Loading...
HomeMy WebLinkAboutPW1996-0214 - Original - Tri-State Construction, Inc. - Installation of Mill Creek Box Culverts - 07/26/1996 3 yy� � # ff 5 E � K.I G C Y, WASI�G ON / I CIAL PROVJ,Si 'N� FOR TAT TI OF ILL C BU C T 'VR S 4 BIDS A ED UNTIL 10 45 A1V�� ; E 2,6, 1 IXi% _ IiD3PENII�iG • f N 2b, 19 Noll S ''� P A t, E i u 3hN OITY OF KEN - ivi 1i DON E. WICKSTROM, P. E. _ DIRECTOR OF PUBLIC WORKS w CITY OF KENT KING COUNTY, WASHINGTON SPECIAL PROVISIONS FOR INSTALLATION OF MILL CREEK BOX CULVERTS BIDS ACCEPTED UNTIL 10:45 A.M. An-q. M. JUNE 2691996 BID OPENING �, t9U7(i 4 �.w 11:00 A.M. ` <:, JUNE 269 1996 8/-l/ 27 AT CITY OF KENT CITY HALL �~ KENT, WASHINGTON DON E. WICKSTROM, P. E. DIRECTOR OF PUBLIC WORKS w ORDER OF CONTENTS Call for Bids Contractor's Compliance Statement Proposal Subcontractor List Statement of Bidder's Qualifications -- Proposal Signature Sheet Bid Bond Form Performance Bond Form Contract Combined Affidavit& Certification Form: Non-Collusion, Minimum Wage (Non-Federal Aid) �.W Bidders Check List Table of Contents Kent Special Provisions Kent Standard Details `" Prevailing Wage Rates CALL FOR BIDS Notice is hereby given that the City of Kent, Washington,will receive sealed bids at the City Clerk's office through June 26, 1996 up to 10:45 A.M. as shown on the clock adjacent to the City Clerk's office located on the second floor of Kent City Hall, 220 4th Avenue South, Kent, Washington. All bids will be opened and read publicly aloud at 11:00 A.M. for the City of Kent project named as follows: INSTALLATION OF MILL CREEK BOX CULVERTS The project consists of installing a total of 350 if of 17' x 4', and 110 if of 10' x 6' box culverts at three locations. The box culverts will be supplied by the City. Also included in the contract are 14 wing walls, connections to existing storm drains, and a 96" dia. manhole. All work including restoration shall be completed within sixty (60) calendar days from issuance of Notice to Proceed. The Engineer's estimated range for this project is approximately $700,000 - $750,000. For technical questions, please call Tom Tazuma or Ken Langholz at 859-3383. �. Bid documents may be obtained by contacting City of Kent Engineering Department, Teresa Baim, Phone 859-3362. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope,addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be �.. considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the Plans and Special Provisions may be purchased at a non-refundable cost of 3$ 0.00 for each set. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check,postal money order or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids, or waive any informalities in the bidding, or determine which bid or bidder is the most satisfactory and responsible bid or bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of forty-five (45) days after the day of bid opening. Dated this 30th day of May , 1996. BY. Brenda Jacober, M City Clerk Published in Valley Daily News on June 12 and June 19, 1996 Daily Journal of Commerce on June 12 and June 19. 1996 BIDDER'S NAME Tri-State Construction, Inc. CITY OF KENT KING COUNTY, WASHINGTON BID DOCUMENTS FOR INSTALLATION OF MILL CREEK BOX CULVERTS BIDS ACCEPTED UNTIL 10:45 A.M. JUNE 2691996 BID OPENING 11:00 A.M. JUNE 2691996 AT CITY OF KENT CITY HALL KENT, WASHINGTON DON E. WICKSTROM, P. E. DIRECTOR OF PUBLIC WORKS ORDER OF CONTENTS FOR BID PACKAGE Call for Bids Contractor's Compliance Statement Proposal Subcontractor List �. Statement of Bidder's Qualifications Proposal Signature Sheet Bid Bond Form Combined Affidavit& Certification Form: Non-Collusion, Minimum Wage(Non Federal Aid) Bidders Check List CALL FOR BIDS Notice is hereby given that the City of Kent, Washington,will receive sealed bids at the City Clerk's office through June 26, 1996 up to 10:45 A.M. as shown on the clock adjacent to the City Clerk's office located on the second floor of Kent City Hall,220 4th Avenue South,Kent, Washington. All bids will be opened and read publicly aloud at 11:00 A.M. for the City of Kent project named as follows: INSTALLATION OF MILL CREEK BOX CULVERTS The project consists of installing a total of 3501f of IT x 4', and 1101f of 10' x 6' box culverts at three locations. The box culverts will be supplied by the City. Also included in the contract are 14 wing walls, connections to .,, existing storm drains, and a 96" dia. manhole. All work including restoration shall be completed within sixty (60) calendar days from issuance of Notice to Proceed. The Engineer's estimated range for this project is approximately $700,000 - $750,000. For technical questions, please call Tom Tazuma or Ken Langholz at 859-3383. Bid documents may be obtained by contacting City of Kent Engineering Department, Teresa Baim,Phone 859-3362. Bids must be clearly marked"Bid" with the name of the project on the outside of the envelope,addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the .r office of the City Engineer, City of Kent, Washington. Copies of the Plans and Special Provisions may be purchased at a non-refundable cost of 3� 0.00 for each set. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check,postal money order or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids, or waive any informalities in the bidding, or determine which bid or bidder is the most satisfactory and responsible bid or bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work _- subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of fo -five (45) days after the day of bid opening. Dated this 30th day of May , 1996. BY a-t�-�— Brenda Jacober, C - City Clerk Published in Valley Daily News on June 12 and June 19 1996 � ]may Journal of Commerce on Tyne 12 and June 19 1996 CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order#11246) Date June 26, 1996 This statement relates to a proposed contract with the City of Kent named INSTALLATION OF MILL CREEK BOX CULVERTS I am the undersigned bidder or prospective contractor. I represent that -- 1. I x have, have not,participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Tri-State Construction, Inc. NAME OF BIDDER �.. BY: Signature/Tit -- Joe Agostino, President 320 - 106 Avenue N.E. Bellevue, Washington 98004 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) BOXCULV ERTSINSTALLATION June 12, 1996 1 PROPOSAL To the City Clerk Kent, Washington City Hall Kent, Washington 98032 The undersigned hereby certifies that Joe Agostino of Tri-State construction, Inc. has personally examined the job site and construction details of the work as outlined on the Plans and described in the Specifications for INSTALLATION OF MILL CREEK BOX CULVERTS for the City of Kent, Washington, and has read and thoroughly understands the Plans and Specifications and Contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and Contract and at the following schedule of rates and prices: NOTE TO BIDDERS: (1) All bid items are described in Section 10 of the Kent Special Provisions. (2) Proposal items are numbered in sequence but are noncontinuous, i.e. not all proposal items are used in this proposal. (3) Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs, the written or typed words shall prevail. (4) Should a particular bid item appear in more than one schedule of the proposal,the bidder must bid the same unit price. Should the Contractor not bid the same unit price,the City reserves the right to revise the bid by using the lowest unit price submitted by the bidder for the item in question in each schedule . where the item appears. The bid items which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULEI STREET ITEM APPROX. UNIT TOTAL NO QUANTITY, ITEM WITH MITRICED BID` PRICE 'AMOUNT 1000 '100 Roadway Excavation, $14.00 $ 1,400.00 Cy Including Haul ; Per Cy. Fourteen Dollarsandno=cents x - Any bids not filled out properly may be considered non-responsive. BOXCULVERTSINSTALLATION June 12, 1996 2 ITEM APPROX. UNIT TOTAL TO �, . 1000 Mobilization $ ...9_ $ LUMP SUM er LS *1015 400 Gravel Borrow Including Haul $ 12 - $ �80� TONS Per TON 2.50 Minimum) 1020 10 Crushed Surfacing Top Course $ /S $ /= TONS 5/8" Minus Per TON qy7, y �r��'`'�"� Y ($6.00 Minimum) *1026 20 Gravel Backfill for Drains $ Zo ! $ TONS Per TON *1027 100 Gravel Backfill for Foundation $ or- TONS Class II Per TON *1028 30 Streambed Gravel $ Zg` $ $ TONS Per TON 110 ►, 100 ,IV 1030 10 Asphalt Concrete Pavement, Class B $ ' ,O� $ 1�5 4_cr ! TONS Including Paving Asphalt Per TON �.. *1035 10 Cold Plant Mix for Temporary $ 90 $ r° TONS Pavement Patch Per TON 1041 120 aw Cut Existing Pavement $ 3 $ LN FT Per LF BOXCULV ERTSINSTALLATI ON June 12, 1996 3 SCHEDULE I - FISHER INDUSTRIAL. PARK ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *1042 126 Remove Cement Concrete Pavement $ /S $ /$tea SQ YDS Per SY .� 1044 1 Cement Concrete Wing Walls $ $ LUMP SUM and Head Walls Per LS 4ru-', Y-17tsoo, A� oj�e,� �� W... 1050 1 Hydroseeding, Fertilizing $ �� $ LUMP SUM and Mulching ` Per LS *1062 100 Traffic Control Labor $ 24.00 $ 2,400.00 HOURS Per HR Twentv-Four Dollars and no cents *1120 10 Imported Topsoil Type A $ $ 34D CU YDS Per CY 1126 126 Cement Concrete Driveway, $ �v — $ 47 15 SQ YDS 8", 3 Day Per SY *1162 600 Shoring and Cribbing $ / $ �a SQ FT �_ Per SF -, *1181 100 Coir Netting with 1" Straw Mat $ 4 $ �D SQ YDS Per SY 1201 1 Temporary Erosion Control $ A04 ^ $ LUMP SUM Facility er LS B OXCUL VERTSIN STALLATION - June 12, 1996 4 CC'eirpu F i FISHER INDUSTRIAL PARK ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED-BID PRICE AMOUNT *1230 130 Cement Concrete Extruded Curb $ .5- $ �9r LN FT Per LF 1231 50 Cement Concrete Barrier Curb $ 70— $ LN FT Per LF 1285 50 Geotextile Fabric SQ YDS Per SY *1305 50 Light Loose Riprap $ $ l�md W. TONS Per TON Schedule I Total B OXCU L V ERTSIN STALL ATI ON `"" June 12, 1996 5 SCHEDULE CHEDU E TT SOUTH 2 28TH STREET ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT 2000 1 Mobilization $1 Trr, $ 9�► LUMP SUM er LS 2005 1 Install 10' x 6' x 110 LF Precast $ /;Z /47.0 LUMP SUM Box Culvert Per LS \ / '"✓ /j c¢.K���dYJ � *2015 1,500 Gravel Borrow Including Haul $ /Z - $ l$r-• TONS Per TON ($2.50 Minimum) *2020 100 Crushed Surfacing Top Course $ $ l S TONS 5/8" Minus Per TON ($6 00 Minimum) *2025 350 Crushed Surfacing Base Course $ /.S $ S-;ZS�C TONS 1-1/4" Minus Per TON 6.00 Minimum *2026 25 Gravel Backfill for Drains $ 7-0 $ S-C)o TONS Per TON *2027 400 Gravel Backfill for Foundation $ $ a-o TONS Per TON c� *2028 150 Streambed Gravel $ • $ TONS Per TON *2030 110 Asphalt Concrete Pavement, Class B $ $ TONS Including Paving Asphalt Per TON B OXCUL V ERTS IN STA L LATI ON June 12, 1996 6 "7� � SCHEDULE II - SOUTH 228TH STREET ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *2035 80 Cold Plant Mix for Temporary $ qp — $ TONS Pavement Patch Per TON 2040 240 Cement Concrete Driveway, $ 4457 $ l0 SQ YDS 10" Depth, 3 Day Per SY ' *2041 200 Saw Cut Existing Pavement $ LN FT Per LF *2042 110 Remove Cement Concrete Pavement $ /.IF " $ 4-P-0 SQ YDS Per SY 2045 1 Cement Concrete Wing Walls $ 22 - $ Zz�o -- LUMP SUM Per LS 2050 1 Hydroseeding, Fertilizing $ � LUMP SUM and Mulching \ Per LS *2062 400 Traffic Control Labor $ 24.00 $ 9,600.00 HOURS Per HR Twentv-Four Dollars and no cents 2105 1 Install Existing Catch Basin, $ 1 cra $ �Z-r T EACH Type 2, 48" Per EA *2120 50 Imported Topsoil, Type A $ $ CU YDS Per CY BOXCULVERTSrNSTALLATION "`"' June 12, 1996 7 SCHEDULE;; II WATER DISTRIBUTION ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT 2126 1 Relocate Existing Water Main $ 'r7r— LUMP SUM Per LS *2131 70 Utility Trench and Vault Excavation $ /1j�� $ CU YDS \ Per CY �- 2155 10 Storm Sewer Pipe, 12" Diameter $ -7 $ -.Z-7� f LN FT CMP 16 GA Per LF 2156 23 Storm Sewer Pipe, 18" Diameter $ 3/ �56 $ LN FT CMP 16 GA Per LF vnn,- 4e&Zel Ir *2162 2,600 Shoring and Cribbing $ / $ d,-I' .. SQ FT Per SF #--n..ate o.&_� 2180 42 Cement Concrete Barriers $ !O $ LN FT Type II with Terminals Per LF D _. *2181 200 Coir Netting with 1" Straw $ '�� $ w SQ YDS Mat Per SY 2201 1 Temporary Erosion Control $ $ LUMP SUM Facility P4er LS *2231 130 Cement Concrete Curb and Gutter $ 1z2 LN FT Per LF `' — BOXCULVERTSINSTALLATION '" June 12, 1996 8 .`w ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID E AMOUNT *2285 250 Geotextile Fabric $ $ SQ YDS Per SY *2305 300 Light Loose Riprap $ , v TONS Per TON m Schedule II Total r BOXCULVERTSINSTALLATION June 12, 1996 9 SCHEDULE III NOVAK LANE - ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT D 3000 1 Mobilization $IeLS o�s $ r rwLUMPSUM 3005 1 Install 17' x 4' x 60 LF Precast $ g�a� $ �p-s•� LUMP SUM Culvert er LS *3015 1,200 Gravel Borrow, Including Haul $ TONS Per TON /�,(X�••�-� � ($2 50 Minimuml *3020 30 Crushed Surfacing Top Course $ TONS 5/8" Minus c Per TON a A--- t ® 6.00 Minimum *3025 200 Crushed Surfacing Base Course $ TONS 1-1/4" Minus Per TON �► ,—� G"'� ($6 00 Minimum) *3026 20 Gravel Backfill for Drains $ ZD , $ 4, TONS Per TON *3027 300 Gravel Backfill for $ .-- TONS Foundation Class II� Per TON -- _*3028 150 Streambed Gravel $ 4: " $ .— TONS Per TON *3030 75 Asphalt Concrete Pavement, Class B $ TONS / Including Paving Asphalt Per TON ! BOXCULVERTSINSTALLATION "" June 12, 1996 10 SCHEDULE TT E TIT _NOVAK LAN ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *3035 60 Cold Plant Mix for Temporary $ 90— $ TONS Pavement Patch Per TON �. *3041 100 Saw Cut Existing Pavement $_3.4 $ c3� LN FT Per LF 43045 1 Cement Concrete Wing Walls $Xf4` — $ Z-cjc� LUMP SUM 1Per LLS *3050 1 Hydroseeding, Fertilizing $ a,,,e _.. LUMP SUM and Mulching er LS *3052 60 Cement Concrete Sidewalk _ $ SQ YDS Per SY *3062 300 Traffic Control Labor $24.00 $7,200.00 HOURS Per HR Twe=Four Dollars and no cents *3100 1 Catch Basin, Type 1 $ EACH Per EA �- 43105 1 Catch Basin, Type 2,48" $ $ 7-1 ��- EACH Per EA *3120 30 Imported Topsoil, Type A $ � $ /p.S� ` CU YDS Per CY BOXCUL VERTSIN STALLATI ON `"""W June 12, 1996 11 ... SCHEDULE Tl F III _ NOVAK LAN 1 ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *3126 1 Relocate Existing Water Main $ 1-57&va d- $ /7o-sef' LUMP SUM Per LS 3131 40 Utility Trench and Vault $ /,-- $ (pow CU YDS Excavation Per CY 3155 27 Storm Sewer Pipe, 12 Inch Diameter $ 7710 $ LN FT CMP 16 GA,, Per LF 3157 10 Storm Sewer Pipe, 21 Inch Diameter $ - L FT CMP 16 GA Per LF *3162 900 Shoring and Cribbing $ SQ FT Per SF 6`.*1-0- -UCzez-e-`,- *3181 200 Coir Netting with 1" Straw Mat $ 0-9 SQ YDS Per SY 3201 1 Temporary Erosion Control zP SUM Facility Per LS *3231 80 Cement Concrete Curb and Gutter $ $ 1 7 4 D �. LN FT Per LF *3285 200 Geotextile Fabric $ le - $ /�ZoD SQ FT Per SF 01 � J B OXCULVERTSIN STALLATI ON June 12, 1996 12 SCHEDULE III -NOVAK LANE ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *3305 300 Light Loose Riprap $ . 9 _ $ TONS Per TON Schedule III Total A' BOXCULVERTSINSTALLATION June 12, 1996 13 �l SCHFDjjLE V CENTRAL AVENUE- ITEM APPROX. UNIT TOTAL NO QUANTITY TEM WITH IT PRICED BID PRICE -AMOUNT �. P _-T i 4000 1 Mobilization $ 41 &%^0 _$ LUMP SUM Per LS 4005 1 Install 17' x 4' x 280 LF Precast $��BA� LUMP SUM Culvert Including 26' x 4' x 10 LF Per LS Section d4."eafa *4015 1,500 Gravel Borrow Including Haul $ .— TONS Per TON ($2 50 Minimuml *4020 600 Crushed Surfacing Top Course $ 1-5— $ �f _ TONS 5/8" Minus Per TON 6.00 Minimum IV *4025 2,000 Crushed Surfacing Base Course $ $ �6'OzhJ TONS 1-1/4" Minus Per TON ($6 00 Minimum) *4026 20 Gravel Backfill for Drains $ ZC) $ — TONS Per TON *4027 1,500 Gravel Backfill for Foundation $ /Z $ TONS Class II Per TON *4028 500 Streambed Gravel $ $ _ Per TON TONS ;7?/-7O,o, — B OXCULVERTSINSTALLATION June 12, 1996 14 SCHEDULE IV - CENTRAL AVENUE ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRIOUST W30 300 Asphalt Concrete Pavement, Class B $ TONS Including Paving Asphalt Per TON *4035 200 Cold Plant Mix for Temporary TONS Pavement Patch Per TON - *4041 400 Saw Cut Existing Pavement $ .� $ VA740 LN FT Per LF 4043 90 Cement Concrete Driveway, $ .3�+ $ 3 SQ YDS 8" Depth, 3 Day Per SY 4045 1 Cement Concrete Wing Walls $ �'re' $ Z?�"'�� LUMP SUM Per LS .� 4050 1 Hydroseeding,Fertilizing LUMP SUM and Mulching Per LS *4052 70 Cement Concrete Sidewalk SQ YDS Per SY �- *4062 700 Traffic Control Labor $ 24.00 $ 16,800.00 HOURS Per HR Twenty-Four Dollars and no cents 4100 1 Catch Basin, Type 1 le A-0 EACH Per EA r 4 / 70 B OXCUL VERTSIN STALLATION ``" June 12, 1996 15 SCHFDULF CENTRAL AVENUE V - ITEM APPROX. UNIT TOTAL NO QUANTITY 4110 1 Catch Basin, Type 2, 96" $ ' rA $ �7" EAC H Per *4120 40 Imported Topsoil, Type A $ •:T; $ CU YDS Per CY -;04 - Xis 1 4126 1 Relocate Existing Water Main $ &'W -' $ �ZBO LUMP SUM Per LS 4*V7 ufc) *4131 70 Utility Trench and Vault $ �.j $ 1,05a CU Excavation Per CY 4155 25 Storm Sewer Pipe, 12 Inch Diameter $LCf $ !�- „� LN FT CMP 16 GA Per LF *4162 3,600 Shoring and Cribbing $ — $ SQ FT Per SF � — *4181 200 Coir Netting with 1" Straw Mat $ a $ SQ YD er SY w. 4201 1 Temporary Erosion Control Facility $ $ LUMP SUM Per LDS r � *4230 30 Cement Concrete Extruded Curb $ X� $ LN FT / Per LF 30107 so B OXCUL V ERTSIN STALLATI ON `"' June 12, 1996 16 DU SCHEDULE �!'�T TTT1T TT L"' TV CENTRAL AVENUE T VFF S H i ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT *4231 220 Cement Concrete Curb and Gutter $ Z;-� $ — LN FT Per LF 1'4256 1 Project Sign $7e0o $ 'z—Cksv EACH c Per EA -- 4275 1 Cast in Place 60" x 46" Arch Pipe $ ?Zoo_ $ LUMP SUM Connecting Wall Per LS 4280 1 Remove and Relocate $ ���^ $ LUMP SUM Billboard Sign Per LS PEI-' *4285 800 Geotextile Fabric $ `t $ .� SQ YDS Per SY *4305 300 Light Loose Riprap $ - � $ TONS Per TON Schedule IV Total � l f 7, BID SUMMARY SCHEDULE I DI GPD SCHEDULE II _ �L 3 �- SCHEDULE III SCHEDULE IV 39 338,317 5-b 1 0 44 TOTAL OF ALL SCHEDULES (TOTAL BID AMOUNT) BOXCULVERTSINSTALLATION `" June 12, 1996 17 SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 Pursuant to RCW 39.30.060,list each subcontractor that shall perform the following listed subcontract work amounting to more than 10%of the tgtal bid contract price. less applicable sales tax. List each bid item to be performed by each designated subcontractor in numerical sequence. This subcontractor list must be fully completed, signed and delivered no later than the time for bid opening. PROJECT NAME INSTALLATION OF MILL CREEK BOX CULVERTS Tri- ate Construction, Inc. Joe Agostino CONTRACTOR'S SIGNATURE President Subcontractor Name Item Numbers 1p p ti �0 30 ' Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers �. Subcontractor Name Item Numbers BOXCULVERTSINSTALLATION June 12, 1996 18 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers �- Prime Contractor Name Tri-State Construction Inc. Bid item numbers to be performed by the prime contractor Item Numbers laVo loss 1042 ro yy� lo(.2 , lrao /-xftr r,kBS 1305 .�03r5" 0 A Is A 3u5' .� 3000 �o�$ y 503!'1 3oC.'.. 31L1 `fl�Go YO}s 03S yoti 4c,(.1 BOXCUL VERTSINSTALLATION June 12, 1996 19 STATEMENT OF BIDDER'S QUALIFICATION To be filled in by the Bidder. Each contractor bidding on work included in these contract documents shall prepare and submit the data requested in the following schedule of information: This data sheet must be included in and made a part of these Bid Documents. 1. Name of Bidder: Tri-State Construction, Inc. (Street) 2. Business Address: 320 - 106 Avenue N.E. , Bellevue, WA 98004 (Mail) P. 0. Box 3686, Bellevue, WA 98009-3686 3. How many years have you been engaged in the contracting business under the present firm name? 39 4. Contracts now in hand. Gross amount: $ 50 mil± 5. General character of work performed by your company: Underground utilities, Roads, Pump Stations, Treatment Plants and Pump Stations 6. List several recent construction projects completed by your company, including approximate costs and name and phone number of Project Engineer or Owner: See Attached 7. List your major equipment: See Attached 8. Bank references: Seafirst Bank, Eastside Corporate Banking 10500 N.E. 8th Street, Suite 500 Bellevue, Washington 98004 9. Bonding Company: The American Insurance Company 11516 Miracle Hills Drive �.. Omaha Nebraska 68154 BOXCULVERTSINSTALLATION 20 June 12, 1996 -- PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within SIXTY (60) calendar days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents,performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of forty-five (45) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s ,to the plans and/or specifications is hereby acknowledged. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents referenced in the "Order of Contents", whether set forth by the City or the Bidder. - Tri-State Construction, Inc. NAME OF BIDDER DATE: June 26, 1996 Joe Agostino BY: President gnatur /Title 320 - 106 Avenue N.E. Bellevue, Washington 98004 (ADDRESS) BOXCUL VERTSINSTALLATION `"" June 12, 1996 21 BID BOND FORM Herewith find deposit in the form of a cashiers check, cash, or bid bond in the amount of S which amount is equill to five percent of the total bid. BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Tri-State Construction, Inc. , as Principal, and The American Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee,in the penal sum of Five Percent of bid Dollars, for th{: payment of the which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Installation of Mill Creek Box Culverts according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do,pay and forfeit to the Obligee the penal amount of the deposit specified in the call forbids, then this obligation shall be null and void; otherwise it shall be and remain in full forte and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated dama€es,the amount of this bond. SIGNED SEALED AND DATED THIS 26th DAY OF June 19 96 \ {riltttMfpp�� ""pNSTlN% Tri-Sta onstruction, Inc. of y:OQ.QO���p� By: PRINC _�� � c 81� •n The Am can I sura ce Company SNING1 �w,wpt � , SURETY Cindy L. Villasista Attorney-In-Fact �- 19_ Received return of dc-posit in the sum of S B OXCULV ERTSINSTAI.LATION June 12, 1996 22 GENERAL POWEROFTHE AMERICAN INSURANCE COMPANY: ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of New Jersey on February 20, 1846,and redomesticated to the State of Nebraska on June 1, 1990,and having its principal office in the County of Marin,State of California,has made,constituted and appointed,and does by these presents make,constitute and appoint M. J . COTTON , S T E V E N K. BUSH, S . M. _ SCOTT , NANCY J . OSBORNE , MIKE AMUNDSEN , CINDY L . VILLASISTA , DARLENE JAKIELSKI , MARK A. JENSEN , ROBERT W. LAGLER, jointly or severally KIRKLAND WA its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertaking,recognizances or other written obligations in the nature thereof ——————————————————————————————— and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VII.Appointment and Authority of Resident Secretaries,Attorneys-in-Fact and Agents to accept Legal Process and Make Appearances. Section 45.Appointment.The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vice-President may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the instrument o their appointment.Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any peon empowered t make such appointment:' he authority of the following Resolution adopted by the Board of Directors of THE AMERICAN This power of attorney is signed and sealed under and by t INSURANCE COMPANY at a meeting duly called and held on the 31 st day of July,1984,and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation" IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and its corporate seal to �- be hereunto affixed this 2 1 S t day of November , 19 9 4 THE AMERICAN INSURANCE COMPANY °+ E•co' By Via-President STATE OF CALIFORNIA ss. COUNTY OF MARIN M.A.Mallonee On this_2 1 q t_day of N n v e m h P r 19 14,before me personally came to me known,who,being by me duly sworn,did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. OFFICIAL NOTARY SEAL , A.KRIEGER Notary Public—California o"`r Public MARIN COUNTY My Comm.Exp. .MAR 20,1995 CERTIFICATE STATE OF CALIFORNIA SS. COUNTY OF MARIN I,the undersigned,Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBRASKA Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power of Attorney,are now in force. Signed and sealed at the County of Marin.Dated the 2 6 th day of June ' 19— 6 — Resident Assistant Secretary 360711-TA-2-94 -CERTIFICATE OF INSURANCE CSR SG 07/19/96 PRODUCER I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND I Bush, Cotton, Thompson 1 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE I & Scott, Inc. I DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 5612 Lake Washington Blvd N E I POLICIES BELOW. ------------------ I I I --------------- --------------- ------------- Kirkland, WA ----------- - 1 irkl COMPANIES AFFORDING--COVERAGE 8033 PHONE 2 06-822-1111 -----------------------------------------------I * I INSURED 1 COMPANY LETTER A TRANSCONTINENTAL INSURANCE CO. I 1 ----------------------------------------------I COMPANY LETTER B MARYLAND CASUALTY GROUP Tri-State Construction, Inc. I---------------------------------------------------------------------------I P.O. Box 3686 I COMPANY LETTER C INS. CO. STATE OF PENN BellevueWA I---------------------------------------------------------------------------I 1 9 8 0 0 9-3 6 8 6 I COMPANY LETTER D ---------------------------------------------------------------------------I COMPANY LETTER E COVERAGES 1 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY I PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO I WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO 1 ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .»I ________ _ ------------------------- -------- --------------- I C01 TYPE OF INSURANCE I POLICY NUMBER POLICY EFF 1 POLICY EXP I LIMITS I ILTRI I I DATE I DATE I I ------------------I-------------------------I---------------I--------------I----------------------------------I ' I I GENERAL LIABILITY I (GENERAL AGGREGATE 12, 0 0 0, 0 0 01 II I I i i-------------------I--------------I I Al Xi COMMERCIAL GEN LIABILITY 1 1036470608 1 12/15/95 109/30/96 1PROD-COMP/OP AGG. 11, 000, 0001 I I I --I--------------I ] CLAIMS MADE [X 1 OCC. 1 I PERS. & ADV. INJURY 11, 0 00, O O OI I I I I I-------------------I--------------I 1 [ 1 OWNERS'S & CONTRACTOR'S I I EACH OCCURRENCE 11, 000, 0 0 OI PROTECTIVE I IFIRE DAMAGE I I [XI STOP GAP I I I (ANY ONE FIRE) 150, 000 I II ------------------I-------------- I [ 1 I 1 IMED. EXPENSE I 1 1 1 (ANY ONE PERSON) 15, 000 I 1---I-------------------------------I---------------------------I---------------I--------------I-------------------I--------------I 1 AUTOMOBILE LIAB I I ICOMB. SINGLE LIMIT 11, 000, 0001 I------------------- --------------I BI [X1 ANY AUTO I ECA 23502777 109/30/95 109/30/96 IBODILY INJURY I I 1 1 [ ] ALL OWNED AUTOS I I I (PER PERSON) I I I [ 1 SCHEDULED AUTOS I I------------------- --------------I I I [Z HIRED AUTOS (BODILY INJURY 1 I I I I I [XI NON-OWNED AUTOS ( (PER ACCIDENT) 1 1 1 1 [ 1 GARAGE LIABILITY 1 I I 1 -------I -------- -I „-„ 1 [ 1 I 1 PROPERTY DAMAGE I - --I-------------------------------I---------------------------I---------------I-------------I------------------I--------------I I I EXCESS LIABILITY I I (EACH OCCURRENCE 11, 000, 0001 CI fX] UMBRELLA FORM 4395-8468 109/30/95 109/30/96 1-------------------I--------------I I I [ 1 OTHER THAN UMBRELLA FORM I I I I AGGREGATE 11, 000, 0 0 01 ---------------I--------------I-------------------I-------------- I {---I-------------------------------I---------------------------I I I ISTATUTORY LIMITS( I I I WORKERS' COMP I I I EACH ACCIDENT 1 I (DISEASE-POL. LIMIT 1 EMPLOYERS' LIAB I IDISEASE-EACH EMP. 1 I .,1--- -------------------------------I-------------------------- I I OTHER I I I I I I I I I I I 1 ------------------- -- -- ---------------------------------- --- ------- - I WI--------------------- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS IT IS AGREED THAT THE CERTI - 1 CATE HOLDER AND * ARE INCLUDED AS ADDITIONAL INSUREDS BUT ONLY AS RESPECTS WORK PERFORMED BY THE NAMED INSURED ON THEIR BEHALF. j RE: INSTALLATION OF MILL CREEK BOX CULVERTS, *ITS OFFICERS, OFFICIALS, I EMPLOYEES, AGENTS & VOLUNTEERS. SEE PRIMARY ENDORSEMENT. > CERTIFICATE HOLDER <____________________------_----> CANCELLATION <============================================================1 = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- 1 = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT I FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF 1 j CITY OF KENT = jD� UPON THE COMP S AGENTS OR REPRESENTATIVES. I 1 220 4TH AVENUE SOUTH ----- - - -- ----- -------------- -----------------------I -- I KENT WA = A R RE E A98032-5895ACORD 25-S (7/90) n S e CNA For All the Commitments You Make THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDATORY ENDORSEMENT - ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part It is agreed that the insurance afforded to the Additional Insured is primary insurance. If, however, the Additional Insured has other insurance which is applicable to the loss,the said other insurance is excess over any valid and collectible insurance providing coverage. The Company's limits of liability under this policy shall not be reduced by the existence of such other insurance. CITY OF KENT, ITS OFFICERS, OFFICIALS, EMPLOYEES, AGENTS & VOLUNTEERS RE: INSTALLATION OF MILL CREEK BOX CULVERTS U-GL-397 This endorsement is a part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ENDT. NO. POLICY NO. ISSUED TO EFFECTIVE DATE OF ENDORSEMENT 1 1036470608 CITY OF KENT 7 19 96 ❑ Continental Casualty Company ❑ America Casualty Company of Reading, PA. ❑ National Fire Insurance Company of Hartford El Transportation Insurance Company ❑ Valley Forge Insurance Company ® Tra tine surance Company Countersigned by Al ese ative PERFORMANCE BOND TO CITY OF KENT Bond No 11141570736 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Tri-State Construction, Inc.. PO Box 3686. Bellevue, Washington 98009-3686, (206) 455-2510/fax 633-5838 as Principal, and The American Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of$ 701,937.