL AGREEMENT IN WRITING. 2 4. 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. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, 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). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND PRESIDENTIAL ELECTION DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). 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). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, DECEMBER 24TH, CHRISTMAS DAY, AND DECEMBER 31ST (9). K. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEE'S CHOICE (7). L. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. 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, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). 3 S. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS WORKED ON AN EMPLOYEE'S REGULARLY ESTABLISHED WORKDAYS SHALL BE COMPENSATED AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. HOLIDAYS WORKED ON AN EMPLOYEE'S REGULAR DAYS OFF SHALL BE COMPENSATED AT TWO TIMES THE HOURLY RATE OF WAGE. PART-TIME EMPLOYEES WORKING ON HOLIDAYS SHALL BE COMPENSATED AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. PAID HOLIDAYS: EIGHT (8) PAID HOLIDAYS. 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY BEFORE OR THE DAY AFTER NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (10). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). C. HOLIDAYS: NEW TEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. HOLIDAYS: NEW YEAR'S DAY AND THE FRIDAY AFTER THANKSGIVING DAY (2). PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (5). E. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, LAST MONDAY IN MAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). F. HOLIDAYS: NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ARMISTICE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. PAID HOLIDAYS: PRESIDENT'S DAY. N. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). NOTE CODES 8. A. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEN ALLOWANCE OF TWENTY -FOUR DOLLARS (124.00) IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. 1. THE WAGE RATES AND DEPTH PREMIUMS ARE FOR SURFACE SUPPLIED DIVERS AND SCUBA DIVERS. THE STANDBY RATE OF PAY FOR DIVERS SHALL SE ONE -HALF TIMES THE DIVERS RATE OF PAY. C. ONE (1) WEEK VACATION AFTER ONE (1) YEAR OF SERVICE. PART TINE EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 4 • D . •., E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY -FOUR DOLLARS ($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. F. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE. TEN (10) DAYS VACATION AFTER THREE YEARS OF SERVICE. G. $.25 PER HOUR VACATION AFTER ONE YEAR OF SERVICE. $.50 PER NOUN VACATION AFTER TWO YEARS OF SERVICE. H. TWO (2) WEEKS VACATION AFTER ONE (1) YEAR OF SERVICE. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE MOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 1. APPRENTICES BELOW 80% RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF $.75. APPRENTICES 80% AND ABOVE RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF S1.55. J. NO WORK SHALL BE PERFORMED ON LABOR DAY OR CHRISTMAS DAY EXCEPT WHEN LIFE OR PROPERTY IS IN IMMINENT DANGER. SHOULD ANY OF THESE NOLIDAYS FALL ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED A LEGAL HOLIDAY. K. VETERANS DAY AND THE FRIDAY AFTER THANKSGIVING ARE OPTIONAL NOLIDAYS AND ARE PAID AT ONE AND ONE-NALF TIMES THE REGULAR RATE OF PAY ONLY WHEN WORKED. L. FIVE (5) DAYS VACATION PER YEAR. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE SENEFITS. M. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE, TEN (10) DAYS VACATION AFTER TWO YEARS OF SERVICE. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. N. MARBLE MASONS AND GRANITE MASONS RECEIVE AN ADDITIONAL 11.00 PER HOUR. 0. FIVE (5) DAYS VACATION AFTER ONE (1) YEAR. P . Q. FIVE (5) DAYS VACATION PER YEAR. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. R. FIVE (5) DAYS VACATION PER YEAR. S. ONE WEEK VACATION AFTER ONE YEAR OF SERVICE. TWO WEEKS VACATION AFTER THREE YEARS OF SERVICE. THREE WEEKS VACATION AFTER NINE YEARS OF SERVICE. T. TWO WEEKS VACATION FOR ONE TO THREE YEARS OF SERVICE. FOUR WEEKS VACATION FOR THREE TO SIX YEARS OF SERVICE. SIX WEEKS VACATION FOR SIX OR MORE YEARS OF SERVICE. 5