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above said Tri-State Construction Inc the above bounden Principal, a certain contract,the said contract providing for Installation of Mill Creek Box Culverts (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS,the said Principal has accepted, or is about to accept,the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth: BOXCUL V ERTSINSTALLATION July 15, 1996 23 - PERFORMANCE BOND PAGE 2 NOW, THEREFORE, for non-FHWA projects only if the Principal Tri-State �- Construction; Inc. shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers,mechanics,subcontractors and material men,and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT,then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. (SIGNATURES ON FOLLOWING PAGE) B OXCUL V ERTSIN STALLATION „ June 12, 1996 24 PERFORMANCE BOND PAGE 3 TWO WITNESSES: Tri-State Construction, Inc. PRINCIPAL Its. BY: �� "` , Joe Agostino Arlene Whitwort TITLE: -�`-►� President PRINT NAME µ.x DATE: July 22, 1996 DATE: �— Z �( `�a�►t�mnr�nJ,ry�'. Gi CORPORATE SEAL:g v� Z 3 ct . �t7 � o Paul A. Noble *'•• r98�•: PRINT NAME '�SHINaZ ° DATE: July 22, 1996 The American Insuance Company SURETY CORPORATE SEAL: BY: Cindy L. V llasista DATE: TITLE: Attorney-In-Fact ADDRESS: 5612 Lake Washington Blvd. N.E. Kirkland, WA. 98033 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Joe Agostino who signed the said bond on behalf of the Principal is President of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, .. sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY BOXCULVERTSINSTALLATION ,, June 12, 1996 2S GENERAL POWER OF THE AMERICAN INSURANCE COMPANY: ATTORNEY RANCE COMPANY, a Corporation incorporated under the laws of the rate o KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSU office New Jersey on February,20, 1846,and redomesticated to the State of Nebraska on June 1, 1990,and having avi r1 its principal COTTON ,T 0 Nh,County of hiarin,State of California,has made,constituted and appointed, and does by these presents make,constitute and appoint S T E V E N K. BUSH, S . M. SCOTT , NANCY J . OSBORNE , MIKE AMUNDSEN , CINDY L . VILLASISTA, DARLENE JAKIELSKI , MARK A. JENSEN , ROBERT W. LAGLER, jointly or severally KIRKLAND WA its true and lawful Attomey(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertaking,recognizances or other written obligations in the nature thereof ———————————————————————— and onds were ned by the Corporation and duly attested edtby its Secre as tly ary,herby ratifying and confirming allto the same extent as if such thatt the said Attorney()-i President, may do in the premises�porate seal of the �.. p This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force an effect. "Article VII.Appointment and Authority of Resident Secretaries,Attorneys-in-Fact and Agents to accept Legal Process and Make Appearances. Section 45.Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized b Secretaries and y the Board of Vice-President may, Attorneys the in-FaChairman to representt and act for and on behalf of the Corporati of Directors,the President or on and Agents to accept legal process and appointfrom time to time, ce appearances for andto b half of the Corporation. I be as eys-i n-Fact and nts shal theirSection 46. appointment.Any su ch appointment and a1 of such Resident l autthorityssistant Secretaries granted thereby may be renvoked at any time by the Board of Directors or byrescribed in tany person empowered to make such appointment:' ., ution adopted by the Board of Directors of THE AMERICAN This power of attorney is signed and sealed under and by the authority of the following Resol INSURANCE COMPANY at a meeting duly called and held on the 31st day of July,1984,and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' as caused these presents to be signed by its Vice-President,and its corporate sea]to IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY h be hereunto affixed this 2 1 S t day of November , 19 9 4 THE AMERICAN INSURANCE COMPANY By_49!�Vice•Presidcnt STATE OF CALIFORNIA ss. COUNTY OF MARIN M. A.Mallonee On this 2. 1 c t day of N n v e m h e r 19 9 14,before me personally came the to m described known, a d o,beiich execu me executed the duly nsarumeid n�sthat he ke and nows the seal of said that he is sCorporationident of Ethat the seal affixed toICAN otthe said inns rument�is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. .. OFFICIAL NOTARY SEAL A.KRIEGER I ot,ry Public Notary Public—California MARIN COUNTY My Comm.Exp. MAR 20.1995 CERTIFICATE STATE OF CALIFORNIA ss. COUNTY OF MARIN RANCE COMPANY,a NEBRASKA Corporation,DO HEREBY CERTIFY that 1,the undersigned,Resident Assistant Secretary of THE AMERICAN INSU the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power of Attorney,are now in force. Signed and sealed at the County of Marin.Dated the day of ----------------- •�+ • _ Resident Assistant Secretary wry 360711-TA-2-94 - CONTRACT THIS AGREEMENT, made in triplicate is entered into between the CITY OF KENT, a Washington Municipal Corporation("City"), and Tri-State Construction Ince,PO Box 3686 Bellevue Washin__on 98009-3686 206 455-2570/fax 633-58 8 hereinafter called the Contractor. WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this agreement,the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for Installation of Mill Creek Box Culverts in the amount of$701937 00 The Project consists of installing box culverts at three locations The box culverts will be supplied by the City. Also included in the contract are 14 wing walls connections to existing storm drains and a 96" dia MH All work including restoration shall be completed within sixty (60) calendar days from issuance of Notice to Proceed. in accordance with and as described in the attached specifications and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten(10) days after Notice to Proceed and be completed in SIXTY (60) calendar days. The - City shall suffer damages if said work is not completed within the time specified. Therefore, the -- Contractor agrees to pay to the City liquidated damages in accordance with the formula published in Section 1-08.9 of the Standard Specifications. BOXCULVERTSINSTALLATION 26 July 15, 1996 CONTRACT PAGE TWO The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the CITY OF KENT. 2. The CITY OF KENT hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and 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. 3. 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. 4. It is further provided that no liability shall attach to the CITY OF KENT by reason of entering into this contract, except as expressly provided herein. w 5. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and ., volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except -r for injuries and damages caused by the sole negligence of the City. " The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. BOXCUL VERTSIN STALLATION June 12, 1996 27 CONTRACT PAGE THREE Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. W. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees to make all books and records available to the CITY OF KENT for inspection, review, photocopying and audit in the event of a contract related dispute, claim, modification or other contract related action at reasonable times and at places designated by the CITY OF KENT. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described below against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, subconsultants and/or subcontractors. Before beginning work on the project described in this contract, the Contractor shall provide a Certificate of Insurance evidencing: BOXCULVERTSINSTALLATION 28 June 12, 1996 CONTRACT PAGE FOUR 1. Automobile Liability insurance with limits no less than$1,000,000 combined single limit per accident for bodily injury and property damage; and ... 2. Commercial General Liability insurance written on an occurrence basis with limits no less than$1,000,000 combined single limit per occurrence and$2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, collapse and underground(XCU) if applicable; and employer's liability. The insurance must refer to the project name, project location and contain a brief description of the project. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor. The City, its officers, officials, employees, agents and volunteers shall be named as an additional insured on the insurance policy, as respects work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate �. of Insurance. The Contractor's insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The Contractor's insurance shall be primary insurance as respects the City, and the City shall be given thirty (30) calendar days prior written notice by certified mail, return receipt requested, of any cancellation, suspension or material change in coverage. B OXCUL V ERT SIN STAL L ATI ON June 12, 1996 29 CONTRACT CONTRACT PAGE FIVE The City also reserves its unqualified right to require, at any time and for any reason, proof of coverage in the form of a duplicate of the insurance policy with all endorsements as evidence of coverage. Proof of coverage shall be provided to the City in the form of a Certificate of Insurance with all the endorsements as evidence of coverage. The City also reserves its unqualified right to require, at IWO any time and for any reason, proof of coverage in the form of a ,10 duplicate of the insurance policy with all endorsements as evidence of coverage. Approval of required insurance is a condition precedent to the execution of this contract. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed w to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc,to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the CITY OF KENT. r. (SIGNATURES ON FOLLOWING PAGES) BOXCUL VERTSIN STALLATI ON CONTRACT PAGE SIX IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. The ity of Kent OWNER BY: 7Ilbf-V6` , MAYOR DATE: 7'� ATTEST: CITY CLERK, 3 E PuTY 2)0 A)A)t9 S&J/}IUJ Approved as to Form: ROGER LUBOVICH, CIT ATTORNEY ... ------------------------------------------------------------ Tri-State Construction, Inc. CONTRACTOR -- BY: a Joe Agostino President TITLE DATE: �.. WITNESS, if INDIVIDUAL or PARTNERSHIP: BOXCULVERTSINSTALLATION 31 June 12, 1996 CONTRACT PAGE SEVEN STATE OF WASHINGTON ) ss COUNTY OF KING ) ._.. On this 22ndlay of Ju1X , 199-6--, before me personally appeared Joe Agostino and to me known to be President and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said ~- instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand the day and year first above written. HITy,,© OL G E,07ARY S * Notary Public in and for the State � 1.9C0 02 of Washington, residing at Fall City 9 Q, 15 FOF wp, B OXCUL VERTSINSTALLATION ,,. June 12, 1996 32 City of Kent Combined Affidavit& Certification Form: Non-Collusion, Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/ herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned,having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and � belief �. FOR: NON COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT INSTALLATION OF MILL CREEK BOX CULVERTS NAME OF PROJECT Tri-State Construction, Inc. NAME OF BIDDER'S FIRM Joe Agostino, President SIG U OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sw to be me this 2 day of_June , 19�r � .�ss11on 9J, NOTARY 9 PUBLIC Z Notary Public in and for the State of Washington, 9�?'a 15 1� �,t0 residing at Fall City BOXCULVERTSINSTALLATION `"" June 12, 1996 23 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidders Name................................. O Tableof Contents Sheet......................................................................................... O Callfor Bids............................................................................................................ O ContractorsCompliance Statement..................................................................... O Date.............................................................................................................. O Titleof project............................................................................................ O Ihave/have not acknowledgment............................................................. O Signatureand address............................................................................... O Proposal................................................................................................................... O Firstline of proposal - filled in.................................................................. O Unit prices are correct and written in words.................... SubcontractorsListing........................................................................................... O Subcontractorslisted properly.................................................................. D Signature...................................................................:................................. O Statement of Bidder's Qualifications filled out by bidder.................................. O �.. Proposal Signature Page........................................................................................ O AllAddenda acknowledged....................................................................... O Dated, signed and addressed..................................................................... O BidBond Form....................................................................................................... O Signed, sealed and dated .......................................................................... O (Amount of bid shall equal 5% of the total amount bid and shall be shown in both words and figures) Non-Collusion Affidavit......................................................................................... O Signed, dated and notarized...................................................................... O Bidder's Checklist................................................................................................... O The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. BOXCUL V ERTSINSTALLATION `` June 12, 1996 24 TRI-STATE CONSTRUCTION, INC. PROJECT LIST Page 12 of Prime Sub Job Contract J/V No. Owner or Agency Project Location/Name Amount Begin Finish P 760 US Army Corps/Engrs. Fairchild AFB Drainage $ 2,177,910 4-95 P 761 Fruitland Water Co. Water Main Relocation 280,000 3-95 10-95 P 762 Puget Power/WA Nat Gas Install Bridge Hangers 21,000 5-95 9-95 S 763 Anderson Construction Boys/Girls Club Site Wk. 89,854 4-95 11-95 P 764 City of Salem W. Salem Trunk Sewer 2,869,863 6-95 P 765 Northshore Util. Dist. Manhole 13 Replacement 625,386 6-95 11-95 P 766 Microsoft Corp. Off-Site Waterline 835,810 6-95 11-95 S 767 Tri-Met (Portland) Structures/Grading/Pipe 550,000 6-95 5-96 P 768 W.S.D.O.T. SR529-Smokey Pt. I/C 10,529,294 7-95 P 769 Lane Cty. P.W.D. Short Mtn. Landfill 3,341,011 6-95 12-95 P 770 City of Marysville 136th St. N.E. Improve. 565,129 8-95 1-96 P 771 Weyerhaeuser Cell 2 Sewer, Castle Rock 300,000 7-95 2-96 P 772 King County E. Lk. Sammamish Pkwy. 1,283,671 9-95 P 773 Lehigh Portland Cement Close Dust Pile/Metaline 1,222,669 10-95 P 774 W.S.D.O.T. Tukwila to Factoria 34,415,812 11-95 P 775 Metro Cedar River Trunk Proj . 1,395,978 2-96 S 776 Magnolia (U. of W.) Rental Equipment/Labor 1-96 P 777 W.S.D.O.T. (Dist. 3) 305th E. to Anderson Rd. 1,473,092 2-96 P 778 O.D.O.T. Hwy. 224 Rehabilitation 783,000 2-96 5-96 P 779 O.D.O.T. Hwy. 224/Pipeline Rd Detour 174,000 3-96 P 780 Metro - Portland E. Portal Detour & Access 465,000 4-96 P 781 Weyerhaeuser Cell 2 Pipe, Castle Rock 4,000,000 4-96 P 782 W.S.D.O.T. Coal Cr. I/C Off Ramp 69,697 P 783 O.D.O.T. Burlington Dip 70,000 5-96 ..w two Ii a t TRI-STATE CONSTRUCTION, INC. PROJECT LIST PAGE 11 of Prime Sub Job Contract J/V No. Owner or Agency Project Location/Name Amount Begin Finish S 713 Thurston County Yard Waste Compost. Fac. $ 92,155 9-92 11-92 P 714 Hewlett-Packard Site Work/Corvalis 1,400,000 9-92 9-93 P 715 Silverlake W.D. Westgate Sewer Repair 72,000 10-92 12-92 �.. P 716 Rainier Vista S.D. Sanitary Sewer Improve. 102,000 9-92 11-92 P 717 W.S.D.O.T. 292nd Ave. S.E. Vic. 394,909 10-92 9-93 P 718 Metro. Univ. CSO/Lk Union Storm 6,745,449 11-92 11-93 P 719 City of Kent Channel Repair/64th Ave. 96,855 6-93 7-93 720 Unused 721 Unused 722 Unused 723 Unused 724 Unused P 725 Jefferson County Landfill Lagoon Closure 1,251,697 3-93 6-93 P 726 City of Seattle Solid Waste Site/So. Pk. 5,000 3-93 3-93 P 727 Metro/Portland St. Johns L/F Closure 8,440,921 4-93 11-94 S 728 W.S.D.O.T. Northup-Bothell HOV 2,782,767 6-93 P 729 City of Seattle Woodlawn/Sandpt. Sewers 274,605 7-93 11-93 P 730 Weyerhaeuser Solid Waste Facility 8,500,000 5-93 1-94 P 731 City of Seattle 1993 Arterial Rehab. Void P 732 City of Seattle Bell Street Sink Hole 50,000 6-93 7-93 P 733 City of Seattle Westlake/8th N. Sewer 179,219 8-93 9-93 P 734 Port of Portland Alder Basin Storm Sewer 2,125,466 8-93 3-94 S 735 Metro/Portland Tri-Met Tunnel, Sch. C 4,495,000 12-93 .... S 736 Hewlett Packard Bldg. Site Work/Corvalis_ 2,649,322 8-93 2-94 P 737 City of Seattle Sand Point Way Sewer 248,350 11-93 1-94 P 738 City of Sprague Wastewater System 1,523,469 1-94 7-94 S 739 W.S.D.O.T. SR 18 Settlement Repair 40,400 11-93 11-93 P 740 W.S.D.O.T. Everett Park & Ride 1,380,281 1-94 9-94 S 741 W.S.D.O.T. Northup to Bothell 588,264 3-94 S 742 Metro. Westpoint Final Connection 500,000 1-94 ` P 743 Weyerhaeuser Repair Work 100,000 1-94 1-94 S 744 W.S.D.O.T. N.E. 78th-Salmon Creek 3,255,615 4-94 S 745 Ferrell-Penning Broadway/Pike St. Exc. 29,360 3-94 3-94 P 746 Snohomish Cty. PUD Delta Switching Station 570,500 4-94 11-94 P 747 W.S.D.O.T. Beta St. to Bridge 202/65 1,057,724 6-94 12-94 S 748 Portland Gen. Elect. Coyote Springs Site Work 236,340 5-94 6-94 �.. P 749 City of Centralia I/I Reduction Sewer 935,000 6-94 12-94 P 750 Centralia L/F Group Landfill Final Cover 7,500,000 6-94 12-94 P 751 Weyerhaeuser White River Mill 400,000 8-94 12-94 P 751A Weyerhaeuser White River-Environmental 30,000 8-94 12-94 P 752 City of Seattle Public Market Repair 20,000 6-94 6-94 S. 753 W.S.D.O.T. Ebey Slough Water Line 960,517 10-94 P 754 City of Portland N.E. 148th Sanitary Sewer 777,959 8-94 P 755 King County Hobart L/F Final Closure 3,219,633 8-94 4-95 P 756 City of Tukwila Minkler Blvd. Improve. 1,364,356 11-94 P 757 U.S. Dept. Transport. National Park Highway 11,418,055 3-95 P 758 City of Everett Sanitary Sewer Main 1,466,167 1-95 P 759 W.S.D.O.T. , Dist. 3 94th Ave. E. I/C 4,014,638 2-95 PROJECT LIST TRI STATE CONSTRUCTION, ]NO. PAGE 10 of 4- Prime Sub Job J/V No. Owner or Agency Project Location/Name Contract �.. P 668 City it of Everett Amount Begin Finish Y Sanitary Sewer Replace. $ 1,885,031 1-91 5-91 P 669 City of Seattle E. Olive Emergency Work 88,000 1-91 1-91 P 670 Waste Management Arlington Module 3 Exc. 2,400,000 3-91 12-91 P 671 King County Emergency Work/Vashon Is. 105,000 4-91 5-91 P 672 Metro. Carkeek Transfer/CSO 3,784,794 5-91 7-92 P 673 Oregon D.O.T. Hwy. 6 Slide Correction 1,000,000 4-91 12-91 P 674 Port of Portland Taxiway C Surcharge 734,346 7-91 11-91 S 675 The Boeing Company High-Bay Assembly Bldg. 1,389,725 5-91 6-91 P 676 Metro. Carkeek Civil Prep. 243,900 6-91 8-91 P 677 City of Everett S. End I/C/N & W Segment 4,645,795 7-91 8-92 P 678 City of Everett S. End I/C/Silver Lake 531,763 6-91 9-91 679 Cancelled S 680 St. Vincent Hospital Storm Drain Recovery Sys. 100,000 7-91 9-91 P 681 Harbour Pointe Ltd. Industrial Pk. Site Work 8,431,674 7-91 7-92 P 681A Harbour Pointe Ltd. Industrial Pk. Utilities 4,200,000 10-91 3-92 P 682 City of Bremerton Kitsap Pump Station 738;992 11-91 8-92 P 683 Portland Gen. Elect. Faraday Dam Grading 720,000 8-91 11-91 P 684 Centralia L/F Group Landfill Interim Action 792,120 8-91 11-91 P 685 City of Everett Water Transmission Line 4,164,662 9-91 7-92 P 686 Port of Portland Harbor Gate Utilities 753,353 11-91 4-92 P 687 City of Seattle Overflow/Ryan St. Outfall 35,000 2-92 2-92 P 688 Snohomish County Airport Rd./128th Street 2,531,000 4-92 12-92 P 689 City of Portland Central Business Sewers 922,736 4-92 11-92 P 690 W.S.D.O.T. Smokey Point Rest Area 2,003,660 5-92 11-92 P 691 W.S.D.O.T. - S.E. 235th-S.E. 220th 3,235,272 6-92 10-93 P 692 Oregon D.O.T. Airport-Columbia Blvd. 4,840,000 7-92 10-93 P 693 City of Bellevue N.E. 8th/156th N.E. 1,298,316 7-92 9-93 P 694 Island County Sanitary L/F Closure 1,282,080 8-92 11-92 P 695 City of Seattle Seola Beach Dr. Sewer 144,871 8-92 11-92 P 696 W.S.D.O.T. Pt. Orchard Vic. Slide 966,002 8-92 11-92 P 697 ABB Power Systems Site Grading Maple Vly. 271,690 7-92 12-92 S 698 Oregon D.O.T. Cedar Springs Utilities, 150,000 7-92 10-92 P 699 City of Seattle South Park Water Repair 5,000 9-92 11-92 P 699A City of Seattle 24th & Spring St. Sewer 48,500 9-92 11-92 700 Unused 701 Unused 702 Unused 703 Unused 704 Unused 705 Unused 706 Unused 707 Unused 708 Unused 709 Unused P 710 City of Renton Maplewood Dewatering O/F 7,000 8-92 8-92 P 711 W.S.D.O.T. Lk. City Way-N.E. 175th 1,788,145 3-93 P 712 Soos Cr. W.&S. Dist. SR515 Watermain Relocate 5-94 115,156 6-92 6-92 f TR,I-STATE CONSTRUCTION, INC. 775 Cedar River Trunk Project Contract No. W/1-02 Metro Exchange Building 821 Second Avenue Seattle 98104-1598 684-2100 Department of Metropolitan Services, King County Deborah Browne, Supervising Engineer 685-1825 Tim Clark, Resident Engineer 13563 S.E. 27th Place, Suite "B" Bellevue 98005 777 305th Ave. E. to Anderson/Kernahan Roads (SR 706) Contract No. 4797 W.S.D.O.T. , Olympic Region Dave Erickson, Project Engineer 7912 Martin Way, Suite E Lacey 98506-7448 (360) 753-3633 �i TRI-STATE CONSTRUCTION, INC. 768 SR 529 to Smokey Point I/C & 88th St. N.E./Tulalip I/C Contract 4655 Department of Transportation Ron Erickson, Project Engineer 12277 - 134th Court N.E. , Suite 200 Redmond 98052 455-7012 FAX 455-7011 769 Short Mountain Landfill Contract 95/96-5 Lane County Department of Public Works Waste Management Division 125 East 8th Avenue Eugene, Oregon 97401 �w Ken Kohl, P.E. (503) 687-3811 EMCON 15055 S.W. Sequoia Parkway, Suite 140 Portland, Oregon 97224 Wes Gavett, P.E. (503) 624-7200 770 136th Street N.E. , City of Marysville CRP 95-419 Snohomish County Public Works 2930 Wetmore Avenue Everett 98201 388-3488 FAX 388-6449 or 388-6674 772 E. Lk. Sammamish Parkway Stage 2-A Contract C10751C King County, Department of. Public Work Room 900, King County Administration Building -. 500 Fourth Avenue Bob Keating (Subcontracts) Seattle 98104 205-5224 FAX 296-0565 James Pharr 773 Cement Kiln Dust Pile Closure Lehigh Portland Cement Company Dames & Moore 728-0744 2025 First Avenue, Suite 500 FAX 727-3350 Seattle 98121 Robert McGaughey/Bob Wallace 774 Tukwila to Factoria SC&DI, Stage 1 - Contract 4756, Project ID-405-4(774) Department of Transportation Kim Henry, Project Engineer 3695 East Mercer Way Mercer Island 98040 764-4247 FAX 721-4811 TRI-STATE CONSTRICTION, INC. 760 Storm Drainage Facilities, Fairchild Air Force Base Contract DACA67-95-C-0028 Department of the Army - Seattle District, Corps of Engineers P. 0. Box 3755 Seattle 98124-2255 Spokane Area Office, Corps of Engineers P. 0. Box 1929 Airway Heights 99001-1929 "-' Ernest G. Moon, P.E. Contracting Officer's Representative (509) 244-5571 �.- FAX 244-5150 Send P/R's to: Seattle District, Corps of Engineers Construction Division P. 0. Box 3755 Seattle 98124-2255 Attention: Mr. Robert Bradford 764 West Salem Trunk Sewer � . Contract 945141 City of Salem Department of Public Works Room 325, 555 Liberty Street S.E. Salem, Oregon 97301-3503 (503) 588-6211 765 ULID 13, Manhole 13 Replacement Northshore Utility District -- 12019 Holmes Point Drive N.E. Kirkland 98033 r Stack, Chambers & Porter, Inc. 451-1662 1940 - 116th Avenue N.E. , Suite 101 Bellevue 98004 Lori B. McFarland, P.E. 766 Off-Site Waterline Redmond Campus, Microsoft - URS Consultants, Inc. 1100 Olive Way, Suite 200 Seattle 98101-1832 ~~ H. Donald Laford Construction Manager 623-1800 TRI-STATE CONSTRUCTION, INC. 749 I/I Reduction Project Basins 6 East & 20 City -of Centralia Water & Wastewater Utilities �- 1401 West Mellen Street Centralia 98531 (206) 330-0844 755 Hobart Landfill Warren Himmelmann King County Engineering Services Section `- King County Solid Waste Division 400 Yesler Way, Room 600 296-8430 Seattle 98104-2637 FAX 296-8431 756 Minkler Boulevard City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite 100 Tukwila 98188 .. Ron Cameron, P.E. 433-0179 City Engineer FAX 431-3665 757 National Park Highway Marty Flores, Project Engineer Contract DTFH70-94-C-00018 U.S. Department of Transportation U.S. Department of Transportation Federal Highway Administration Western Federal Lands Highway Division Western Federal Lands Division Contract Administration Office 857 Roosevelt Avenue East 610 East 5th Street P. . O. Box 338 Vancouver 98661 696-7744 Enumclaw 98022 758 Sanitary Sewer Main Replacement 825-2859 W.O. 2673 FAX 31g3 City of Everett City Engineer 3200 Cedar Street Everett 98201 259-8800 759 94th Avenue East Interchange Contract 4544 Department of Transportation District 3 Mike Morishige, P.E. 2300 - 105th Street East Tacoma 98445-5399 536-6035 FAX 536-6034 c �- TR,I-STATE CONSTRUCTION, INC. 746 Delta Switching Station Site Construction Contract 93-778 Snohomish County P.U.D. No. 1 �.. P. 0. Box 1107 Everett 98206 1-800-562-9142 347-5574 747 Beta Street to Bridge 202/65 Contract 4378 Department of Transportation Ron Erickson, Project Engineer 12277 - 134th Court N.E. , Suite 200 Redmond 98052 «�. 455-7012 FAX 455-7011 748 Coyote Springs Site Work Ebasco Constructors, Inc. 3000 W. MacArthur Boulevard Santa Ana, California 92704 (714) 668-4114 750 Centralia Landfill Final Cover System .. Second Interim Action City of Centralia P. 0. Box 609 Centralia 98531 Mr. Richard Southworth Executive Director 736-8284 CH2M Hill P. 0. Box 91500 Bellevue 98004-5118 Mr. Don Heyer Resident Project Representative 453-5000 753 Snohomish River to Cavalero Corner Replace Eastbound Bridge - Stage 3 .Contract 4428 ... Department of Transportation Steve Miller, Project Engineer 9029 El Capitan Way, Suite A-2 Everett 98208 339-1702 FAX 338-3582 General Construction - 1920 - 51st Avenue S.E. Everett 98205 339-0861 FAX 339-9329 TR.I -STAT1{� CONSTRUCTION , INC.. EQUIP NSE _FQ IPMFNT DFSCRTPTIOI SFRTAI ••NIIMAFR UMBFES A24 1992 Oldsmobile Cutlass 1G3AM54N7N6322991 748 EJJ A25 1993 Ford Bronco XLT 1FMEU15H7PLA19941 A27 1993 Chev Blazer W 1GNEK18K9PJ302197 218 EUN A28 1993 Chev Blazer S10 1GNDT13W3P2134358 549 EUU A30 1994 Chev K Blazer 1GNEK18K7RJ347061 625 FJR A31 1995 Cadillac 1G6KF52YISU226165 A32 1995 Chev S10 Blazer 1GNDT13W8S2140863 40927 Z A33 1995 Chev Tahoe Blazer 1GNEK18KXSJ362286 BT02 1980 Kenworth W/1987 Crane 185663S/1301186504 19345 N DT01 1990 Loadking Dump Truck 1B4D32236L2116787 2450 JY DT02• 1984 Fruehauf Dump Truck 1H4DO2721EF064202 14;EH04 1989 Mack Lowboy Tractor 1M2AY4OC2KM004587 15199 P EH05 1996 Peterbilt 378 Tractor 1XPFDBOXXTN412116 ET01 Hyster Tilt Trailer 15750 ET02 Peerless Lowboy Trailer T782577A 9880 KB ET02A Peerless Semi=Trailer T782576 JD 2830 ET03 Miller Tilt Bed 20195 JA 8559 ET04 Pioneer Tilt Trailer 59207 8715 JZ ET07 Traileze 25 %Ton 1DA72TT29GPOO8316 ZF 3972 ET12 1979 Great Dan Flatbed M23823 ET13 Trail King Trailer 1TKJOB035RM015006 FB07 1969 Chev Flatbed CE639P849277 L 81874 FB10 1972 Chev Flatbed CCE632V127188 86661 J FB11 1969 Ford Flatbed F60BCF34903 88510 T FB16 1975 Chev Flatbed CCE675V130964 88722 T FB19 1971 GMC Truck CE303Z113432 34930 T FB23 1980 Ford Cab Chassis F60HVGG1780 UL 1836 FB25 1975 GMC Truck TCE624V563821 F 65708 FB26 1991 Chev One-Ton 1GBJC34KIME168817 36268 U FB27 1989 Mack MS200P 30702 FB29 1989 GMC Van Flatbed 1GDJ71B6KV50337 FB30 1986 Mack MS300T VG6M113X6GB064809 FB31 1987 Ford F800 Crash Truck 1FDPF82K7HVA FT01 1972 Chev (was FB20) TCE43WV534187 TR 9907 FT03 1973 Ford (was GT01 ) F61CRE33776 LA 2021 FT04 1968 Chev CE638B122297 T 27843 FT06 1973 Chev Fuel Truck CCE613V126901 FT07 1969 International Loadstar 41606OH92557B Page 01 12/95 TR.f -ST►�Tf{� CONSTRUCTION , INC.. EQUIP LICENSE I)<TPMFNN1 0ESICRUZIDN SFRTAI NIIMRFR NIA GT03 1969 Ford Grease Truck M80CUF50336 GT06 1974 Kenworth .Was T17 119010 H 31331 GT08 1984 Kenworth 1XKWD29XXES318458 P31 1977 Chev Refurbished CCL357Z150430 87207 T P32 1977 Chev Pickup CCL247J175641 07215 X P34 1978 Chev Pickup CCA148Z138652 H 52662 P35 1978 Chev Pickup CCL248J115101 XU 5366 P41 1979 Chev Pickup CCL249F371827 68863 R P42 1980 Chev Pickup 1GCEC24H5B2103969 TY 8783 P45 1'980 Chev 3/4 Ton CCL201135536 37614 V P46 1981 Chev 3/4 Ton 1GCGC24M7BZ145548 HC 5321 P52 j. 1985 Chev Pickup 1GCCS14B5F2220384 85302 U ,�,P54 1986 Chev Pickup 2GCDC162G1100615 NCH 470 P64 1986 GMC Pickup 1GTDC14H7GJ510414 US 5581 P72 1988 GMC Pickup 1GTGC24K2KE549329 19298 N P75 1989 Ford F250 1FTEF25N6KPA17318 PVM 209 P76 1989 Ford F250 1FTHF26HOKPB13077 13977 X P78 1989 GMC Pickup 1GYGC24K2KE549881 66937 P P79 1989 GMC Pickup 1GTGC24K2KE549329 66936 P P82 1990 Ford F250 XFYHP25GOLCA01424 RGJ 165 P83 1990 Ford 3/4 Ton 2FTHF26H8LCA92661 RET 477 P85 1990 Ford F250 2FTHF25H6LCB24346 RJV 829 �. P86 1991 Chev 3/4 Ton 1GCGC24KOME143231 82256 T P87 1991 Chev 3/4 Ton 1GCGC24KOME143343 82255 T P89 1991 Ford F250 CFTEF25H3MCA13628 36622 U P90 1992 Chev 3/4 Ton 1GCGK24K5NE140846 83512 U �... P91 1991 Chev Pickup 1GCGC MME219400 74518 U P92 1992 Chev 4x4 Pickup 2GCEK19K1N1189733 36927 V P93 1992 Chev Pickup 1GECK14Z7NE193286 46321 V P94 1992 Ford F250 1FTHX26G4NKA99447 SNS 117 .. P95 1992 Chev 4x4 Pickup 1GCGK24K9NE154135 14650 W P96 1993 Chev 4X4 Pickup CGCFK29K5P1100212 14651 W P97 1993 Chev 1500 Pickup 1GCEC14KOPE133918 03004 X P98 1992 Ford 3/4 Ton 4x4 1FTHF26H9NLA91746 81144 V ,�. P99 1994 Chev 25-3500 P/U 2GCFK29K3R1217502 P100 1995 Chev Pickup 1GBGK24K3SE107571 P101 1995 Chev Pickup 1GCGK29N6SE114254 P102 1995 Chev Pickup 1GCGK24KXSE203547 .. P103 1995 Chev Cab & 1/2 4x4 1GCGK29K2SE208301 P104 1995 Chev Pickup 1GCGK29K1SE226577 P105 1995 Ford F350 2FTHF36HXSCA71427 ti- Page 02 12/95 CONSTRUCTION , 1N(�. TItI-ST��TI{� EQUIP —# S UU.I.P_MBI—DE r,R12=0N aRIAL�,lLIb1Ra LICENSE JUMBER PT01 Pup Dump Chasis FRZ685201 2456 KJ PT02 Pup Dump Chasis FRZ685202 6408 KD PT03 1980 Truckweld Pony Trailer TW1801830 WH• 3454 �.. PT04 1980 Truckweld Pony Trailer TW6791799 WH 3455 PT05 1985 Truckweld 1BN1B1329FK PT06 1985 Truckweld 1BN1B1320FK PT07 1995 Truckweld 1BN1P153XSK10419A PT08 1995 Truckweld 1BN1P1531SK10419B RT05 1984 Chev W/Utility 1GBE6D1A1EV118236 LE 6534 .. RT06 1986 GMC Repair Truck 1GDHC34W5GJ521077 US 8705 RT09 19,93 GMC Repair Truck 1GDJ7HIJIPJ516843 RT09A Miller Big 40 Welder KD431410 RT09B Rawson-Koenig Crane 107905 RT10 1994 Mack Repair Truck VG6BA07A6RB500651 11915 X --RT11 1993 Chev Repair Truck 1GBKC34N9PJ107466 78845 X RT11A Repair Truck Body RT11B IMT Crane 5016D1594636 T04 1966 Mack Dump Truck R611ST1157 H 86342 T04A 13 ' Allied Dump Body T14 1974 Mack Tractor RD666S1102 76707 V T16 1973 Kenworth Tractor 132329 11792 X T16A New Dump Box T21 1980 Kenworth Dump 183056S UT 1016 T22 1980 Kenworth Dump 183057S 15097 P T24 1984 Kenworth Tractor 1XKWD29X2ES319491 T25 1973 Mack (revamped EH01 ) R79731147 45520 V T25A 1984 Dump Box (new) T26 1986 Mack Truck 1M2P141C8GA003637 T26A 1986 Dump Body for T26 BTD3441A T27 1986 Dump Truck 1M2P141C7GA003859 T27A 1986 Dump Body for T27 T28 1986 Dump Truck 1M2P141CSGA003860 T28A 1987 Truckweld Custom Dump Body T29 1989 Mack Dump Truck 1M2P141C6KW007736 68731 R T30 1991 Mack Dump Truck 1M2P270C4MM010780 87264 T T31 1991 Mack Dump Truck 1M2P270C6MM010781 87265 T Page 03 w TItI -STATIi� CONSTRUCTION , Inc. EQUIP LICENSE Q lLtp-AENL-aES.CRI2jMN SERIAL-AMER ER MBER TR02 1972 Peerless Semi-Trailer 725248 FA 6233 T905 1973 Fruehauf Trailer & Ext FRR516505 FE• 5221 TROB 1974 Fruehauf Tandem Axle Hop FRS552402 FH 8132 TR10 1977 Peerless Semi Trailer W772567 2458 JY TR11 1977 Peerless Bottom Dump W772566 WM 101.2 TR12 1995 Trail King Belly 1TKSO4332SM020003 TW07 1966 Mack Water Truck R611ST1158 20837 R TWO8 1970 Mack (was T19) R611ST5860 TW09' 1974 Kenworth (was T20) 136593S TW10 1988 Peterbilt Water Truck 1XPED59X9JD266684 ,4T02A 1991 Air Pak for WT02 KB103107 4. Page 04 12/95 TItI -S'I'��` Iij CONSTRUCTION , 1N('. EQUIP FQIITPMFNT DFSCRTPTTON LICENSE -U=s �SFRTAI NIIMRFRNIIMAFRS CO6 Joy RPS-750 Air Comp 101301 CO7 Worthington 160 Air Comp 8212333 FN 6465 CO*B Gardner-Denver Air Comp 667713 CO9 Sullair Air Compressor 25854BGF WM 1011 C1O Gardner_,Denver Air Comp 690795 C11 Gardner-Denver Air Comp 696954 JA 1736 C12 15 HP Comp w/Bealle Pump 9O15BA C13 Gardner-Denver SP19OD Portable Comp W26292 C14 Ingersoll-Rand Air Comp 135737U83957 WM 6579 C16 Ingersoll-Rand Air Comp 155996 CSO1.. 1992 Concrete Saw Ingersoll 123820 ; 'CV01 610 Power Pack Trench Filler 8792 CVO2 Mitts & Merrill M12 Chipper 3M7243 CVO3 1983 Eager Beaver Chipper R-754R JV 4298 CVO4 1980 Layton F525 Paver F88B3N9 Page 05 19/95 CONSTRUCTION, IN(,. TH -STATE EQUIP SE A'S EQUIPMENT DFSCRT=QN SFRTA1 NUMBER LIBIIMBFRS QN D1.3 1975 D6C Cat Dozer 1OK11075 D16 1976 D3 Wide Track Trctr 6NO0608 D17 1976 John Deer Dozer 256252T D19 1978 Intl Hary Crwlr TD73 4355 D20 1966 John Deere 350 Crwlr 013938 D21 1978 John Deere 350C Crwlr 291570 D22 1979 John Deere 350C Crwlr 302892 D23 1978 D65P Komatsu Dozer 31006 D24 1979 Intl Hary TD15C Dozer 4354 D25 1975 Cat D7G Dozer 92V1674 .. D28 1982 D38 Cat 30 Dozer 96X1742 D29 1.983: D6D Cat Tractor 6X1475 D30 1984 Int ' l TD7E Crwlr Dzr 9795 D31 1985 Int' l TD7E Crwlr Dzr 10106 �., D32A .. 1983, Komatsu, Wide Track D65P7 40057 ,D33 1986 Int' l TD7E Crwlr Dozer 10036 D34 1986 D8L Cat 53YO4332 D35 1987 Cat Drwlr Tractor 9OV7443 .. D36 1989 Dresser TD8G 594 D37 1990 Cat D6H Tractor 3YGO0523 D38 1989 Cat D4H Tractor BPB04196 D39 1991 Cat D8N 9TC03200 �.. D40 1988 Cat D7H Tractor 79201864 D41 1988 Cat D6H Tractor 4GG00340 D42 Caterpillar D10N 2YD00760 D43 1990 Cat D8N Tractor 9TC04632 D43A D9N Pushblock NC Part #MIS6755C2 D44 1990 D6H LGP Tractor 6FC04045 DB01 1972 Champion H16 Breaker 2108 H 33637 DISC01 Kewanee 16' Offset Disc 102,352 DI02 Tower Disc DISC1760-284 FL01 V300B Cat Fork Lift 72YY869 Page 06 12/95 .r TH -STATE CONSTRUCTION, INC. EQUIP S EDIJTPMFNT DFSCRTPTTQN S- TA AiIIMRFR LICE G09A Blade Pro Controller Box 034 G05 Caterpillar 14G Motor Grader 96U6228 G06 Used Cat 14G Motor Grader 96000213 -- G07 1989 Cat 14G Motor Grader 96U07606 G08 Caterpillar 14G Motor Grader 96U5777 G09 1992 Cat 14G Motor Grader 96UO8847 G10 MG747B Gehl Motor Grader 01920280 GE01 Kato A/C Cat Generator 52254 GE02 Lima Generator/DTZF6L 6434753,GEN BC24954 GE03 Cat Diesel Gen Eng 66D47510,5DA03385 -- GE04 Cat 3406DIT DSL Generator 9OU11707 GE05 40 KW Genset RGA51 GE08 1991 DCA Generator 3619179 HO1 American Crawler-B/H GS4770.", W. HB01 Arrow Breaker Hammer .I 3 2 1206 Pa a 07 12�95 TH -STATE CONSTRUCTION , INT. EQUIP LICENSE #15 FOUIRMFNT DESCR121TON SFRTAI NIIMRFR HH12 19710580B Case Backhoe 8688178 HH23 1974 40 Drott- Crawler/Loader N4AD19845 �.. HH24 1975 866 Koehring Backhoe 12VA38079 HH24A Esco Bucket R66 Backhoe inv HH24B Allied Comptor Model 9801 HH24C LaBounty Shear 220026 TAG 69653 HH28 1975 35DH Northwest B/H 27003 HH29 1976 1266 Koehring C17654 HH32 1976 580C Case Backhoe 8954532 HH33 1977 D580D Case Backhoe 5379401 HH35 1978 FF211S Ford Backhoe C527796 HH38 1978 40DEC Drott Excavator 6270737 HH39 1978 40DEC Drott Excavator 6270756 HH40, 1978 190 Dynahoe Backhoe D50089E • HH41 1978 190 Dynahoe Backhoe D50105E"" ,,HH45 1979 190 Dynahoe Backhoe D50088E HH51 1986 Cat 416 Backhoe 5PCO1302 HH52 1986 Case 580E B/H PC200LC3 9874435 HH53 1986 Komatsu PC400LC3 96MO284 HH55 Ford Model 555E Loader C766673 HH56 0&K Model RH2O Engine 7358865 HH56A Jewell Clam Bucket MH112B HH56B 36" Buck w/Teeth Tag P69007 HH56C 795CS Allied Hyram 0674 HH57 Komatsu PC20OLC Hyd Excavator 25397 HH58 Case 580K Loader/Backhoe 17421575 HH59 580K Case Backhoe 17425666 HH60 Takeuchi TB236 36216 HH61 1988 Case 580K Backhoe JJG0009229 HH63 1990 Case 580K Backhoe JJG0024262 HH64 1989 Cat 416 4x4 5PCO7461 HH65 1989 Cat 416 Backhoe 5PCO7214 HH66A 42" Esco HDP Bucket HH66B 1990 Komatsu PC50LC3 Part One 11043) HH66C 1990 Komatsu PC50LC3 Part Two 11043) HH67 1-991 235C Cat Excavator 5AF01194 HH67A 1991 Balderson 36" Bucket A01042 HH68 1989 Cat 436 Loader 5KF00783 HH69 1991 EL200 Cat Excavator 7DF01625 HH69A Promac 52C Rotary Brushcutter 12040 HH70 1991 Cat 235C Exc, 36" bucket 5AF01432 HH71 ' 90 Kobelco K905LC Exc YP000107 HH72 '91 Cat 416 B/H 5PC13390 HH73 1992 Cat 330L Excavator 6SK00117 HH74 1993 Cat 375L Excavator 1JM00037 HH74A 'Coupler Attachment 29354 HH74B 42" Cat Bucket 31288 HH75 Linkbelt Model LS 2800 D114-0133 HH76 Cat 330 L Excavator BFK00533 HH77 1995 416E Cat Backhoe 08SGO7013 ., HH78 1993 Cat 436 4x4 Loader/BH 05KFO1240 HH79 1995 Komatsu PC220LC 50429 HH80 1994 Kobelco SK20OLC YQUO920 .. Page 08 12/95 T111 -STATE CONSTRUCTION , INC. EQUIP LICENSE FDLITPMFNT DESCRIPTION SFRTA( NUMBER HS01 Finlay Hydrascreen 50/30E HS03 Thunderbird Screen 154W/620332BG105 L04 1965 966B Cat Loader 75A1415 L08 1973 966 Cat Loader 76J6566 H36573 L09 1975 980 Cat Loader 89P4875 L12 1978 .966 Cat Loader 76J12153 L13 1975 980E Cat Loader 89P4009 L14 .. 1984 966D Cat WH Loader 99Y2102 . L15 1983 988B Cat WH Ldr w/bucket 84105 116 1986 980C Cat WH Loader 63X06489 '117 Komatsu WH Loader WA45A-1 21CO4613 L19 1984 Used Cat 950B 65R1403 L20 1989 Case 1845C Uniloader JAF0039947 L21 1988 Cat 980CWH Loader 63X8237 L22 1992 Cat 950F",WH Loader 6YGO1920 L23 Cat 960F Wheeel Loader 9ZJ00175 L24 Caterpillar 98OF 08JN00656 LA14 HGL SLS Laser LA15 AGL Max II Laser LA16 1989 Dialgrade Laser 1160 7790 LA17 1990 Dialgrade Laser 8169 LA18 1990 Dialgrade Laser 8524 LA20 Dialgrade w/Laser Remote 1165 071 LA21 Blade Pro Controller 269 Page 09 12/95 W.Y. TIC[ -STATE CONSTRUCTION, INC. EQUIP - #IS FDjITEMFNT DFSCRTPTTON SFRTA( NUMBER LICENSE ORT04 1991 Cat D300B Offroad 4SDO0513 ORT05 1991 Cat D300B Offroad 4SDO0508 ORT06 1991 Cat D300B Offroad 4SDO0495 PCO1 Landa Power Steam Cleaner Shop PLF01 1991 }#412 Fusion Unit PS09 631D Cat Scraper 24W1710 PS10 1978 Cat 631D Scraper 24W2634 PS11 1978 641B Cat Scraper 65KB19 PS12 1978 641B Cat Scraper 65K817 PS17 1988 .631E Cat Scraper 1NB00612 PS18 1988 631E Cat Scraper 1NBOO614 PS19. 1978 641E Cat Scraper 65KB14 PS20 1978 641B Cat Scraper 65K815 ,PS21 1978 641B Cat Scraper 65K816- PS22 197E 641E Cat Scraper 65K818 PS23 631D Cat Scraper 24W3891 PS24 631D Cat Scraper 24W3898 PUMPS: Various sizes for dewatering; approximately 120 in number R03 Hyster Vibrator Roller A113C1719T R03A Hyster 615 Roller R05 Tampo Roller Model RS2BD GMC31544 R07 Layton 607WV Vibratory Roller Tag 66568 ROB Tampo Roller RS28D 2100543A R09 Bomag BW213D 101400260128 R10 Ingersoll Roller SD100D 5058 �. R11 1988 Case Roller 841117538 R12 A89 Bomag 213ODS Roller 101400260145 R17 1989 Ingersoll Rand SP48DD 50L6SP48DD5827 R18 1978 Cat Compactor 825B 43N 1449 R19 Cat CS563 Compactor BXF00476 R20 Cat CB214C Roller 09XK00111 Page 10 12/95 TH-STATE C(I STft.(;CTlll , INT. EQUIP LICENSE h I S EQU I PMFNT ESCR_P_T_ N SFEI& NUM R NllbdRFRa HPILE HR CARBON STEEL, SHEET PILE; TRENCH BOXES; STEEL PLATES VALUED AT APPROXIMATELY $300,000. SSL03 623 Cat Scraper 46P935 SSL05 1989 Cat 623E'Scraper 6CB00825 SSL06 1990 Cat 623E Scraper 6YF00137 SCV01 Felco Backfill Conveyor Tag 67264 SCV02 Kros Conveyor, Self-propelled SCV03 Kros Model 48R Conveyor SCV04 70,'X30" Ptble Stack Conveyor SSLW01 Klein H2O Wgn Accessory to Scraper ,,SW02 Rosco RB38 Sweeper 4692 SW03 Rosco RB48 Sweeper 33450 TI01 1992 M52-255 Muratori Tiller 40538 TL07 1980 Cat 955 LGP 13X2028 AGT01 1987 Challenger 65 7YC0030B �.., Page 11 12/95 v� TABLE OF CONTENTS KENT SPECIAL PROVISIONS PAGE SECTION 1 GENERAL I 1-01 Definitions 1 1-01.26 Standard Specifications 1 1-02 Bid Procedures and Conditions 1 1-02.1 Prequalification to Bidders 1 1-02.2 Plans and Specifications 2 1-02.6 Preparation of Proposal 2 1-02.11 Combination and Multiple Proposals 2 -°° 1-03 Award and Execution of Contract 2 1-03.3 Execution of Contract 2 1-03.4 Contract Bond 1-04 Scope of Work 3 1-04.2 Coordination of Contract Documents,Plans, _w Special Provisions, Specifications, Addenda 3 1-04.4 Changes 3 1-04.6 Increased or Decreased Quantities 3 1-04.9(1) Use of Adjacent Properties 3 .. 1-04.11 Final Clean Up 4 1-04.12 Disposal 4 �.. 1-05 Control of Work 4 1-05.5 Construction Stakes 4 1-05.5(2) Roadway and Utility Surveys 5 1-05.5(3) Bridge and Structure Surveys 5 1-05.5(4) Control Stakes 6 1-05.5(5) Checking Service 6 BOXCUL VERTSINSTALLATION °°'°" June 12, 1996 IIIIIWINIIWMHkNwllllllillllilliii„...... KENT SPECIAL PROVISIONS (continued) PAGE SECTION 1 1-05.5(6) Staking Services 6 1-05.5(7) Minimum Requests 7 1-05.5(8) City's Right to Correct Defective and Unauthorized Work 7 1-05.11 Final Inspection 8 1-05.11(1) Substantial Completion Date 8 1-05.11(2) Final Inspection and Physical Completion Date 8 1-05.11(3) Operational Testing 9 1-05.12 Final Acceptance 9 1-05.13 Superintendents, Labor, and Equipment of Contractor 10 1-05.14 Cooperation with Other Contractors 10 1-05.16 Water and Power 13 1-05.17 Oral Agreement 13 1-06 Control of Materials 13 1-06.2(2) Statistical Evaluation of Materials for Acceptance 13 1-07 Legal Relations and Responsibilities to the Public 13 1-07.2 State Taxes 13 1-07.5 Wildlife, Fisheries and Ecology Regulations 13 1-07.6 Permits and Licenses 14 1-07.9 Wages 14 1-07.9(A) Fees 15 1-07.16 Protection and Restoration of Property 15 1-07.17 Utilities and Similar Facilities 16 _ 1-07.18 Public Liability and Property Damage Insurance 17 1-07.23 Traffic Control 18 1-07.23(1) Public Convenience and Safety 19 1-07.23(2) Construction and Maintenance of Detours 21 1-07.23(3) Flagging, Signs, and All Other Traffic Control Devices 21 B OXCUL V ERTSINSTALLATION June 12, 1996 KENT SPECIAL PROVISIONS (continued) PAGE SECTION 1 1-07.23(4) Temporary Pavement Marking 22 -' 1-07.23(5) Payment 23 - 1-08 Prosecution and Progress 23 1-08.5 Time for Completion 23 �. 1-08.11 Overtime Work by City Employees 24 1-09 Measurement and Payment 24 1-09.1 Measurement of Quantities 24 1-09.2 Weighing Equipment 25 -„ 1-09.9 Payments 25 1-09.11(2) Claims 26 - 1-09.13 Arbitration 27 1-10 Other General Requirements 27 1-10.1 Coordination of Work with City 27 1-10.3 Road Maintenance 27 1-10.4 General Restoration 28 1-10.5 Landscape Restoration 28 SECTION 2 EARTHWORK 29 2-01 Clearing, Grubbing and Roadside Cleanup 29 2-02 Removal of Structures and Obstructions 29 2-03 Roadway Excavation and Embankment 31 2-06 Subgrade Preparation 32 „ . 2-07 Watering 33 2-09 Structural Excavation 33 - 2-10 Ditch and Channel Excavation 34 2-12 Construction Geotextile 34 B OXCUL V ERTSIN STA LLAT I ON .„ June 12, 1996 KENT SPECIAL PROVISIONS (continued) PAGE SECTION 4 BASES 38 4-02 Gravel Base 38 4-04 Ballasting and Crushed Surfacing 39 SECTION 5 SURFACE TREATMENTS AND PAVEMENTS 40 5-04 Asphalt Concrete Pavement 40 — 5-05 Cement Concrete Pavement 45 SECTION 6 STRUCTURES 45 6-02 Concrete Structures 45 — SECTION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY — SEWERS, WATER MAINS AND CONDUITS 48 7-00 General Requirements 48 — 7-00.1 Requirements for All Utilities 48 7-00.2 Requirements for Drainage, Storm Sewers and Sanitary Sewers 52 7-02 Culverts 55 7-04 Storm Sewers 55 7-05 Manholes, Grate Inlets, Drop Inlets and Catch Basins 56 7-09 Pipe and Fittings for Water Main 59 — 7-10 Trench Excavation, Bedding and Backfill for Water Mains 60 7-11 Pipe Installation for Water Mains 61 7-12 Valves for Water Mains 63 7-13 Adjusting Water Mains 65 — 7-14 Hydrants 66 7-15 Service Connections 67 SECTION 8 MISCELLANEOUS CONSTRUCTION 72 — 8-01 Erosion Control 72 BOXCUL V ERTSINSTALLATION June 12, 1996 — KENT SPECIAL PROVISIONS (continued) PAGE SECTION 8 8-04 Curbs, Gutter, Spillways and Inlets 74 8-14 Cement Concrete Sidewalks 75 - 8-15 Riprap 75 8-22 Pavement Marking 76 w. 8-30 Property Fences 78 8-33 Project Signs 79 -- 8-35 Undergrounding of Electrical Facilities 81 - SECTION 9 MATERIALS 83 9-03 Aggregates 83 9-28 Signing Materials and Fabrication 84 .. 9-30 Water Distribution Materials 86 9-33 Construction Geotextile 90 SECTION 10 PROPOSAL BID ITEM DESCRIPTIONS 95 HYDRAULIC PROJECT APPROVAL KENT STANDARD DETAILS PREVAILING WAGE RATES BOXCULV ERTSINSTALLATION June 12, 1996 KENT SPECIAL PROVISIONS The following Kent Special Provisions supersede any conflicting provisions of Standard Specifications, the foregoing Amendments to the Standard Specifications and the General Special Provisions and are made a part of this contract. Otherwise all provisions of the Standard Specifications shall apply. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. SECTION 1 - GENERAL 1-01 DEFINITIONS Add the following definitions to the Standard Specifications: 1-01.26 Standard Specifications. mm The Standard Specifications for this contract are contained in the following publications: A. "1994 Standard Specifications for Road,Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association(APWA) Washington State Chapter,hereinafter referred to _. as the Standard Specifications. B. Standard Plans for Road, Bridge and Municipal Construction," current edition, - prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. C. The current edition of the "National Electrical Code". D. Manual of Uniform Traffic Control Devices (MUTCD) 1988 Edition. All reference in the Standard Specifications to the State departments thereof, or directors thereof, shall be revised to read City and/or City Engineer. These publications are incorporated in this contract by this reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions to this contract as well as construction details. The responsibility of supplying himself with those publications shall rest with the Contractor. 1 02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders. Delete Section 1-02.1 and replace with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action may include a prequalification procedure prior to the bidder being BOXCULVERTSINSTALLATION 1 June 12, 1996 furnished a proposal form on any contract or a preaward survey of the bidder's qualifications prior to award. 1-02.2 Plans and Specifications. Upon awarding the Contract,the City shall supply to the Contractor for his own use five (5) _ copies of the Plans and Specifications. Additional copies can be purchased from the City at a price specified in the Call for Bids. 1-02.6 Preparation of Proposal. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN,AND ALL PRICES MUST BE STATED IN BOTH WORDS AND FIGURES. Proposals must contain original signature pages: FACSIMILES ARE NOT — ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. 1-02.11 Combination and Multiple Proposals. Delete Section 1-02.11 and replace as follows: No person,firm or corporation shall be allowed to make,or file,or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a subproposal to bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or making a prime proposal. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.3 Execution of Contract. " Section 1-03.3 will be deleted and replaced in its entirety with the following: The form of contract, which the successful bidder, as the Contractor, will be required to execute,the forms and the amount of surety bonds which he will be required to furnish at the time of execution of the Contract are included in the Specifications and should be carefully examined by the bidder. The Contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the agreement and a satisfactory bond as required by law and Section 1-03.4 - Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date,the City may grant up to BOXCUL VERTSINSTALLATION June 12, 1996 2 „m.. a maximum of 10 additional calendar days for return of the documents, provided the City deems the circumstances warrants it. 1-03.4 Contract Bond. Add the following to Section 1-03.4: 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation,the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). ti 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda. Replace second paragraph in Section 1-04.2 with the following paragraph: The Contract Documents are ordered as follows: 1. The Contract Agreement 2. Change Orders 3. Addenda 4. Kent Special Provisions 5. 1994 Standard Specifications for Road,Bridge and Municipal Construction(including Standard Plans and Amendments made thereto), and Documents incorporated by reference 6. Plans and Kent Standard Details . 7. Bid Packet Information 1-04.4 Changes. Delete 4th paragraph and replace with the following: For Item 2,increases or decreases in quantity for any bid item shall be paid at the appropriate unit bid contract price, including increase and decrease by more than 25% from original planned quantity. - 1-04.6 Increased or Decreased Quantities. Deleted in its entirety. - 1-04.9(1) Use of Adjacent Properties. _., Property lines, limits of easement and limits of construction permits are indicated on the plans and it shall be the Contractor's responsibility to confine his construction activities within these limits, unless he makes separate arrangements for use of private property. BOXCULVERTSINSTALLATION 3 „,,,.r June 12, 1996 Before using any private property adjoining the work, the Contractor shall file with the _ Engineer a written permission of the property owner and upon vacating the premises the Contractor shall furnish the Engineer with a release from all damages, properly executed by _ the property owner and satisfactory to the City. The Contractor shall confine his equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with his materials. 1-04.11 Final Clean Up. Add the following paragraph to the Standard Specifications: Finish and clean up shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit cost price of other bid items. 1-04.12 Disposal. Add the following new section: -- Disposal of all excess excavated material and debris shall be the sole responsibility of the Contractor. It should be noted that a permit is required to fill within the City limits of Kent. Disposal shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit prices of other bid items. - 1 05 CONTROL OF WORK Section 1-05.5 will be deleted and replaced in its entirety with the following: 1-05.5 Construction Stakes. The Engineer will provide construction stakes and marks establishing lines, slopes and grades as stipulated in Sections 1-05.5(2) and 1-05.5(3). The Contractor shall assume full responsibility for detailed dimensions,elevations,and excavation slopes measures from these Engineer furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer informed of staking requirements and provide at least 48 hours notice to allow the Engineer _. adequate time for setting stakes. Stakes,marks, and other reference points, including existing monumentation, set by the City forces shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes,markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or " reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other BOXCULVERTSINSTALLATION 4 -- June 12, 1996 satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall,upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys. The Engineering shall furnish to the Contractor one time only all principal lines, grades, an measurements the Engineer deems necessary for completion of the Work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading, 2. Curb grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall be slope staked to establish grade before offset hubs are set. 1-05.5(3) Bridge and Structure Surveys. For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations, match and fulfill the intended plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer. l. Centerline or offsets to centerline of structure. 2. Stations of abutments and pier centerlines 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances 4. Monuments and control points as shown on the Drawings. The Contractor shall establish all secondary survey controls,both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: 1. Stationing +.01 foot 2. Alignment +.01 foot(between successive points) 3. Superstructure Elevations +.01 foot(from plan elevations) 4. Substructure Elevations +.05 foot (from plan elevations During the progress of the work,the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. BOXCULVERTSINSTALLATION 5 June 12, 1996 The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. 1-05.5(4) Control Stakes. Stakes which constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and his subcontractors of their importance, and the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a control stake is required by the construction operations of the Contractor or his subcontractors, advance notice of at least one (1) full working day shall be given to the City, who will reference and remove said stake or stakes at no cost to the Contractor. 1-05.5(5) Checking Service. — Should occasion arise where the validity of a stake is questionable, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the City,who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any stakes found to be in error will be reset. There will be no charge to the Contractor for this service; and it is understood and agreed that the City will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. 1-05.5(6) Staking Services. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at 50-foot stations were needed. 2. Rough Grading- One set of rough grade stakes will be set at the centerline of streets at 50-foot stations where needed. 3. Storm Sewers - One set of line and grade stakes will be furnished for storm sewers at maximum 50-foot stations. Two reference stakes for each inlet or manhole locations will be set concurrently with said line and grade stakes. 4. Sanitary Sewers- One set of line and grade stakes will be furnished for sanitary sewers at maximum 50-foot stations. Two reference stakes for each inlet or manhole locations will be set concurrently with said line and grade stakes. 5. Water Main - One set of line stakes will be furnished for water main at maximum 50-foot stations-Two reference stakes for each tee and angle point location will be set concurrently with said line stakes. 6. Slope Stakes - One set of slope stakes will be furnished, conspicuously marked with an appropriate color of flagging,at a minimum of 50-foot stations on an offset of five (5) B OXCUL VERTSINSTALLATION June 12, 1996 6 -- feet to the toe of fill or top of cut in all areas wherein the cut or fill for the profile grade exceeds three (3) feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with the appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set on 50-foot intervals. The stakes shall be set at mutually recognized offsets. 8. Base and Top Course -One set of final grade hubs will be set for each course at 50-foot stations. 1-05.5(7) Minimum Requests. It shall be the responsibility of the Contractor in requesting staking services to properly coordinate said requests with his construction activities, so as to obviate inefficient scheduling of survey crews. The minimum requests for staking services shall be as follows: Roadway Grading 1000 feet Storm Sewer _500 feet Sanitary Sewer 500 feet Water Main 1000 feet Curb and Gutter 1000 feet Base and Top Course 1000 feet Slope Stakes 500 feet 1-05.5(8) City's Right to Correct Defective and Unauthorized Work. If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer,or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice,by such means as the Engineer may deem necessary, including the use of City forces. If the contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due,the Contractor. Such direct and indirect costs shall include in particular, but without limitation,compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. BOXCULVERTSINSTALLATION 7 June 12, 1996 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection. Add the following sections to Section 1-05.11: 1-05.11(1) Substantial Completion Date. When the Contractor considers the work to be substantially complete, the Contractor shall _ so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work,replacement if temporary substitute facilities,or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also _ establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use,the Engineer,by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. -- 1-05.11(2) Final Inspection and Physical Completion Date. When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then — make a Final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The BOXCULVERTSINSTALLATION June 12, 1996 8 Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies in not initiated within seven(7) days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing. It is the intent of the City to have at the Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution of signal systems; building; or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion date. then the default testing time period shall be fourteen (14) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which proves faulty, or that are not in first class operating condition. Equipment, electrical controls,meters,or other devices and equipment to be tested during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power,gas,labor,material,supplies,and everything else needed to successfully complete operational testing, shall be included in the various contract prices related to the system being tested, unless specifically set forth otherwise in the Bid Form. Operational and test period, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance. Section 1-05.12 will be deleted and replaced in its entirety with the following: The Contractor must perform all the obligations under the Contract before the Completion Date can be established. A Certificate of Completion for the work issued by the City will establish the Completion Date and certify the work as complete. The Final Contract Price may then be calculated. The following must occur before the Completion Date can be established and the Final Contract Price calculated. B OX CUL V ERTS IN STA LLATI ON June 12, 1996 9 1. The physical work on the project must be complete. 2. The Contractor,must furnish all documentation required by the Contract and required by law, necessary to allow the City to certify the Contract as complete. A Certificate if Completion for the work, signed by the City, will constitute acceptance of the work, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor(or the subcontractors or lower tier subcontractors)to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies,or provisions for carrying out the work. The issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. The City shall not be barred from requiring _ the Contractor to remove, replace, repair or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material. Failure of the Contractor to perform all of the Contractor's obligations under the Contract shall not bar the City from unilaterally certifying the Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. 1-05.13 Superintendents, Labor, and Equipment of Contractor. — Section 1-05.13 is supplemented by revising paragraph 7 to read: Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1,the — City will take these performance reports into account. 1-05.14 Cooperation with Other Contractors. Add the following supplement to Section 1-05.14: The City may perform other work at or near the site, including any material site, with other — forces than those of the Contractor. This work may be done with or without a contract. If such work takes place within or next to this project, the Contractor shall cooperate with all other contractors or forces. The Contractor shall carry out work under this project in a way that will minimize interference and delay for all forces involved. The Engineer will resolve any disagreements that may arise among the contractors or the Contractor and the City over the method or order of doing the work. The Engineer's decision is these matters shall be — final, as provided in Section 1-05.1. The Coordination of the work shall be taken into account by the Contractor as part of the site investigation in accordance with Section 1-02.4 and any resulting costs shall be incidental and included within the unit bid prices in the contract. Moreover, the City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other contract or contracts existing or known to be pending at the time of bid. Special consideration shall be required in the timing and coordination of box culvert delivery in conjunction with the City's culvert supply contractor. An itemized proposed delivery schedule shall be submitted to the City for approval at the B OXCUL VERTSINSTALLATION June 12, 1996 10 -- preconstruction conference. Upon approval of the schedule, a minimum of 72 hours prior notice shall be provided to the supply contractor,PIPE,Inc. by the installation contractor for delivery to the construction site of requested box culvert sections. Any claims for damages/delays by the supply contractor shall be the sole responsibility of the installation contractor. The contractor shall offload box culvert materials supplied by the City's culvert supplier within 24 hours of arrival on the job site of the supplier's truck. The Contractor shall be liable for any delay claims from the supplier/shipper for excess time beyond 24 hours. The following utilities may be under construction during the installation contract: 1. Relocate power poles and underground conduits, meters and vaults. Agency: Puget Sound Power & Light Scope: a) Relocate under ground power conduits in South 228TH Street, Novak Lane and Central Avenue. b) Relocate overhead power lines, power pole and service meter on Central Avenue. c) Relocate service meter and conduit for billboard adjacent to Central Avenue and private pump system near south inlet of culvert. 2. Relocate underground telephone conduit,cables and vaults. Agency: U.S. West Communications Scope: a) Relocate telephone conduits on South 228th Street and Central Avenue. b) Relocate conduit on Novak Lane. 3. Relocate underground gas main and valves. Agency: Washington Natural Gas Scope: a) Relocate 6" gas main on 228th Street and 2" gas main on Central Avenue. Close coordination and cooperation in schedules and staging of work between the installation contractor and the utility contractors is essential to avoid conflicts and delays. Contractor shall provide a minimum of 10 working days prior notice to all affected utilities prior to culvert excavation. BOXCULVERTSINSTALLATION 11 June 12, 1996 Further information on utility relocations: A) S. 228th Street Contractor shall coordinate with Puget Power and US West and shall excavate and expose north Puget Power lines and formerly encased US West ducts. Power and telephone shall be combined in a temporary suspended crossing perpendicular over the culvert. The 6" WNG gas line will be shut off, depressurized, and deflected up by WNG so that it clears the top of the new box culvert. Box culvert _ sections shall be carefully lowered and slipped under the crossings. Extreme caution must be exercised to avoid damage to the suspended crossings. The southern, diagonal Puget Power crossing has been abandoned in place and _ rerouted to the east, crossing S. 228th St. at approx. Sta. 0+90. The Contractor shall coordinate with the utility companies and provide trenching across the box culvert for their relocation. The conduit will be provided and laid in the trench by each respective utility. B) Novak Lane Contractor shall coordinate with Puget Power and US West to excavate and expose existing power and telephone lines crossing over the existing CMP culverts. Utility lines will remain in place,protected and suspended during construction by the contractor while box culvert sections are lowered and slipped under it. Extreme caution shall be exercised to avoid damage to suspended crossing. Temporary water service shall be provided by the contractor,if necessary,to allow removal of existing 1" service line crossing culvert. The Contractor shall provide a temporary and emergency access road for the residences west of the culvert crossing on Novak Lane. C) Central Ave. US West conduits will be rerouted to temporary lines running overhead on existing power transmission poles within 6' of the lowest existing power line. The existing telephone vault west of culvert will be abandoned in place after the telephone company installs a new vault 15 feet southwest of existing vault. Existing telephone conduit in way of culvert will be abandoned in place. After culvert installation, new conduit will be reinstalled over the secured box culvert. The 2" WNG gas line will be cut and abandoned in place, then relayed over the _ culvert after it has been secured in place. Temporary water service serving Kent Auto Brokers shall be provided prior to removing existing water meter service in _. the way of culvert installation. Puget Power conduits in the way of the new culvert will be shut off and abandoned and then reinstalled over the secured box culvert. Other Contractors working in the area: A) Northwest Boring will be tunneling under SR 167 Highway for a 60" -- drainage pipe south of 228th St. They are required to complete construction and be off the site by August 31, 1996. Some of the site restoration work for B OXCUL V ERTS INSTALLATI ON June 12, 1996 12 . the S. 228th St. box culvert will include areas damaged by the tunnel construction. B) Max J.Kuney Company will be working on the HOV Lane Widening project for SR 167. Reasonable construction vehicle access for that work across Novak Lane, Central Ave., and S. 228th St. shall be provided over the duration of this contract even if the road is closed to the general public. 1-05.16 Water and Power. Add the following to Section 1-05.16: Any temporary power required for dewatering pumps, lighting, etc., shall be strictly the Contractors responsibility. If portable power generators are used they shall be "whisper- quiet" and meet all City codes regarding noise nuisances. 1-05.17 Oral Agreement. Add the following supplement to Section 1-05.17: No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing. 1-06 CONTROL OF MATERIALS 1-06.2(2) Statistical Evaluation of Materials for Acceptance. All of Standard Specification 1-06.2(2) is deleted for this project. 1 07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes. The Revenue Act of 1935 as amended required the owner to pay the Contractor, for transmittal to the State, a sales tax on the total charges made for construction unless otherwise exempted by Rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington,provides for certain exemptions and a compensating tax in regard to public roadway improvement. In the case of a public roadway improvement contract, the Contractor shall include any applicable compensating tax in the bid items, and the Owner shall make no payment of any sales tax. However,roadway improvement contracts may also include taxable schedules for work not covered by this specification. Refer to each individual schedule of the proposal to determine if sales tax is to be included in the bid total. 1-07.5 Wildlife, Fisheries and Ecology Regulations. A Fisheries Permit Application (Hydraulic Project Application) has been submitted to the Department of Fish and Wildlife for this project. The permit will require that all B OXCULVERTSINSTALLATION June 12, 1996 13 work within Mill Creek be completed by October 15, 1996. The Contractor shall comply with all provisions of the Hydraulic Project Approval. In addition to the requirements of Section 1-07.5 of the Standard Specifications, the Contractor shall comply with all applicable Federal, State, County and City environmental provisions of law including,but not limited to the following: City of Kent Ordinance No. 2511 King County Ordinance No. 1488 -- Resolution No. 18801 Resolution No. 25789 Puget Sound Air Pollution Regulation No. 1 Control Agency Resolution No. 194 The above environmental provisions are incorporated into this contract by this reference as if set forth herein in full. Copies of the City of Kent Provisions are available for perusal at the office of the City Engineer. 1-07.6 Permits and Licenses. The Contractor shall procure all permits and licenses which are necessary and incidental to his operation in the performance of the work and give all notices required by such permits and licenses. A copy of each permit and license shall be furnished to the Engineer upon request. 1-07.9 Wages. The Washington State prevailing wage rates published by the Department of Labor and Industries and the Davis-Bacon wage rates for the State of Washington will be incorporated into each contract as applicable. When a public works project is subject to the provisions of the Washington State public works law and the Federal Davis-Bacon and related acts, the Contractor and every subcontractor on that project must pay at least the Washington State prevailing wage rates, if they are higher than the federal prevailing wage rates for the project. The City of Kent will include a schedule of the applicable Department of Labor and Industries published Washington State prevailing wage rates in the Contract documents to be executed by the successful bidder for each contract. The Contractor must do the same with contracts with all subcontractors. (WAC 296-127-011) Bidders should be aware that the wage rates to apply during the entire contract period are those in effect on the day of bid opening unless the Contract is not awarded within six months of this date. B OXCULV ERTSINSTALLATION June 12, 1996 14 `� 1-07.9(A) Fees. The Contractor shall pay all fees for Department of Labor and Industries approval of "Statement of Intent to Pay Prevailing Wages form and for certification of"Affidavit of Wages Paid" forms. Payment shall be sent by the Contractor directly to the Department when submitting forms. 1-07.16 Protection and Restoration of Property. 1-07.16(A) Private/Public Property. The Contractor shall protect private and/or public property on or in the vicinity of the work site. He shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the Contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way,markers,monuments,buildings,structures,pipe,conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor(or his agents/employees)damage,destroy,or interfere with the use of such property, he shall restore it to original condition at his expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if he refuses or does not respond immediately. 1-07.16(B) Tree Restoration. If due to, or for any other reason related to, the Contractor's operation, a tree is destroyed, seriously damaged,or disfigured that was not ordered removed,the Contractor shall replace it with approved nursery stock of the same species. In addition to replacement, the Contractor will be assessed any appropriate liquidated damages as described below. The assessment will be deducted from monies due the Contractor. For nonmerchantable timber,the Contractor will be assessed liquidated damages of$15 for each inch of difference in circumference when a replacement tree is smaller than the original. For merchantable timber,the Contractor will be assessed liquidated damages of either $15 for each circumferential inch or the estimated market value delivered to a mill, whichever is the larger amount. The Engineer will measure circumference 12 inches above ground level. The replanting shall be according to Section 8-02 and during the first fall or spring planting period after damage, or as the Engineer directs. BOXCULVERTSINSTALLATION 15 „, June 12, 1996 1-07.16(C) Fences,Mailboxes and Incidentals. The Contractor shall maintain at his expense any temporary fencing to preserve livestock, crops,or property when working through or by private property. He is liable for all damages if he does not comply with this requirement. When it is necessary to temporarily move existing mail or paper boxes,their usefulness shall not be impaired. The boxes shall be reinstalled at the original location or at locations ordered by the Engineer. New supports or boxes will not be required unless damaged by the _ Contractor. Any damage caused by the Contractor shall be at his expense for replacement or repairs. 1-07.16(D) Payment. All costs for the protection and repair specified in this section are incidental to the Contract unless a specific bid item is included in the proposal. The Contractor shall include all related costs in the unit bid prices of the Contract. _ 1-07.17 Utilities and Similar Facilities. Section 1.07.17 of the Standard Specifications applies to all utilities shown on the plans and y or located in the field by the utilities or locate service. In the event of conflicts between the location of existing utilities and new utilities and appurtenances contained in this contract, the Owner of the utility shall be responsible for removal or relocation of all non-City utilities as necessary to accommodate the _ improvements. City owned facilities, including but not limited to sanitary sewer, water, storm drains, driveway culverts, and street signalization and illumination shall be maintained, relocated, rerouted, removed and restored by the Contractor with the least possible interference with such services. Even though the presence of underground utilities including service lines may be an interference or have the effect of slowing the construction required by this contract, in no case shall the interference of such utilities be deemed a changed or differing condition and a basis for extra compensation,except in the case of a direct physical conflict not shown on the plans. The Contractor shall contact the abutting property owners and shall locate existing irrigation, electrical, and other utilities prior to working on the City right-of-way. Not all private irrigation, electrical or other utilities are shown on the plans. Note that these private irrigation lines, etc. are not covered by the one call number. Using the one call number for - utility locations shall not relieve the Contractor of his responsibility for locating these utilities with the property owners and maintaining them in good working order. BOXCULVERTSINSTALLATION 16 June 12, 1996 1-07.17(A) Contractors Notification of Excavation. Within ten business days but not less than two business days prior to the commencement of excavation the Contractor shall notify all owners of underground facilities that excavation will occur. 1-07.17(B) Field Marking of Locations. No later than two business days after the receipt of the notice or before the excavation time, the City shall field locate all City utilities by surface marking or by providing the best available information as to the location. All other utility owners are also required to do the same for their facilities. The City has the right to receive compensation for costs incurred in responding to excavation TM, notices received from the Contractor given less than two business days prior to excavating. 1-07.17(C) Contractor warrants and represents that it has personally, or through its employees and/or subcontractors, examined the right-of-way areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within such right-of-ways. Contractor further warrants and represents that it has also examined in detail plans of such utilities provided to it by the City and affected utility companies or entities. 1-07.17(D) Contractor also warrants and represents that it is fully aware of the statutory provisions contained in RCW 19.122.010 through .900,that it has read and fully understands the same, and that it will comply with the requirements of these provisions which are incorporated by reference herein. Contractor agrees that it shall be an "excavation" as defined under RCW Chapter 19.122 and that such utilities constitute underground facilities. The parties agree that remedies affected under RCW Chapter 19.122 are also incorporated by reference herein. 1-07.17(E) Contractor also agrees that it shall fully comply with Sections 1-07.16 and 1-07.17 relating to Protection and Restoration of Property, Utilities and similar facilities, and public liability and property damage insurance of the 1994 Standard Specifications for Road, Bridge and Municipal Construction, as amended, published by the Washington State Department of - Transportation and American Public Works Association, Washington State Chapter and as follows in Section 1-07.18. 1-07.18 Public Liability and Property Damage Insurance. The Contractor shall procure and maintain, during the term of construction and throughout µ the specified term of maintenance,insurance of the types and in the amounts described below against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, subconsultants and/or subcontractors. Before beginning work on the project described in this contract,the Contractor shall provide a Certificate of Insurance evidencing: BOXCUL V ERTSIN STALLATION June 12, 1996 17 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and 2. Commercial General Liability insurance written on an occurrence basis with limits no _ less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury,bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability. The insurance must refer to the project name, project location and contain a brief description of the project. Any payment of deductible or self-insured retention shall be the sole responsibility of the Contractor. The City, its officers, officials, employees, agents and volunteers shall be named as an additional insured on the insurance policy,as respects work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The Contractor's insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The Contractor's insurance shall be primary insurance as respects the City, and the City shall be given thirty (30) calendar days prior written notice by certified mail, return receipt requested, of any cancellation, suspension or material change in coverage. The City also reserves its unqualified right to require, at any time and for any reason,proof of coverage in the form of a duplicate of the insurance policy with all endorsements as evidence of coverage. 1-07.23 Traffic Control. -- Traffic Control for the project shall conform to the Manual on Uniform Traffic Control Devices (MUTCD)Part VI,Revision 3, Section 1.07.23 of the Standard Specifications and . requirements of the City of Kent Public Works Department and/or Transportation Engineering Division as they deem appropriate. These publications will be incorporated in all projects by this reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions. The responsibility of supplying himself with these publications shall rest with the Contractor. BOXCULVERTSINSTALLATION 18 June 12, 1996 Work within the public road will in general be restricted to the hours between 7:OOAM and 8:OOPM. No work shall be allowed on the right-of-way on Saturdays, Sundays or Holidays unless specifically authorized by the Kent Transportation Engineer. Specific Requirements for each culvert crossing: o Box Culvert No. 1 Fisher Industrial Park Driveway - The driveway may be closed any day of the week for a maximum period of five (5) calendar days. o Box Culvert No. 2 South 228th Street Crossing-South 228th Street may be closed during weekends only (6PM Friday to 5AM Monday), however, the road must be reopened to 2 lanes (one eastbound, one westbound) at all times during the week days. Refer to detour plan included in the Kent Standard Details. o Box Culvert No. 3 Novak Lane Crossing-One lane-two way traffic shall be maintained at all times. o Box Culvert No. 4 Central Avenue Crossing- Central Avenue may be closed during weekends only (6PM Friday to 5AM Monday), however, the road must be reopened to 2 lanes (one northbound, one southbound) at all times during the week days. Refer to detour plan included in the Kent Standard Details. The City of Kent reserves the right to vary the previously stated times. Exact times and/or restrictions will be established at the preconstruction meeting. The Contractor shall submit a signing and Supplemental Traffic Control Plan to the Transportation Engineer for any work not specifically addressed in the Traffic Control Plans contained in the Plans. .,,., The Contractor at his own expense shall erect and maintain all barricades, guards, standard construction signs, warning signs, detour signs and flaggers as may be necessary to protect and safeguard the public at all times from injury or damage as a result of the Contractor's operations. The Contractor will be required to maintain two-way traffic at all times unless other arrangements are approved by the Transportation Engineer. 1-07.23(1) Public Convenience and Safety. All road approaches and street connections and driveways shall remain open to local and emergency traffic throughout the duration of this project at no additional cost to the City. The Contractor shall confine his operations to one side of the roadway at a time,with at least one lane to remain open for said traffic. The above requirements also apply to the non-working hours. BOXCULVERTSINSTALLATION 19 June 12, 1996 All traffic lanes and shoulders shall be clear of equipment and materials during non-working hours. Equipment and materials shall not be stored within 12 feet from the edge of the traveled way unless protected by permanent guardrail or concrete barrier. The Contractor's _ employees and agents shall not park private vehicles along the traveled way, median, or shoulders. Immediately upon request by the Engineer,the Contractor shall, at no further or additional cost to the City, place, in the amounts designated, any asphalt concrete pavement, cold plant mix, crushed surfacing and/or gravel base deemed necessary by the Engineer to maintain the above required accessibility of all streets, road approaches, street connections, driveways, and etc. If the Contractor fails to comply as above specified, the Engineer will order the work done by others and deduct the cost thereof from any monies due or to become due to the Contractor. The Contractor shall be solely responsible for the safety, efficiency and adequacy of the -- Contractor's plant, appliances and methods and for any damage or injury resulting from the failure or improper maintenance use or operation. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and `- property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not and shall not be intended to include review and adequacy of the Contractor's safety measures in, or, or near the construction site. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes and the safety regulations set forth in "Safety Standards for Construction" and "General Safety Standards" published in effect at the time of call for bids. These publications may be obtained from the Department of Labor and Industries, Olympia, Washington. The Contractor shall also comply with the safety standard provisions set forth in the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America.The Contractor agrees to defend, indemnify and hold harmless the CITY OF KENT, its officers, employees and agents, from any and all claims, actions judgments, losses, costs (including reasonable attorney fees) and damages whatsoever; including workman's compensation claims or any other claims arising by reason of accident,injury or death caused to persons including contractors employees,agents and subcontractors,employees and agents involving property of any kind or arising out of, in connection with, or incident to the work of this contract to the extent of any City negligence, except upon a finding by a trier of fact that it was caused by the sole negligence of the CITY OF KENT. The Contractor agrees to waive its immunity which may otherwise exist under the Title 51 RCW relating to industrial insurance. The parties agree that the indemnification requirements provided herein extend to attorney's fees and costs of establishing the right to indemnification in favor of the City of Kent. The Contractor shall maintain at the job site office or other well known place at the job site, all articles necessary for giving first aid to the injured and shall establish, publish and make known to all employees procedures for the ensuring immediate removal to a hospital or a doctor's care, persons, including employees, who may have been injured on the job site. BOXCUL VERTSINSTALLATION June 12, 1996 20 Employees shall not be permitted to work on the job site before the employer has established and made known procedures for removal of injured persons to a hospital or a doctor's care. In order to protect the lives and health of employees performing work under the Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions and amendments thereto;the provisions of the Washington Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington Department of Labor and Industries Division of Industrial Safety and Health. The WISHA regulations shall apply to all excavation, trenching and ditching operations. In case of conflict,the more stringent regulations shall apply. Existing traffic control and street name signs which interfere with construction shall be relocated or removed by the Contractor and temporarily stored in a safe place. "Stop", "Yield", and "One-Way" signs shall be removed or relocated only upon approval of the Transportation Engineer. Existing signs shall not be removed until the Contractor has provided temporary measures sufficient to safeguard and direct traffic after the existing signs have been removed. Except as otherwise provided in the Contract documents, preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. As work progresses and permits, temporarily relocated or removed traffic and street name signs shall be reset in their permanent location by the Contractor. Signs and other traffic control devices damaged or lost by the Contractor, shall be replaced or repaired by the Contractor at no cost to the City. The option of whether a sign can be repaired or shall be replaced shall be the Transportation Engineer's and such decision shall be final and binding on the Contractor. When paint lines are obliterated due to construction activities or pavement restoration, temporary pressure-sensitive pavement marking tape, traffic buttons or delineators shall be " installed where designated by the Transportation Engineer. These temporary features shall be removed only upon installation of permanent traffic channelization. „ Payment for all labor, materials, tools and equipment required to do said work shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other pay items of the Contract except for those applicable items specifically referenced in the proposal. 1-07.23(2) Construction and Maintenance of Detours. The Contractor shall also be responsible for maintenance,control and safeguarding of traffic on all detours which are the result of his operation, but which do not lie within the project limits. See detour plans for South 228th Street and Central Avenue closures in the Kent Standard Details. 1-07.23(3) Flagging, Signs, and All Other Traffic Control Devices. " The Contractor shall furnish all flaggers required. Flaggers shall be provided when construction interferes with the traveled portion of the street rights-of-way within the project. BOXCULVERTSINSTALLATION 21 w.. June 12, 1996 Flaggers shall be provided in sufficient number as to comply with Section 1-07.23(3) of the Standard Specifications. The Contractor shall furnish all equipment and apparel required by said flaggers. Whenever the Contractor intends to do work not explicitly covered by the Traffic Control Plans (TCP), the Contractor shall submit a Supplemental Traffic Control Plan to the Transportation Engineer for approval at least ten days in advance of the time signs and barricades will be required. NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE TRANSPORTATION ENGINEER. The approved TCP shall be on-site at all times and failure to obtain and adequately implement an approved TCP shall be the cause for immediate action by the Engineer. Said action may include but shall not be limited to the following: 1. Suspension of work until the TCP is approved or properly implemented. 2. Implementation by the City of approved TCP at the Contractor's expense. 3. The City may provide, or have others provide, interim labor, materials and equipment at the Contractor's expense to alleviate traffic hazards of concern. 4. Any combination of the above described remedies,or whatever is deemed necessary by the Engineer to protect the traveling public. All Traffic Control Plans shall conform to the MUTCD and the Standard Plans, except that Type I barricades shall not be used for traffic control on City of Kent projects. All traffic cones shall be 28" in height and, if used, all traffic pylons shall be 36" in height. 4" reflective sheeting material shall be installed on all cones and pylons. All traffic control devices, cones, barricades, paddles, etc. shall be approved by the project engineer or his representative. Type II barricades with working flashing lights shall be used throughout the project. Barricades shall be set within one hour of the time ordered. 1-07.23(4) Temporary Pavement Marking. Description. The Contractor shall install and remove approved 4-inch wide reflective traffic tape, and/or temporary reflective lane markers as shown on the plans, specified in the Special Provisions for this contract, or as directed by the Transportation Engineer. Temporary pavement markings shall be removed after the installation of permanent lane marking is approved in .- writing by the Transportation Engineer. Materials. Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this contract. BOXCULVERTSINSTALLATION 22 June 12, 1996 Preliminary Spotting. The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work loads permit,but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. Temporary Pavement Markings. Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or road-ways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Transportation Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Transportation Engineer until the permanent pavement markings are installed and approved in writing by the Transportation Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Transportation Engineer. Appropriately colored 4 inch wide reflective traffic tape shall be installed with a skip pattern ,a based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions for this contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Transportation Engineer. 1-07.23(5) Payment. �. "Flaggers needed for the project shall be paid under the estimated price for "Traffic Control Labor" and "Additional Traffic Control Labor" when these items are included in the proposal. Special signs required specifically for the project will be incidental to the "Trafflic Control Labor" contract price. Costs for cones, barricades, temporary pavement markings and other normal construction signing used on the project will be incidental to the project. Special signs will become property of the City upon completion of the project and will be delivered to the City Shops by the Contractor. 1 08 PROSECUTION AND PROGRESS 1-08.5 Time for Completion. Completion of contract is required within sixty(60)calendar days of notice to proceed. All work within the streambed corridor must be completed prior to October 15, 1996 .,, to comply with Department of Fish and Wildlife regulations. The Contractor shall substantially complete all work within the streambed and banks .~ on one culvert before proceeding to the next culvert. The Contractor shall install the culverts in the following order: BOXCULVERTSINSTALLATION 23 June 12, 1996 1. Novak Lane crossing. 2. Central Avenue crossing 3. South 228th Street crossing 4. Completion of the existing Fisher Industrial Park box culvert can be performed at any time during the allowable 60 calendar days, independent of the 3 new culverts. The Contractor shall submit a detailed schedule of the work at the preconstruction meeting for approval by the City Construction Engineer. Regular (bi-weekly) progress updates of the schedule are a requirement of the Contract. Refer to Section 1-05.14 of the Kent Special Provisions for coordination with supplier, utilities and other contractors. Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of _ May, fourth day of July, first Monday of September, IIth day of November, Fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.11 Overtime Work by City Employees. -- Where the Contractor elects to work on a Saturday, Sunday, or other holiday or longer than an eight-hour work shift on a regular working day,such work shall be considered as overtime work. On all such overtime work, an inspector will be present and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The Contractor by accepting these specifications does hereby authorize the City to deduct such costs from the amount due or to become due him. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities. Each truck hauling materials being paid for by weight shall bear a plainly legible _ identification mark or number. Duplicate tally tickets shall accompany each truck-load of material delivered to the project. -- Tally tickets furnished by the Contractor, subcontractor, by certified public weighmasters, or by suppliers at commercial plants shall include the information listed below for the material weighed. The following information shall be recorded on each item quantity ticket ~- by the weighman or in the case of Item (K), the truck driver: (a) Ticket serial number(this is already imprinted on the tickets). (b) Identification number of truck/truck trailer. (c) Date and hour of weighing. BOXCUL VERTSINSTALLATION June 12, 1996 24 (d) Type of material. (e) Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. (fl Weighman's identification. (g) Item number. (h) Contract number. (i) Unit of measure. 0) Legal gross weight in Remarks section. (k) Location of delivery. Cement shall be measured by the pound, ton or sack. When measured by the sack, a sack - shall mean a sack weighing 94 pounds. 1-09.2 Weighing Equipment. The City will not furnish a man to operate the scales while the loading and hauling of materials is in progress. The Contractor shall furnish to the inspector a load slip for each load of materials at the time of delivery to the project site. The materials may be weighed at any scale approved by the Engineer. 1-09.9 Payments. - 1-099(1) 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 of all amounts of such estimates. Withholding,management, and release of such retained monies shall be in accordance with the provisions of RCW 60.28. At the option of the Contractor,the retained funds shall be: (a) Retained in a fund by the City; (b) Deposited by the City in an interest bearing account in a bank, mutual savings bank, or �,•, savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; (c) Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen as soon as possible after the Contract award, preferably prior to the start of construction. BOXCULVERTSINSTALLATION 25 June 12, 1996 1-09.9(2) City's Right to Withhold Certain Amounts. In addition to the amount which the City may otherwise retain under the Contract, the City may withhold a sufficient amount or amounts of any payment or payments otherwise due to the Contractor including nullifying the whole or part of any previous payment because of subsequently discovered evidence or subsequent inspections, and in its judgment may be _ necessary to cover the following: (a) The cost of defective work not remedied. (b) Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. (c) Fees and charges of public authorities or municipalities. (d) Liquidated damages and engineering and inspection fees beyond completion date. 1-09.11(2) Claims. _ In the event the Contractor files a notice of claim or has made the City aware of his intention to file a claim the Contractor upon demand by the City shall provide immediate access to the City or its duly authorized representative to review and examine all books, documents, papers and other records which are directly pertinent to this contract and claim. Access shall be ongoing and shall remain in effect for the duration of the Contract or until the claim is settled or withdrawn. The City's examination and review, including the examination of contractor's needs shall occur at the City's offices located at 220 4th Avenue South, Kent, Washington, and shall be at reasonable time and place as designated by the City. This provision extends to all subcontractors hired by the Contractor and to any entity that has performed work or supplied materials or services in connection with or related to this contract. The Contractor shall provide for this clause to be included in its Contracts with all subcontractors and suppliers. Provided,however,that the City shall not disclose information which may reasonably be construed to be confidential and if divulged may seriously —• jeopardize the Contractor's or subcontractor's competitive position. The above shall not be limited to records in existence at the time of the claim but shall also include records generated following the claim or notice of claim. In the event that the Contractor, or subcontractor, submits notice of a changed condition or claim of delay at the job site,the Contractor and subcontractor are directed to cease all work on the project until directed otherwise in writing by the City of Kent. Consistent with the intent and provisions of this section, any claim of changed condition or delay shall be immediately verified by the City following its inspection of the job site and books and records. The City's authority to verify changed conditions and claimed delay shall extend to the right of the City to contact and obtain responsive information from suppliers, vendors, and subcontractors,the right to speak with workers at the site and examine records described above. The refusal, unwillingness or failure of any subcontractor to supply requested information shall be deemed to constitute actual and noncooperation of the Contractor. The Contractor shall at all times, following a claim or notice of claim, cooperate with the City in regards to this provision. Failure to comply with the provisions of this section constitutes a breach of a material term and condition in the performance of this agreement. BOXCUL VERTSINSTALLATION June 12, 1996 26 1-09.13 Arbitration. This section of the Standard Specifications is deleted in its entirety and replaced with the ... following: Final Decision and Appeal. All disputes arising under this Contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the Contract for -' claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the Contractor's right to seek an appeal of the Contracting Agency's decision. The Contracting Agency's decision under Section 1-09.11 will be final and conclusive unless appealed by the Contractor by commencing an action in the Superior Court of King County, Washington, within 180 days -w of receipt of the final decision. 1 10 OTHER GENERAL REQUIREMENTS 1-10.1 Coordination of Work with City. At least a three(3)working day notification shall be required on all requests for Engineering services other than inspection. All requests shall be coordinated with the City Engineer. All costs resulting from delays in which requests were not coordinated with the above mentioned City Engineer, shall be the sole responsibility of the Contractor. 1-10.3 Road Maintenance. Until accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street,detour,etc.,on which traffic is allowed,wherever,in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads,and as a minimum,remove on a daily basis,any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean,the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work,the Contractor shall,upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question,the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or,the Engineer may order the streets in question cleaned by others and such costs ... incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor BOXCULVERTSINSTALLATION 27 June 12, 1996 on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work,including labor,materials,tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 1-10.4 General Restoration. The Contractor shall restore to a condition equal to the original condition improvements such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, landscaping, lawns,trees,buildings and foundations,piping systems, septic tanks and drain fields,public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. Also see Sections `- 1-07.16 and 1-07.17 of the City of Kent Standards. Payment for the above said work including all labor,materials,tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items unless a specific bid item is included in the proposal. 1-10.5 Landscape Restoration. 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. Particular care shall be exercised to see that the topsoil is preserved and replaced in its original location. It shall be the Contractor's responsibility to strip such topsoil from the trench or construction area, and stockpile it in such a manner that it may be replaced by him, upon completion of construction, or to furnish and install new topsoil in accordance with "' Section 9-14 of the Standard Specifications. Topsoil shall be defined as the top four (4) inches of soil in lawn and planted areas. _. Trees and shrubbery shall be carefully removed with the earth surrounding their roots, wrapped in burlap and replanted in their original positions within four (4) days. Trees and _ shrubbery removal and transplanting will be done only by a landscape gardener. Ornamental trees or shrubbery destroyed or damaged by the Contractor, whether in public or private property shall be replaced by the Contractor with material of equal quality and no additional compensation will be allowed for such replacement. NOTE: Those trees indicated on the plans as non-restorable are not required to be restored. -- As such, said trees shall be marked by the Engineer prior to the construction. Wherever it may be necessary for the Contractor to trench through any lawn areas, the sod shall be carefully cut and rolled and properly replaced after ditches have been water settled or other-wise properly compacted. Should the existing sod be deemed unsuitable for reuse, BOXCULVERTSINSTALLATION 28 .. June 12, 1996 the Contractor shall supply and install new sod. All work shall be done in a manner calculated to leave the lawn area clean of earth and debris and in a condition equal to that which existed before work was started. Payment for the above said work including all labor,materials,tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. SECTION 2 -EARTHWORK 2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP 2-01.5 Payment. - Clearing and grubbing shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other pay items of the Contract. 2 02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02 3 Construction Requirements. -„ 2-02.3(l) General Requirements. The Contractor shall remove existing catch basins, culverts, manholes, pipe, and any other existing improvements indicated on the plans or required in the field to the degree necessary for the construction of the project. Open pipes remaining and all connections to removed catch basins and manholes shall either be connected to the new system as indicated on the plans or as approved by the Engineer, or shall be plugged with concrete to the satisfaction of the Engineer. When existing pipes are to be plugged,they shall be plugged at both ends and shall otherwise be in accordance with Section 7-02 of the Standard Specifications. The above said work to be done prior to street construction. Manholes indicated to be abandoned shall also be plugged as above. The Contractor shall then break down the manholes to subgrade level and fill the remaining portion with Gravel Borrow or Bank Run Gravel for Trench Backfill in accordance with Section 7-00.1(5) of the Kent Special Provisions. Removal of existing pavement striping,traffic curb and buttons shall be done by a method approved by the Engineer and to the satisfaction of the Engineer. Also see Section 5-31 of the Kent Special Provisions. 2-02.3(3) Removal of Pavement, Sidewalks and Curbs. Pavement will be neatly cut where authorized and to the extent specified before excavation begins, or as already noted on the construction plans. Prior to the cutting of existing pavement,the Contractor shall obtain written approval as to the method he chooses to use. Should the Contractor use an unapproved method, all costs BOXCUL VERTSINSTALLATION 29 w.w•. June 12, 1996 involved in the restoration of that portion which the Engineer deems as unnecessarily — damaged shall be the sole responsibility of the Contractor. Pavement shall be removed to the stations indicated on the plans except that where such -" cutting would leave strips of concrete less than five(5) feet wide, or where in the opinion of the Engineer the strip remaining would be damaged by the cutting,the entire slab to the next _ expansion joint shall be removed. No undercutting shall be permitted, and where the excavation operations result in _ undercutting of pavement beyond the cutting limits herein set forth, the Contractor shall at his own expense make whatever repairs that may be specified by the Engineer. 2-02.3(4) Obliteration of Pavement Markings. Where shown on the plans or where directed by the Engineer, the Contractor shall remove — pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. If, in the opinion of the Engineer, the pavement is materially damaged by the pavement marking removal, such damage shall be repaired by the Contractor at his expense to the satisfaction of the Engineer. Sand or other materials deposited on the pavement as a result of removing pavement markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other materials which might interfere with drainage shall not be permitted, and catch basins and similar drainage structures shall be cleaned at the Contractor's expense as often as directed by the Engineer. Where the project involves overlay of pavement, paint stripes do not have to be obliterated — unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement. 2-02.5 Payment. Payment for all labor, materials, tools and equipment required for the specified work shall be included by the Contractor in the unit Contract price of other bid items of the Contract except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. Removal of asphalt concrete pavement and cement concrete pavement, curb and gutter, sidewalk, structures as well as any chipping that is required to form a vertical neet line shall be considered as incidental to the construction and all costs thereof shall be included in the — unit price for other bid items. In the case of a trench for underground utility construction the cost for asphalt concrete removal shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor under trench excavation, see Section 7-00.1(3)E of the Kent Special Provisions. B OXCUL VERTSINSTALLATION June 12, 1996 30 Payment for saw cutting pavement when and where specifically required by the plans or the engineer shall be included under"Saw Cut Existing Pavement." All other saw cutting shall be incidental. - Payment for the Obliteration of Pavement Markings shall be incidental and the costs shall be included in the unit contract price for other items, unless the proposal contains an "Obliteration of Pavement Markings" bid item, in which case payment shall be made under that item. The Contract bid price for "Obliteration of Pavement Markings", when included in the proposal, shall be full compensation for all work specified. Removal of cement concrete sidewalks shall be considered incidental to construction and all costs therefore shall be included in the unit contract price for other items. In the case of a - trench for underground utility construction the cost for cement concrete sidewalk removal shall be considered as incidental to the construction and all costs thereof shall be included - by the Contractor under trench excavation unless "Remove Cement Concrete Sidewalk" is included as a pay item in the proposal. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements. 2-03.3(3) Excavation Below Grade. Where the Contractor has completed the roadway excavation and is required to move back to remove unsuitable material,or where additional depth required special equipment because of the presence of shallow utilities or other unforeseen conditions, no additional compensation will be made. The contract unit prices shall apply. - 2-03.3(14) Embankment Construction. It is anticipated to use selected material encountered within the project limits for roadway embankment and for backfill behind the curbs. Should said selected material be deemed inferior by the engineer for road bed embankment, the road bed embankment shall be constructed with Gravel Base. Backfilling behind the curbs shall be with selected material and shall be to the limits designated on the Plans or determined by the Engineer. 2-03.3(14)C Compacting Earth Embankments. The Contractor shall use whatever compaction equipment he deems necessary to complete the work, provided it meets with the approval of the Engineer. It shall be the Contractor's sole responsibility to obtain said approval prior to use. The compaction equipment shall comply with the requirements of Section 2-03 of the Standard Specifications. B OXCUL VERTSINSTALLATION June 12, 1996 31 2-03.3(14)D Compaction and Moisture Control Tests. Maximum density will be determined by the Modified Proctor Method ASTM 1557. _ Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. _ 2-03.3(14)E Unsuitable Foundation Excavation. When in the judgment of the Engineer the material below the designated subgrade is of a _ nature or condition that it will impair the stability of the subgrade, the material shall be excavated to a depth ordered by the Engineer and said material shall be disposed of by the _ Contractor at his own expense. The excavation shall be backfilled with selected material or if no selected material is encountered within the project limits, Gravel Borrow. Said backfilling shall be as outlined in Section 2-03 Roadway Excavation and Embankment. No — additional compensation will be made. The contract unit prices shall apply. 2-03.5 Payment. Payment for all labor, materials, tools and equipment required to complete the total project excavation including haul,the road embankment construction,the embankment compaction, the stock piling and reuse of selected material and the backfilling behind the curbs shall be included by the Contractor in the unit contract bid price for"Install 17'x 4' or 10'x 6'Precast Culvert." Payment for Gravel Borrow shall be included under its aonroPriate bid items. Payment for stockpiling selected material shall be considered as incidental to the _. construction and all costs thereof shall be included by the Contractor in the unit contract price for "Install 17' x 4' or 10' x 6' Precast Culvert." 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements. The prepared subgrade shall be compacted in the top 0.50 foot to 95% of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer,the Contractor shall loosen(or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.(14)C, Method B except ASTM D-1557 shall determine the maximum density. 2-06.5 Payment. The work required for compaction of the subgrade shall be considered as incidental to the _. construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. Also see Section 2-06 of the Standard Specifications. B OXCUL VERTSINSTALLATION June 12, 1996 32 2-07 WATERING 2-07.3 Construction Requirements. Water for compacting embankment, constructing subgrade, placement of screened gravel within box culvert and crushed surfacing for roadway or pipe bedding,and for laying of dust - caused from grading operations or public travel, if ordered by the Engineer, shall be applied in the amounts and places designated by the Engineer. - Water for testing and flushing of water and sewer lines and for the above described uses when taken from the City of Kent Water Supply shall be paid for at the price specified by the City of Kent Water Department. 2-07.4 Measurement. The Contractor may use his own metering facilities, provided it meets with the approval of the Engineer, or accept the quantities estimated by the Engineer. 2-07.5 Payment. - Payment for all labor, materials, tools and equipment required to furnish and place water shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. 2-09 STRUCTURAL EXCAVATION 2-09.3(4) Construction Requirements, Structure Excavation, Class B. If worker enter any trench or other excavation 4 feet or more in depth that does not meet the open pit requirements of Section 2-09.3(3)B, it shall be shored or other safety method constructed in conformance with WISHA requirements. 2-09.4 Measurement. Shoring or extra excavation. No specific unit of measurement shall apply to the lump sum item of shoring or extra excavation Class A. Shoring or extra excavation Class B will be measured by the square foot as follows: The area for payment will be one vertical plane measured along the centerline of trench, including structures. Measurement will be made from the existing ground line to the bottom of the excavation and for the length of the work actually performed. If the contract includes a pay item for grading to remove materials, the upper limit for - measurement will be the neat lines of the grading section shown in the Plans. The bottom elevation for measurement will be the bottom of the excavation as shown in the Plans or as otherwise established by the Engineer. B OXCUL V ERTSINSTALLATION June 12, 1996 33 2 10 DITCH AND CHANNEL EXCAVATION _ 2-10.1 Description. _ The excavation required for the construction of or regrading of drainage ditches adjacent to the new culvert improvements, as shown on the project plans or directed by the Engineer, _ shall be performed by the Contractor. 2-10.5 Payment. Payment for all labor, materials, tools, and equipment required to do said work shall be incidental to the unit contract price of other bid items. 2 12 CONSTRUCTION GEOTEXTILE (Installation Requirements) 2-12.1 Description. The Contractor shall furnish and place construction geotextile in accordance with the details shown in the Plans. 2-12.2 Materials. Materials shall meet the requirements of the following section: Construction Geotextile 9-33 Geotextile roll identification, storage, and handling shall be in conformance to ASTM D 4873. During periods of shipment and storage,the geotextile shall be kept dry at all times and shall be stored off the ground. Under no circumstances, either during shipment or -- storage, shall be material be exposed to sunlight, or other form of light which contains ultraviolet rays, for more than five calendar days. 2-12.3 Construction Requirements. The area to be covered by the geotextile shall be graded to a smooth,uniform condition free from ruts, potholes, and producing objects such as rocks or sticks. The geotextile shall be spread immediately ahead of the covering operation. The geotextile shall not be left exposed _, to sunlight during installation for a total of more than five calendar days. The geotextile shall be laid smooth without excessive wrinkles. Under no circumstances shall be geotextile be dragged through mud or over sharp objects which could damage the geotextile. The cover _. material shall be place on the geotextile such that the minimum initial lift thickness required will be between the equipment tires or tracks and the geotextile at all times. Construction vehicles shall be limited in size and weight, to reduce rutting in the initial lift above the geotextile,to not greater than 3 inches deep to prevent over-stressing the geotextile. Turning of vehicles on the first lift above the geotextile will not be permitted. Soil piles or the manufacturer's recommended method, shall be used as needed to hold the geotextile in place until the specified cover material is placed. _ BOXCULVERTSINSTALLATION 34 June 12, 1996 Should the geotextile be torn,punctured, or overlaps or sewn joints disturbed, as evidenced by visible geotextile damage,subgrade pumping,intrusion,or roadbed distortion,the backfill around the damaged or displaced area shall be removed and the damaged area repaired or replaced by the Contractor at no expense to the Contracting Agency. The repair shall consist of a patch of the same type of geotextile placed over the damaged area. The patch shall overlap the existing geotextile a minimum of 2 feet from the edge of any part of the damaged area. If geotextile seams are to be sewn in the field or at the factory,the seams shall consist of one row of stitching unless the geotextile where the seam is to be sewn does not have a salvage edge. If a salvage edge is not present, the seams shall consist of two parallel rows of stitching,or shall consist of a J-seam, Type SSn-1,using a single row of stitching. The two rows of stitching shall be 1.0 inch apart with a tolerance of plus or minus 0.5 inch and shall not cross except for restitching. The stitching shall be a lock-type stitch. The minimum seam allowance, i.e.,the minimum distance from the geotextile edge to the stitch line nearest to that edge shall be 1.5 inches if a flat or prayer seam, Type SSa-2, is used. The minimum - seam allowance for all other seam types shall be 1.0 inch. The seam, stitch type, and the equipment used to perform the stitching shall be as recommended by the manufacturer of the geotextile and as approved by the Engineer. The seams shall be sewn in such a manner that the seam can be inspected readily by the Engineer or a representative. The seam strength will be tested and shall meet the requirements stated herein. 2-12.3(1) Underground Drainage. The geotextile shall either be overlapped a minimum of 12 inches at all longitudinal and transverse joints, or the geotextile joints shall be sewn for medium survivability drainage applications. In those cases where the trench width is less than 12 inches, the minimum overlap shall be the trench width. Trench walls shall be smooth and stable. In high survivability geotextile underdrain applications, the minimum overlap shall be 12 inches, or the geotextile joints shall be sewn, except where the geotextile is used in area drains. An area drain is defined as a geotextile layer placed over or under a horizontal to moderately sloping layer of drainage aggregate. For area drains, the geotextile shall be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. The minimum initial lift thickness over the geotextile in the area drain shall be 12 inches. 2-12.3(2) Separation. The geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and - transverse joints, or the geotextile joints shall be sewn together. The initial lift thickness shall be 6 inches or more. B OXCULV ERTSINSTALLATI ON „ „ June 12, 1996 35 2-12.3(3) Soil Stabilization. The geotextile shall either be overlapped a minimum, of 2 feet at all longitudinal and transverse joints, or the geotextile shall be sewn together. The initial lift thickness shall be _. 12 inches or more. Compaction of the first lift above the geotextile shall be by Method A (Section 2-03.3(14)C). No vibratory compaction will be allowed on the first lift. 2-12.3(4) Permanent Erosion Control and Ditch Lining. Unless otherwise specified in the Plans,the geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. If overlapped,the geotextile shall be placed so that the upstream strip of geotextile will overlap the next downstream strip. When placed on slopes, each strip shall overlap the next downhill strip. Placement of aggregate and riprap or other cover material on the geotextile shall start at the toe of the slope and proceed upwards. The geotextile shall be keyed at the top and the toe of the slope as shown in the Plans. The geotextile shall be secured to the slope, but shall be — secured loosely enough so that the geotextile will not tear when the riprap or other cover material is placed on the geotextile. The geotextile shall not be keyed at the top of the slope _ until the riprap or other cover material is in place to the top of the slope. All voids in the riprap or other cover material that allow the geotextile to be visible shall be _, backfilled with quarry spalls or other small stones, as designated by the Engineer, so that the geotextile is completely covered. When an aggregate cushion between the geotextile and the riprap or other cover material is required, it shall have a minimum thickness of 12 inches. — An aggregate cushion will be required to facilitate drainage when hand placed riprap, sack riprap,or concrete slab riprap,as specified in Sections 9-13.2,9-13.3,or 9-13.4,respectively, is used with the geotextile. Grading of slopes after placement of the riprap or other cover material will not be allowed if grading results in stone movement directly on the geotextile. Under no circumstances shall stones weighing more than 100 lbs. be allowed to roll downslope. Stones shall not be dropped from a height greater than 3 feet above the geotextile surface if an aggregate cushion is present, or 1.0 foot if a cushion is not present. Lower drop heights may be required if geotextile damage from the stones is evident, as determined by the Engineer. If the geotextile is placed on slopes steeper than 2:1,the stones shall be placed on the slope without free-fall for moderate survivability, high survivability, and ditch lining geotextiles. 2-12.3(5) Temporary Silt Fences. The contractor shall be fully responsible to install and maintain temporary silt fences at the locations shown in the Plans. A silt fence shall not be considered temporary if the silt fence must function beyond the life of the contract. The silt fence shall prevent soil carried by runoff water from going beneath, through, or over the top of the silt fence, but shall allow the water to pass through the fence. The minimum height of the top of silt fence shall be 2 feet and the maximum height shall be 2.5 feet above the original ground surface. Damaged B OXCUL V ERTS INSTA LLATION June 12, 1996 36 `� or otherwise improperly functioning portions of silt fences shall be repaired or replaced by the Contractor at no cost to the Contracting Agency, as determined by the Engineer. The geotextile shall be attached on the up-slope side of the posts and support system with staples, wire, or in accordance with the manufacturer's recommendations. The staples or wire shall be installed through or around a 0.5 inch thick wood lath placed against the geotextile at the fence posts, or other method approved by the Engineer, to reduce potential for geotextile tearing at the staples or wire. Silt fence back-up support for the geotextile in the form of a wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9-33.2. If wire or plastic back-up mesh is used, the mesh shall be fastened securely to the up-slope of the posts with the geotextile being up-slope of the mesh back-up support. The geotextile shall be sewn together at all edges at the point of manufacture, or at an approved location as determined by the Engineer,to form geotextile lengths and widths as required. Alternatively,a geotextile seam may be formed by folding the geotextile from each geotextile section over on itself several times and firmly attaching the folded seam to the -° fence pose,provided that the Contractor can demonstrate,to the satisfaction of the Engineer, that the folded geotextile seam can withstand the expected sediment loading. -" The geotextile at the bottom of the fence shall be buried in a trench to a minimum depth of 6 inches below the ground surface. The trench shall be backfilled and the soil tamped in place over the buried portion of the geotextile as shown in the Plans, such that no flow can pass beneath the fence nor scour occur. When wire or polymeric back-up support mesh is used, the wire or polymeric mesh shall extend into the trench a minimum of 3 inches. The fence posts shall be placed or driven a minimum of 2 feet into the ground. A minimum depth of 12 inches will be allowed if topsoil or other soft subgrade soil is not present, and minimum depth of 2 feet cannot be reached. Fence post depths shall be increased by 6 _. inches if the fence is located on slopes of 3:1 or steeper and the slope is perpendicular to the fence. If required post depths cannot be obtained,the posts shall be adequately secured by bracing or guying to prevent overturning of the fence due to sediment loading, as approved by the Engineer. Silt fences shall be located on contour as much as possible, except at the ends of the fence, where the fence shall be turned uphill such that the silt fence captures the runoff water and prevents water from flowing around the end of the fence as shown in the Plans. If the fence must cross contours, with the exception of the ends of the fence, gravel check dams placed - perpendicular to the back of the fence shall be used to minimize concentrated flow and erosion along the back of the fence. The gravel check dams shall be approximately 1 foot - deep at the back of the fence and be continued perpendicular to the fence at the same elevation until the top of the check dam intercepts the ground surface behind the fence as shown in the Plans. The gravel check dams shall consist of crushed surfacing base course, gravel backfill for walls, or shoulder ballast. The gravel check dams shall be located every 10 feet along the fence where the fence must cross contours. The slope of the fence line where contours must be crossed shall not be steeper than 3:1. -* Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1.5 inches by 1.5 inches by the minimum length shown in the Plans, and shall be free of defects BOXCUL V ERTSINSTALLATION June 12, 1996 37 such as knots, splits, or gouges. Steel posts shall consist of either size No. 8 rebar or larger, or shall consist of ASTM A 120 steel pipe with a minimum diameter of 1.0 inch. The spacing of the support posts shall be a maximum of 6.6 feet as shown in the Plans. Fence back-up support, if used, shall consist of steel wire with a maximum mesh spacing of 2 inches, or a prefabricated polymeric mesh. The strength of the wire or polymeric mesh shall be equivalent to or greater than that required in Table 6 for geotextile (i.e., 180 lbs. grab tensile strength)if it is unsupported between posts. The polymeric mesh must be as resistant to ultraviolet radiation as the geotextile it supports. Sediment deposits shall either be removed when the deposit reaches approximately one-third the height of the silt fence, or a second silt fence shall be installed, as determined by the _ Engineer. 2-12.5 Measurement. Construction geotextile, with the exception of temporary silt fence geotextile and underground drainage geotextile used in trench drains, will be measured by the square yard for the ground surface area actually covered. Temporary silt fence geotextile will be measured by the linear foot of silt fence installed. Underground drainage geotextile used in trench drains will be measured by the square yard for the perimeter of drain actually covered. —° 2-12.6 Payment. Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: 1. "Construction Geotextile for Underground Drainage," per square yard. 2. "Construction Geotextile for Separation," per square yard. 3. "Construction Geotextile for Soil Stabilization," per square yard. 4. "Construction Geotextile for Permanent Erosion Control," per square yard. 5. "Construction Geotextile for Ditch Lining," per square yard. 6. "Construction Geotextile for Temporary Silt Fence," per linear foot. Sediment removal behind silt fences will be paid by force account under temporary water - pollution/erosion control. If a new silt fence is installed in lieu of sediment removal, the silt fence will be paid for at the unit contract price per linear foot for "Construction Geotextile for Temporary Silt Fence." -- ECTION 4 - BASES 4-02 GRAVEL BASE 4-02.1 Description. Chanize the words "Gravel Base" to "Gravel Borrow" wherever it is used in this section. B OXCUL V ERTS W STALLATION June 12, 1996 38 Add the following: Gravel Borrow material shall consists of pit-run granular material conforming to the following gradation: Percent passing by U.S. Standard Sieve Size Dry Weight 3 inch 100 3/4 inch 65-100 No. 4 25-70 No. 10 10-50 No. 40 0-30 No. 200 0-5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to 5%based on the minus#4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed. Where additional materials are required to formulate the street sub-base to the cross section denoted in the plans, said additional material shall be Gravel Base. 4-02.2 Materials. w The maximum size of stone shall not exceed three (3) inches. w_ 4-02.3 Construction Requirements. Each layer or course shall be compacted to at least 95% of maximum density per ASTM D 1557 by use of such compaction equipment as called for in Section 2-03.3(14)C of the Kent Special Provisions. Each compacted layer shall not exceed 0.67' unless otherwise directed. Gravel base shall not be spread until the Contractor has received the approval of the Engineer for the placement of the compacted subgrade. "-' 4-02.5 Payment. Payment of the above said work including all labor,materials,tools, and equipment shall be included by the Contractor in the unit contract price of"Gravel Base." 4 04 BALLASTING AND CRUSHED SURFACING 4-04.1 Description. Crushed Surfacing Base shall include both top Course and Base Course applications. Crushed Surfacing Top Course shall also be used for the surfacing of gravel driveways and BOXCUL VERTSINSTALLATION June 12, 1996 39 for other miscellaneous operations when crushed rock(5/8 inch minus) is called for by the Engineer. 4-04.3 Construction Requirements. 4-04.3(2) Subgrade. The subgrade shall be prepared as specified in Section 2-06 and shall be approved by the Engineer before placing ballast or surface materials. The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. 4-04.3(5) Shaping and Compaction. Base Course (crushed surfacing) shall be compacted in depths not to exceed 0.50' except top course shall be 0.17' unless otherwise directed. Density shall be at least 95% of maximum density per ASTM D 1557. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. Compaction equipment shall meet the requirements of Section 2.03.3(14)C of the Kent Special Provisions. 4-04.3(7) Miscellaneous Requirements. The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of crushed surfacing materials before approval to proceed is received from the Engineer. 4-04.5 Payment. Payment for the above said work including all labor, materials,tools and equipment shall be included by the Contractor in the unit contract price of"Crushed Surfacing Ton Course or Base Course." SECTION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials. The grade of paving asphalt shall be AR-4000. Tack coat shall be Emulsified Asphalt _. CSS-l. Recycled materials for the pavement sections shall only be allowed by permission from the Engineer. His decision to use such materials under varying site conditions is final. B OXCUL VERTSINSTALLATION June 12, 1996 40 5-04.3 Construction Requirements. Section 5-04.3 of the Standard Specifications is supplemented to include that a tack coat shall be applied as specified to all existing pavement surfaces, asphalt or Portland cement and between successive layers of asphalt concrete pavement, but that no separate payment for this item will be made unless a bid item is specifically included in the proposal. The tack coat may be deleted if lifts are placed on the some day and if approved by the Engineer. No additional compensation shall be made for asphalt placed by hand for the purpose of " slope protection behind the sidewalks, or for driveway and parking lot reconstruction. 5-04.3(5) Conditioning of Existing Surface. Preleveling asphalt for this project shall be brought to uniform grade and cross-section as directed by the Engineer. Final preleveling grade shall be within 0.03 foot of the established grade for the bottom of the initial overlay layer. No preleveling layer of asphalt shall exceed 0.35 foot of nominal compacted depth. The Contractor shall not place wearing course asphalt pavement prior to receiving the written approval of the Engineer for the compacted placement of the preleveling asphalt. 5-04.3(5)A Preparation of Existing Surfaces. All roadway preparation prior to an overlay shall be in accordance with Section 5-04 of the Standard Specifications. Locations to be preleveled by the Contractor shall be indicated in the field by the Engineer. NOTE: On asphalt overlay only projects (defined as projects including only asphalt overlay work with no other road or utility improvements included in the Contract), the City of Kent Street Department shall make all necessary repairs to the existing roadway prior to the construction of the overlay. This work shall consist of removal and reconstruction of deteriorated areas and crack sealing. The Contractor shall not include these costs in his bid. This provision does not apply to overlay work associated with road widening projects or utility construction projects. The Contractor should pay special attention to the requirements of Section 5-04.3(5)A of the Standard Specifications. The Contractor is responsible for all preparation of existing surfaces including sweeping, except for work noted above to be done by the City of Kent. In accordance with Section 5-04.5 of the Standard Specifications all costs associated with surface preparation shall be included in the contract price for the asphalt of the class specified unless a bid item is specifically included. Also see Section 5-04.5 of the Kent Special Provisions. 5-04.3(10) Compaction. Asphalt concrete Class B shall be compacted in lifts not to exceed 0.25' except that the final lift shall not exceed 0.17' unless approved by the Engineer. The minimal compacted depth BOXCULVERTSINSTALLATION 41 June 12, 1996 of Class B (WSDOT) asphalt concrete shall be 0.125'. Density shall be at least 92% of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. 5-04.3(21) Temporary Pavement. Temporary pavements including trench patches shall be installed where specified by the Engineer. 5-04.3(22) Fabric Reinforcement. The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the asphalt concrete pavement overlay between the limits designated in the plans, or where designated by the Engineer, in accordance with the Standard Specifications, the affected plans and the following special provisions: Materials. Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the Standard Specifications. The fabric shall be non-woven polypropylene material having the following properties: Weight 3-5 oz. per sq. yd. Tensile strength, either direction Min. 80 lbs. Minimum width 75 inches Construction Requirements. Equipment. All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil,grease,dust,dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped,maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the _ BOXCUL VERTSINSTALLATION June 12, 1996 42 asphalt at all times. The power for operating the pres,•�, 11 be supplied by an independent power unit which will develon ��✓ ds per square inch pressure at the spray bar. ' Surface Preparation. Preleveling, if necessary, shall be done pric The pavement surface to be fabric reinforced shall be free of rt, grease, etc. Prior to applying the asphalt,all dust and loose the pavement surface with compressed air. Existing cracks where under "Crack Sealing." Holes shall be repaired with a r hot mix. Application. The asphalt must be sprayed uniformly over the area the rate of 0.25 to 0.30 gallons per square yard. - To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290oF. The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed,the fabric shall be cut and realigned,overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint,the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt,broomed,and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations. Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 60oF. The pavement shall be surface-dry at the time of the application of the asphalt. BOXCULVERTSIN STALLATION June 12, 1996 43 Membrane Curing. The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. Asphalt Concrete Overlay. A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. The Contractor shall not place more fabric on the traveled roadway than can be overlayed the same day with asphalt concrete. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation,the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete,the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the Standard Specifications. 5-04.4 Measurement. — Fabric reinforcement will be measured by the square yard for the surface area which is satisfactorily covered, sealed and accepted. -" 5-04.5 Payment. Payment for the above roadway preparation including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. Payment for temporary pavement shall be included in the unit contract price for "Cold Plant Mix for Temporary Pavement Patch." — The unit contract price per square yard for "Fabric Reinforcement" shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed,furnishing and placing the fabric reinforcing and sand, sand removal, and furnishing and applying the asphalt, in accordance with the requirements of these Specifications. BOXCUL V ERTSINSTALLATION June 12, 1996 44 5-05 CEMENT CONCRETE PAVEMENT 5-05.3 Construction Requirements. 5-05.3(18) Cement Concrete Driveways. Cement Concrete Driveways, shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Details 6-5 and 6-9. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service for more than 4 hours. 5-05.5 Payment. Payment for the installation of the curb drop for driveway sections shall be included in the measurement and unit contract price of"Cement Concrete Curb and Gutter." Payment for the 6- or 8-inch thick driveway section contiguous with cement concrete sidewalks shall be incidental to and included in the unit price for "Cement Concrete Sidewalk" unless a specific bid item is included in the proposal, in which case payment will be made under "Cement Concrete Driveway. 3 DU". SECTION 6 - STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.1 Description. This section is supplemented with the following: This work shall consist of constructing concrete wingwalls and headwalls at the openings of the precast culverts as shown on the plans and the construction of a cast-in-place concrete bulkhead at the junction of the existing pipe arch culvert with the 4- by 17-ft culvert under Central Avenue as shown on the plans. Concrete wingwalls may be precast or cast-in-place. This work shall include the installation of epoxy bonded dowels for attachment of headwalls to the precast culverts. 6.02.2 Materials. This section is supplemented with the following: 6.02.2(l) Concrete. Materials shall meet the requirements of the Standard Specifications except that Type III cement shall not be used. All concrete shall be Class 4000. B OXCUL V ERT S IN STALLATI ON �, June 12, 1996 45 6.02.2(2) Epoxy Bonded Dowels. _ Epoxy adhesive for bonding dowels to concrete shall conform to ASTM C 881, Epoxy- Resin-Base Bonding Systems for Concrete. Type,grade, and class of the system shall be as selected by the Contractor for the specific application and ambient temperature conditions. Selected epoxy system shall be compatible for use with damp concrete. This section is supplemented with the following: 6.02.3 Construction Requirements. 6.02.3(29) Installation of Epoxy Bonded Dowels. 6-02.3(29)A Quality Assurance. 1. Provide at least one person who shall be present at all times during execution of this portion of the work,who shall be thoroughly trained and experienced in the use of epoxy adhesives, and who shall direct all work performed under this section. 2. Trained and experienced personnel shall be responsible for the application of epoxy adhesives. 6-02.3(29)B Submittals. Before any epoxy materials or equipment are delivered to the job site, submit the following to the Engineer. 1. Manufacturer's name and product literature, including complete material specifications and requirements for storage, handling, and mixing of the product. 2. Manufacturer's specifications for this particular work regarding surface preparation, installation, curing, and any other requirement. 3. Proof of performance of the product in similar installations, including test results from unrestrained pull-out tests. 6-02.3(29)C Preparatory Work. Prior to start of dowel installation,carefully inspect the work area. Verify that the conditions indicated on the drawings exist in the field. Conflicts or changes shall immediately be brought to the attention of the Engineer,who shall resolve such conflicts. 6-02.3(29)D Drilling of Holes. 1. Holes shall be drilled using a percussion-type drill. Core drilling shall not be permitted. Diameter of the drill hole shall not exceed the diameter of the dowel by more than 1/4 in. Depth of hole shall be within+1/2 in. and-0 of the depth indicated on the drawings. BOXCUL VERTSINSTALLATION June 12, 1996 46 .. Drill shall be mounted on a stand. Hand-held drilling shall not be permitted. Drill shall be provided with an automatic device to stop at the required depth. 2. Holes shall be located within ±1/2 in. of the transverse/ longitudinal plan location indicated on the Drawings. 3. Holes shall be located to miss reinforcing steel. Reinforcing steel shall be located and holes marked before drilling begins. Reinforcing shall be located using an"R" meter. Trial-and-error process of staring a hole, hitting reinforcing steel, and moving the hole over to a new location will not be permitted. 6-02.3(29)E Dowel Installation. 1. Drill holes shall be thoroughly cleaned and prepared per the epoxy manufacturer's specifications. Loose or cracked pieces of concrete shall be removed. Holes shall be blown clear with oil-free compressed air to remove all dust, debris, and water. Bonding concrete surface shall be dry, or damp if compatible with the epoxy product to be used. 2. After surface preparation is completed and before inserting the dowel, the holes shall be filled with a sufficient amount of epoxy to completely surround the dowel for the full depth of the hole and allow a small amount of spillage after the dowel is inserted in the hole. 3. Placement and application of epoxy adhesive shall be strictly per epoxy manufacturer's specifications. Manufacturer's instructions regarding handling,mixing,and pot life shall be strictly adhered to. 6-02.4 Measurement. No specific unit of measurement will be applied to the construction of the concrete wingwalls, headwalls, or concrete bulkhead. 6-02.5 Payment. Payment will be made in accordance with Section 1-04.1 of the Standard Specification for each of the following: 1. Cement concrete wingwalls,headwalls, and epoxy bonded dowels at the inlet and outlet of the precast culvert shall be incidental to the bid items for "Cement Concrete Wingwalls."per Lump Sum. 2. Cast-in-place cement concrete bulkhead at the junction of the archpipe culvert and the precast box culvert shall be paid by: "Cast-in-place 60- by 46-in Archpipe Connectinz Wall," per Lump Sum. BOXCUL VERTSINSTALLATION June 12, 1996 47 SECTION 7 DRAINAGE STRUCTURES STORM SEWERS SANITARY SEWERS, WATER MAINS AND CONDUITS 7 00 GENERAL REQUIREMENTS 7-00.1 REQUIREMENTS FOR ALL UTILITIES. The following requirements apply to all underground utility or conduit installations and related construction. 7-00.1(3) Construction Requirements for All Utilities. 7-00.1(3)A Dewatering. Dewatering by use of deep wells or well points shall be required for the box culvert installations. Dewatering shall be adequate to lower the piezometric (free water) surface to at least four (4) feet below the bottom of the culverts. All work shall conform with the requirements of the HPA permit. The contractor shall submit the dewatering plan to the City for review prior to initiating work. A geotechnical report has been prepared for this project. Subsurface condition information and water level data will be available at the City of Kent Engineering Department upon request. All costs associated with dewatering shall be considered incidental to other bid items. Water from dewatering operation shall be discharged into the sediment control facility as shown on the contract drawings. - Pipe trenches shall be kept free from water during excavation, pipe laying and jointing, and pipe embedment,in an acceptable manner. Surface water shall be diverted,and ground water shall be kept pumped down,or otherwise removed,to the extent necessary to keep the trench free from water and the bottom stable. Before trenching operations begin, the Contractor shall have available on the site of the work sufficient pumping equipment and/or other machinery to assure that the provisions of the above paragraph can be maintained. Additional measures may be necessary to insure proper construction conditions, including such items as allowable ditch widths. They shall be the responsibility of the Contractor. If well points are used,they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. BOXCUL VERTSINSTALLATION June 12, 1996 48 Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of failure of dewatering equipment, such that the dewatering operation is stopped, the Contractor shall immediately notify the Engineer - and restore the operation of the dewatering equipment at once. In the event of damage to the foundation as determined by the Engineer,or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation,the complete cost of all repairs shall be borne by the Contractor. All dewatering operations shall be adequate to assure the integrity of the finished project, and shall be the responsibility of the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. 5. The Contractor may discharge to the existing sanitary sewer system with METRO approval. Call METRO at (206) 689-3010 for permission to discharge to existing sanitary sewer system. 6. Should no feasible alternative exist and upon approval of the City, the Contractor may apply to the Department of Ecology for a "Temporary Modification of Water Quality Standards". This order, if approved, will allow an unavoidable violation of state water quality criteria, particularly the turbidity criterion, on a short-term basis. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. BOXCUL VERTSINSTALLATI ON June 12, 1996 49 7-00.1(3)B Pipe Clearances. At locations of pipe crossings between new or existing pipes the minimum vertical clearance should be one-half foot. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe _ diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers — are permissible, if approved by the Design Engineer,to obtain the minimum clearances. 7-00.1(3)C Adjustment, Resetting and Relocation of Utilities. _ Adjustment or resetting of existing improvements to finished grades or new improvements including but not limited to catch basins,manholes,utility valves,water meter boxes and/or assemblies, blowoffs, grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be accomplished by the Contractor. The final adjustments shall be done after the final lift of asphalt is placed _ when located within an asphalt area. Necessary relocation of City utilities shall be done by the Contractor. All construction in performing adjustment, resetting or relocation of existing utilities shall _ conform to the Standard Specifications, standard plans and City of Kent standard details for new construction. Also see Section 7-05.3 of the Kent Special Provisions. Locating all existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. 7-00.1(3)D Street Restoration. Street restoration shall be in accordance with the following unless specified otherwise on the plans or in the special provisions. Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 6 inch thickness of crushed surfacing top course or as directed by the Engineer in the field. In all cases,the asphalt, crushed surfacing, and gravel base section for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer,Controlled Density Fill may be used to backfill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2" greater than the existing section. B OXCUL V ERTS IN STAL LATI ON June 12, 1996 50 All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Where cuts have been made in cement concrete pavement for sewer construction, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlayed with an asphalt concrete patch to existing grade. 7-00.1(3)E Trench Excavation and Backfill. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. Trench backfill in paved(street,sidewalk)areas or other areas where minor settlement would be detrimental, shall be placed in successive layers not exceeding eighteen (18) inches in loose thickness,except that the layers of the top two(2)feet shall not exceed eight(8)inches in loose thickness. Each layer shall be compacted to at least 95% of maximum density in paved areas and 90% in unpaved areas measured in accordance with ASTM D1557 (Modified Proctor) by use of such compaction equipment as called for in Section 2-03.3(14)C of the Kent Special Provisions. w. Where in the opinion of the Engineer, the native excavated material is not suitable for compaction as backfill,the trench shall be backfilled with Gravel Base or Bank Run Gravel for Trench Backfill as specified in the proposal. See Sections 9-03.10 and 9-03.19 of the Standard Specifications. All materials shall be from a pit approved by the Engineer. The maximum particle size shall not exceed 6" or 2/3 the depth of the layer being placed, whichever is less. Pipe trench backfill for lateral runs crossing existing or proposed improved City streets, shall be 1-1/4 inch minus crushed rock in conformance with Section 9.03.9(3) of the Standard Specifications. 7-00.1(5) Payment. Payment for the above adjustments,resettings and relocations including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the annropriate bid item. Payment for the street restoration, including all labor, materials,tools and equipment shall be considered incidental to the construction, and all costs thereof shall be included by the Contractor in the unit contract price of other bid items, except for the cement concrete, BOXCULVERTSINSTALLATION 51 .w June 12, 1996 crushed surfacing base, and top courses and the asphalt pavement Class B. Payment for these items shall be at their appropriate unit contract price. Trench excavation including asphalt pavement removal,unsuitable material excavation and haul, except rock excavation when listed as a pay item, shall be considered incidental to the work and all costs thereof shall be included in the prices bid for pipe in place unless _ "Structure Excavation Class B Including-Haul" or"Trench Excavation" is included as a pay item in the proposal. Payment for all labor, materials, tools and equipment required to accomplish the trench backfill shall be included by the Contractor in the unit contract price of the respective pipe installation except Gravel Borrow and Bank Run Gravel for Trench Backfill. -- Payment for Gravel Borrow and Bank Run Gravel for Trench Backfill shall be included under the gppro__nriate bid item. 7-00.2 REQUIREMENTS FOR DRAINAGE, STORM SEWERS AND SANITARY SEWERS Also see Sections 7-00.1, 7-02, 7-04, 7-05, 7-17 and 7-18. 7-00.2(2) Materials. —° All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's Specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications and the manufacturer's recommended installation procedures. See the following Sections for specific materials: Culverts.....................................................7-02 _. Storm Sewers............................................7-04 Manholes, Inlets and Catch Basins...........7-05 Sanitary Sewer..........................................7-17 SideSewers..............................................7-18 7-00.2(3) Construction Requirements 7-00.2(3)A Trench Bottom Stabilization. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 2-09 of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. BOXCULVERTSINSTALLATION 52 June 12, 1996 Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.21 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. 7-00.2(3)B Pipe Bedding. A continuous and uniform bedding shall be provided in the trench for all buried pipe. Pipe bedding classification and materials shall also be in accordance with the following unless specified otherwise and shall be subject to change by the Engineer depending on the field conditions. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. See Standard Plans 13-11 and 13-18c and Sections 7-02.3(1), 7-04.3(1)B and 7-17.3(1)B of the Standard Specifications. PIPE TYPE BEDDING TYPE MATERIAL CMP Class B Gravel Backfill for Pipe Bedding PVC Class F Section 9-03.12(3) of Kent RIGID Class C Special Provisions. Bedding material shall be tamped in layers around the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment as called for in Section 2.03.3(14)C of the Kent Special Provisions to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95% of the maximum density measured in accordance with ASTM 1557. The pipe shall be protected from damage when compacting. At least two feet of cover is - required over the pipe prior to using heavy compaction equipment. 7-00.2(3)C Miscellaneous Pipe Connections. Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and in a workmanlike manner satisfactory to the Engineer. 7-00.2(3)D Pipe Fittings and Joints, Transition Couplings. Connections of Ductile or Cast Iron pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). ,w 7-00.2(3)E Nonacceptable Repairs. External or internal grouting or repair by use of collars of the new sanitary or storm sewer °- line will not be an acceptable means of repair, should repair be necessary. BOXCULVERTSINSTALLATION June 12, 1996 53 7-00.2(3)F Pipe Laying, Jointing and Testing. All pipe, adapters, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. The storm sewer and sanitary sewer main lines will be T.V. camera inspected. It will be the Contractor's responsibility to string each line in conjunction with said T.V. inspection. Said string shall be nylon and of sufficient strength to pull the cable camera utilized by the City in its inspection operation through the sewer lines. The Contractor shall also be responsible to insure that the sewer mains are in fact ready for T.V. camera inspection. The City will provide the initial camera inspection at no cost to the Contractor. Should, however the sewer mains need reinspection as determined by the Engineer,for any reason attributed to the Contractor's responsibility,the Contractor shall pay all costs for said reinspection. Also, should delays be encountered during the initial inspection which are attributed to the Contractor's responsibility as determined by the Engineer,the Contractor shall reimburse the City at the prevailing wage and equipment rate for the time loss associated with said delay. Also, charges for the above said reinspection and/or time delays shall be paid by the Contractor prior to release of the project retainage. Also see Sections 7-04 and 7-17 herein. For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation.All PVC sewer lines shall be tested by the air pressure test for sewers. Testing shall be in accordance with Standard Specifications for air-permeable or non air-permeable pipe, as applicable. The Contractor shall furnish all materials and equipment necessary for conducting the tests and all testing shall be performed under the supervision of the City Engineer or his representative. NOTE: Where using PVC pipe within the sewer line, excluding manholes, there shall be no infiltration inflow of water. 7-00.2(5) Payment. Payment for the above trench bottom stabilization including all labor, materials, tools and equipment shall be included by the Contractor in the unit contract price for Foundation -- Material. Class "II". Excavation and disposal of the unsuitable material shall be considered as part of the trench excavation. No additional compensation will be made. Payment for all labor, materials,tools and equipment required to furnish and place bedding material shall be included by the Contractor in the unit contract price of the nine installation. B OXCUL VERTSINSTALLATION June 12, 1996 54 —' Payment for all labor,materials,tools and equipment required to accomplish miscellaneous pipe connections shall be included by the Contractor in the unit contract price of the respective pipe installation. Payment for all labor, materials, tools and equipment required for pipe fittings,joints and transition couplings shall be included by the Contractor in the unit contract price of the respective nine installation. Payment for all labor,materials, tools and equipment required for pipe laying,jointing and testing shall be included by the Contractor in the unit contract price of the respective pipe_ installation. - 7-02 CULVERTS -.. 7-02.2 Materials. Pipe material for culverts shall be CMP, ductile iron, HDPE pipe, concrete, or spiral rib as noted in Section 7-04.2 herein. 7-02.4 Measurement. Measurement and payment for the "Light Loose Rip=" shall be by the unit price bid per ton for Light Loose Riprap as noted elsewhere in these Specifications. 7-04 STORM SEWERS .., 7-04.2 Materials. The following pipe types and materials are accepted for drains, culverts, and storm sewers. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. It is not necessary that all pipe on any one project be of the same type of material, however, all contiguous pipe shall be of the same type. A. Reinforced Concrete Pipe (RCP) - All reinforced concrete pipe shall be ASTM C76 - Class III or as specified. B. Corrugated Steel Pipe - All corrugated steel storm drain pipe shall be 16 gauge or thicker. Gaskets are required on all fittings and couplings. Couplings shall be Type F. (See Standard State WSDOT Plan B-13b for coupler). C. Protective Treatment-All steel pipe shall be coated with a protected treatment shall be coated with a protected asphalt treatment. The minimum acceptable protective treatment shall be APWA Treatment 1. Aluminum corrugated metal pipe may be substituted for Treatment 1 corrugated metal pipe. If smooth bore pipe is specified to improve hydraulic performance, the pipe shall be Treatment 5 for both annular and helical pipe. Aluminum pipe shall be painted with 2 coats of zinc chromate primer where it contacts concrete. BOXCULVERTSINSTALLATION 55 _„ June 12, 1996 D. Corrugation-All corrugated and steel storm drain pipe 15 inches in diameter and less shall have helical corrugations. Pipe larger than 15" in diameter can be either helical or annular corrugations. E. PVC Pipe-PVC pipe conforming to ASTM 3034 and 3035, SDR 35 with rubber gasket joints may be used where adequate cover can be obtained. PVC pipe can not be used for culvert pipes. F. HDPE Pipe-HDPE pipe is approved only for temporary drainage systems and culverts. 7-04.2(A) Pipe Joints. The rubber gaskets shall be factory manufactured for the particular type and brand of pipe used. Coupling bands and rubber gaskets are required for all steel or aluminum sewer pipe. Coupling bands for CMP shall be type "F" unless otherwise approved. For HDPE pipe,the manufacturers recommendation shall be adhered to. 7-04.3 Construction Requirements. See Sections 7-00.1 and 7-00.2 of the Kent Special Provisions in addition to the Standard Specifications. 7-04.3(4) Cleaning and Testing. All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. All new permanent City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the Utility Department prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings and the top grade rings must be removed for paving, and grouted in place after paving. It is the responsibility of the Contractor to string each storm main prior to the inspection. The string shall be a nylon cord of sufficient strength for the City equipment. 7 05 MANHOLES GRATE INLETS DROP INLETS AND CATCH BASINS 7-05.3 Construction Requirements. All manholes and catch basins shall be precast concrete units and shall conform to Standard Details 4-la, 4-lb,4-8, 5-7, 5-8(a) and 5-8(b) unless specified otherwise. Minimum height for Type 1-48" and 54" manholes shall be 5 feet. Manholes under 5 feet in height shall conform to City of Kent Standard Detail 4-1 a. BOXCUL VERTSINSTALLATION June 12, 1996 56 "" All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps. All sanitary sewer manholes shall be fully channeled to the crown of the sewer. The shelves shall slope to the channel at a 2% slope. The channels shall have a smooth finish. For manhole frame and covers see the following Kent Standard Details: 4-5 Standard 24" manhole frame and cover 4-6(a)24" x 6" locking manhole frame and cover 4-6(b) Watertight cover for sanitary sewer manhole Catch basin grates and solid covers shall be of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Details 5-1(a) through 5-1(g). Miscellaneous catch basin details shall be in accordance with Standard Detail 5-9 except that catch basin steps shall be the drop rung type. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. All manholes shall be provided with KOR-IN-SEAL type flex joints or AC collars or other materials as approved by the Engineer to permit slight differential movement. Sand PVC collars are not allowed. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM,DUMP NO POLLUTANTS" 7-05.3(1) Adjusting Manholes and Catch Basins to Grade. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the restored street surface. All joints in the brick or ring adjustment shall be filled with grout and the castings shall be seated in grout placed on the ring or brick. A 3/8" mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The structure shall then be brought to proper grade utilizing the same methods of construction as specified for new construction in Section 7-05 of the Standard Specifications. B OXCUL V ERTSINSTALLATION June 12, 1996 57 The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and wedged up to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. On the following day,the concrete,the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Construction of the grade adjustment section shall conform to the requirements of Section 7-05 of the Standard Specifications for new construction. 7-05.3(3) Relocate Existing Catch Basin. The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. 7-05.3(4) Connection at Existing Manhole. The Contractor shall make the sewer connection at the existing manhole in such a manner as to relieve any unbalanced loading on said manhole. This shall be accomplished by either — structurally supporting the manhole or by equally excavating 360 degrees around it. It shall be the Contractor's sole responsibility to protect the existing sewer system from any -- damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. Connections,if any,to the existing METRO manholes are subject to the conditions contained _ in the permit for the connection. Refer to the Kent Special Provisions for the full list of conditions. BOXCULVERTSINSTALLATION 58 June 12, 1996 - 7-05.3(6) Storm Drain Stenciling. The pavement adjacent to all new catch basins and inlets shall be stencil painted with a - standard pollution prevention stencil such as: DUMP NO WASTE DRAINS To STREAM Stencils(2 per contractor) and manual are available at the City of Kent Engineering office. The stencil paint shall be approved traffic strip paint, unless otherwise revised in the Special Provisions. ~° 7-05.5 Payment. Payment for all work,materials,tools and equipment necessary for and incidental to manhole installation on existing sewer shall be included by the Contractor in the respective unit contract price regarding manhole installation. -' The unit contract price per each for adjusting existing utilities to grade shall be full compensation for furnishing all materials, equipment and labor necessary or incidental to - adjust the specified structure to grade including, but not limited to, referencing, excavating, backfilling, compacting, surfacing and restoration. -.. Payment for all labor,material,tools and equipment needed to complete relocation of catch basins including necessary removal, modifications and installation shall be included in the unit contract price of"Relocate Existing Catch Basin." - All costs required for connection to existing manhole including all labor, materials, tools, and equipment thereof, shall be included by the Contractor in the unit contract price of other bid items. 7-09 PIPE AND FITTINGS FOR WATER MAIN 7-09.2 Materials. Materials shall meet the requirements of the following sections: -., Ductile Iron Water Pipe ............................. 9-30.1(1) Fittings for Ductile Iron Pipe ..................... 9-30.2(1) BOXCUL V ERTSIN STALLATION June 12, 1996 59 7 10 TRENCH EXCAVATION BEDDING AND BACKFILL FOR WATER MAINS 7-10.2 Materials. Materials shall meet the requirements of the following sections of the Kent Standards: Bedding Material....................9-03.15 — Foundation Material...............9-03.21 7-10.3 Construction Details. 7-10.3(08) Removal and Replacement of Unsuitable Materials. — Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-10.3(08) of the Standard Specifications. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. 7-10.3(09) Bedding the Pipe. — In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. — Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95% of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment as called _ for in Section 2-03.3(14)C of the Kent Special Provisions to obtain adequate compaction of the bedding material. Material larger than six-inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said — approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6" under and 6" over the pipe where, in the opinion of the Engineer, existing material is found unsuitable. 7-10.5 Payment. Payment for the trench bottom stabilization including all labor, materials, tools and equipment shall be included by the Contractor in the unit contract price for "Foundation Material. Class II." — BOXCUL VERTSINSTA LLATION June 12, 1996 60 Payment for all labor,materials,tools and equipment required to furnish and place bedding material shall be included by the Contractor in the unit contract price of the nine installation unless pipe bedding is included as a bid item. 7 11 PIPE INSTALLATION FOR WATER MAINS 7-11.3 Construction Details. 7-11.3(2) Handling of Pipe. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material shall be removed, cleaned, and relaid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or other means approved by the Engineer to ensure cleanliness inside the pipe. In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. 7-11.3(09)A Connections to Existing Mains. Connections to existing mains which require turning off the water,shall not be made without at least two working days notice to the Engineer, the City Water Department, and affected water customers. The Contractor shall provide temporary water service to customers where is anticipated that the water service will be interrupted for more than 8 hours. The costs of providing temporary service shall be considered incidental to unit price bid items. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. Not more than one connection shall be made between the new main and the existing mains until the new piping has been flushed,disinfected,and tested. Temporary plugs and blocking shall be installed at the points of connection to the existing system. After the new piping has been flushed, pressure tested, and disinfected, the remaining connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6% Cl), in accordance with AWWA .,. Standard C601. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). BOXCULVERTSINSTALLATION 61 June 12, 1996 7-11.3(09)C Connection to Existing Concrete Cylinder Mains. The connections to an existing concrete cylinder water main shall be made in accordance _ with the Kent Standard Detail 3-10 and these Special Provisions. The connection shall be made by the installation of a hat flange with tapping valve onto the _ existing main paying particular attention to the following: 1. All welding is to be done by a certified welder acceptable to the City. _. 2. The hat flange shall have a special connection flange welded to the connection end(end connecting to existing main) as shown on the details. 3. The connection flange and end of the hat flange shall be checked for proper contour of its mating surface to the existing main. Any connections required shall be made before installations. 4. The outer concrete coating on the existing main shall be cleaned away to expose the -- steel portion of the pipe. The extent of concrete removal shall be no more than two inches from the outer weld of the hat flange ring in its installed position. Before cutting the concrete reinforcing wire mesh the mesh shall be secured by welding it to the pipe. 5. The weld to the existing main shall be made with the main shut down and pressure released. 6. After the weld has been accepted and the reinforcing wire mesh reconnected to the pipe and hat flange,the joint area and exposed portion of the existing pipe shall be recoated with cement concrete. — 7-11.3(10) Tracer Tape. Instead of tracer tape, 14 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Details and shall extend the full length of the line. 7-11.3(11) Hydrostatic Pressure Test. Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi,unless otherwise required in the Special Provisions. 7-11.3(12) Disinfection of Water Mains. All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C601. The Specifications include detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. Following the pressure test and the flushing procedure,the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples are required to be taken from each apparatus. The City will pay for purity tests. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample _ BOXCULVERTSINSTALLATION 62 June 12, 1996 .� 7-11.3(12)A Flushing. The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flush water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent,prior to discharge. NO DISCHARGE TO SURFACE WATERS .. OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 ug/1 (.02 mg/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified,the Contractor shall be required to dechlorinate the water prior to discharge. ~' Water for testing and flushing,when taken from the City water mains shall pass through an approved double check valve assembly. This activity must be coordinated with and approved by the City. 7-11.4 Measurement. Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. Measurement for payment of concrete blocking will be by the cubic yard in place,except that no payment will be made for concrete volumes exceeding the amount deemed necessary by . the Engineer. 7-11.5 Payment. 7-11.5(01) Pipe for Water Mains. The unit contract price for"Ductile Iron Pipe for Water Main 6 Inch Diameter" shall be full pay for providing a satisfactory facility as specified,including,but not limited to,water main pipe, pipe fittings,trench excavation, bedding, laying and jointing pipe and restrained joint fittings, backfilling, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing,removal of existing materials, cleanup and restoration. All other pipe shall be considered incidental to other bid items. _. 7-12 VALVES FOR WATER MAINS 7-12.2 Materials. Materials shall meet the requirements of the following sections: B OXCULV ERTSINSTALLATION June 12, 1996 63 GateValves ........................................................ 9-30.3(1) Butterfly Valves 9-30.3(3) ........................................... Valve Boxes ............................................ 9-30.3(4) Valve Marker Posts ............................................ 9-30.3(5) _ Tapping Sleeve and Valve Assembly ................. 9-30.3(8) 7-12.3 Construction Requirements. All valves shall have valve boxes installed with the cover lugs parallel to the direction of _ water flow. 7-12.3(01) Installation of Valve Marker Posts. —" Valve marker posts conforming to City of Kent Standard Detail 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve,the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. 7-12.3(2) Replace Existing Valve Box Top Section and Lid. See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer,the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans,these special provisions or as directed by the Engineer. Lid shall be the locking type. (VB-1) On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and -- similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base —material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. _ 7-12.4 Measurement. Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. 7-12.5 Payment. The unit price bid for each "Replace Existing Valve Box Top Section and Lid", shall constitute full compensation for all labor, materials and equipment required to furnish and BOXCULVERTSINSTALLATION 64 June 12, 1996 install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The costs of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Payment for valve marker posts shall be incidental to the installation of new water valves, unless a specific bid item is included in the project proposal. The unit Contract price per each for "Valve Marker Post" shall be full compensation for all labor, materials and equipment necessary or incidental to the installation of water valve marker posts. Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. 7-13 ADJUSTING WATER MAINS 7-13.1 Description. This work shall consist of adjusting water mains where shown on the Plans or as staked by the Engineer to avoid conflicts with existing or proposed improvements. 7-13.2 Materials. All materials shall meet the requirements of Section 7-11 of the Standard Specifications. 7-13.3 Construction Details. Adjusting water mains shall be accomplished by deflecting the joints of existing pipes where feasible and by standard fittings where deflection of joints is deemed not feasible by the -, Engineer. The Contractor shall provide standard fittings and temporary or permanent blocking when required by the Engineer to safely accomplish the adjusting of water mains. Where field conditions require deflections or special fittings not anticipated by the Plans,the - Engineer will determine the methods to be used. Water mains shall be adjusted to the satisfaction of the Engineer, but shall generally be provided with a minimum of one-foot clearance vertically and two-foot clearance horizontally. Use of lesser clearances will require the approval of the Engineer. Whenever it becomes necessary to cut the pipe or separate the water main at a joint, the provisions of Section 7-11 shall be met by the Contractor. - 7-13.4 Measurement. The actual length of water main to be adjusted as a result of constructing the new improvements is uncertain. The total length provided on the proposal or shown on the Plans is an estimate based on the best information available. Measurement by the linear foot for - payment will be for the actual length deemed necessary by the Engineer. BOXCULVERTSINSTALLATION M . June 12, 1996 65 iillllllliillllllllliiiluill... 7-13.5 Payment. The unit contract price per linear foot for"Adjusting Water Main" shall be full compensation for all labor, materials, and equipment necessary or incidental to the adjustment of water mains including but not limited to trench excavation, bedding, laying and jointing pipe, standard fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline,restoration and cleanup. When special fittings are required to meet field conditions, additional payment will be made as provided in Section 1-09.6 of the Standard Specifications. 7-14 HYDRANTS 7-14.2 Materials. Materials shall meet the requirements of the following sections: Fire Hydrants ............................................ 9-30.5 Fire Hydrant Guard Posts ......................... 9-30.5(6) 7-14.3 Construction Details. 7-14.3(01) Setting Hydrants. After all installation and testing is complete,the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. - The white hydrant paint shall be Waterous Hydrant enamel V1814W white high gloss, oil base fast drying paint or equal approved by the Water Department. 7-14.3(03) Resetting Existing Hydrants. Where existing hydrants are shown on the Plans for adjustments to conform to new street alignment or grade or installation of new utilities or all three,the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. 7-14.3(07) Fire Hydrant Guard Posts. Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet(T). Guard posts shall not be set higher than the top of the fire hydrants,they shall be plumb, and where more than one post is used at a hydrant,they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. BOXCULVERTSINSTALLATION 66 June 12, 1996 7-14.3(08) Hydrant Assembly. The fire hydrant assembly consists of the 6-inch gate valve, the valve box, the 6-inch diameter ductile iron pipe joining the 6-inch gate valve to the fire hydrant, all shackles and tie rods, the concrete block under the fire hydrant, the gravel backfill, the concrete guard posts,the 6-inch fire hydrant,and all materials and labor required for the complete and tested fire hydrant. The fire hydrant assembly does not include the main line tee or the associated concrete thrust blocking which are included under other bid items. 7-14.5 Payment. 7-14.5(01) Hydrant Assembly. The unit contract price per each for "Hydrant Assembly" shall be full compensation for all labor, materials, and equipment necessary or incidental to furnishing and installing fire hydrant assemblies, including,but not limited to, all costs for auxiliary 6-inch gate valves, valve box, shackles, tie rods, concrete blocks, gravel, 6-inch ductile iron pipe connecting hydrant to the 6-inch gate valve, painting, guard posts and anything else required for the complete installation and testing of the hydrant assembly as specified. The cost for the main line tee is to be included in the main line nine price and the costs associated with the concrete thrust blocking shall be included in the bid item "Con xete Class 3000 for Blocking". 7-14.5(02) Resetting Existing Hydrants. The unit contract price per each for"Resetting Existing_Hydrants" shall be full compensation for all labor, material, and equipment necessary or incidental to the resetting of existing hydrants,including,but not limited to new pipe,fittings, flushing, guard posts, disinfecting, testing, shackling,painting, and reconnecting to the main. 7-14.5(06) Guard Posts. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. 7 15 SERVICE CONNECTIONS 7-15.1 Description. This work consists of installing the service connections from the water main to the customer's service meter;from the customer's service meter to the property or easement line; and where shown on the Plans,from the service meter to the customer's service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof Also included is abandonment and disconnection of service lines being replaced at the City main line. BOXCULVERTSINSTALLATION 67 n,,,, June 12, 1996 7-15.2 Materials. Materials shall meet the requirements of the following sections: Saddles ................................................. 9-30.6(1) Corporation Stops ................................ 9-30.6(2) Service Pipes ........................................ 9-30.6(3) Compression Couplings ....................... 9-30.6(4) Insulating Couplings ............................. 9-30.6(5) Meter Setters ......................................... 9-30.6(6) Meter Boxes .......................................... 9-30.6(7) Water Meters ......................................... 9-30.7(8) 7-15.3 Construction Details. 7-15.3(01) General. Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter. Meter setters shall be of the appropriate size for the size of meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating his work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department,new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. BOXCUL VERTSINSTALLATION June 12, 1996 68 7-15.3(02) Flushing, Disinfection and Testing. All service pipe and appurtenances shall be prechlorinated prior to installation. After installation,the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(03) Service Connections. This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include double strap saddles. Corporation stops and saddles shall be of the size shown on the Plans and shall be installed with a 22 degree vertical angle from the w water main pipe centerline as shown in the Standard Details. Direct taps shall not be allowed, a saddle must be used. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(04) Relocating Existing Water Meter Assembly. "m.. This work shall consist of disconnecting and removing the existing meter, setter and meter box (the meter assembly) and any related DCVA, or control valve assembly from their existing location,cleaning the meter assembly,relocating the meter assembly to the location shown on the Plans, and reconnecting the used meter assembly to the service line pipe. The Contractor shall provide temporary water service to customers where it is anticipated that the water service will be interrupted for more than 8 hours. The costs for providing temporary service shall be considered incidental to the unit price bid items. No new taps for water services will be authorized until the new main has passed purity tests. 7-15.3(05) Water Service Lines. This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the Plans,but shall in all cases be at least 1 inch in diameter. Water service lines shall be either copper tubing type K or polyethylene plastic (PE)pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 14 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Standard Details 3-5 and 3-7. The wire shall be connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When water services are installed for future use,the work shall include a"tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end for the customer to use in connecting to the water meter assembly. The end of the "tail run" shall be indicated with the BOXCULVERTSINSTALLATION 69 „w June 12, 1996 legend "WATER" on a 2 x 4 and shall otherwise be marked in conformance with Section 7-17.3(05) of the Kent Special Provisions. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(06) Water Meters. The Contractor shall furnish and install all new water meters which are equal to or greater than 3 inches in size. The City shall furnish and install all new water meters smaller than 3 inches in size. The Contractor shall reinstall existing water meters where shown on the Plans regardless of meter size, unless otherwise stated in the Special Provisions. Water meters shall be located within City sidewalks when sidewalks are present or scheduled for immediate construction. In this case,the water meter shall be located within the sidewalk so that no portion of the water meter box is closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(07) Compound Meter Assemblies. Compound meter assemblies shall be installed where shown on the Plans. Compound meter assemblies shall conform with Standard Detail 3-8 in all respects and shall include a water meter of the specified size unless otherwise stated in the Special Provisions. The utility vault for the compound meter and by-pass shall be sized so as to allow access to all gate valves when the cover is removed, shall be rated for a H-20 traffic loading, and shall otherwise conform to Standard Detail 3-8. This work includes connection to the customer's service lateral when they exist. 7-15.3(08) Excavation, Bedding and Backfilling. Excavating,bedding and backfilling for service connections shall be as specified in Section 7-10. Bedding of water service lines is omitted and backfill material shall consist of selected materials, unless otherwise specified in the Special Provisions. 7-15.3(09) Meter Boxes and Vaults. Water meter boxes shall be installed directly opposite the main line connection; shall be parallel with the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City BOXCUL VERTSINSTALLATION June 12, 1996 70 .. sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the Plans. 7-15.3(10) Replace/Abandon Existing Water Service. Where the plans call for an existing water service to be abandoned the corporation stop at the - water main line shall be exposed and shut off. The service pipe shall then be removed from the main and a plug installed to City standards. The City will shut the main off temporarily to accomplish this subject to 72 hours prior notice by the Contractor. For service being replaced,the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as - specified above and a new corporation stop shall be installed on the water main line. -, 7-15.4 Measurement. Measurement of service connections, relocating existing water meters, meter setters, �. compound meter assemblies,water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. 7-15.5 Payment. Payment for all labor, materials,tools and equipment required to complete said work shall -" be included in the unit contract price for the appropriate items included in the proposal. Said items may include the following. The unit contract price per each for "Service Connection Inch Diameter" shall be full compensation for installing the service connection to the water main pipe including, but not M, limited to, direct tapping of the main, saddle installation when required, installation of the corporation stop, connection to the water service line, all excavation, backfill, restoration, pipe fittings or adaptors,testing,flushing,disinfection, and testing of the service connection. Connection to an existing corporation stop shall not be considered a service connection. B OXCULV ERTSINSTALLATION June 12, 1996 71 The unit contract price per each for "Relocating_Water Meter Assembly" shall be full compensation for relocation of existing water meter assembly including, but not limited to, removing and cleaning the meter assembly, reinstalling the meter assembly at the location shown on the Plans,reconnecting to the service line pipe,all excavation,backfill,restoration, pipe fittings or adaptors,testing flushing, disinfection and testing of the service connection. The unit contract price per each for "Abandon Water Service" shall be full pay for performing the work as specified including excavation,backfill and compaction. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. The unit contract price per linear foot for"Water Service Line 1 1-1/2 and 2 Inch Diameter" shall be full compensation for the labor,materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of"tail runs", testing, flushing, and disinfection. SECTION 8 -MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.3 Construction Requirements 8-01.3(1)A Cultivation. All areas to be seeded shall be cultivated to a minimum depth of two (2) inches. Those areas abutting residential lawn areas shall be finely finished by hand to assure a compatible blending of new and existing lawn areas. 8-01.3(2) Topsoil. Topsoil when required by the project shall be placed to a minimum depth of four(4) inches unless otherwise directed. Topsoil shall be Type B unless Type A is specified by the Engineer in writing. 8-01.3(4)A Seeding. Topsoil and all other unpaved and unsodded areas within easements and right-of-way shall be seeded. Hydroseeding shall be the method of seed application. A slurry of seed, fertilizer,mulch and water shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified ._ herein. 1. Materials. The slurry to be used will consist of the following materials mixed - thoroughly together and applied in the quantities indicated. 2. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed " mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed BOXCUL VERTSINSTALLATION June 12, 1996 72 analysis. If seed is mixed by the dealer,the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the following varieties mixed in the pro-portions indicated. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. Grasses used shall meet the following Specifications: GRASS NAME(GENERIC) PROPORTION BY WT. %PURITY %GERMINATION Mix A (Roadside Grass): Perennial Rye 50% 98% 95% Creeping Red Fescue 20% 98% 95% Chewings Fescue 20% 98% 95% Kentucky Bluegrass 10% 98% 95% Mix B (Playground Grass): Creeping Red Fescue 10% 95% 90% - Chewings Fescue 10% 95% 90% Kentucky Bluegrass 5% 95% 90% Perennial Ryegrass 40% 95% 90% Alta Tall Fescue 20% 95% 90% Annual Ryegrass 15% 95% 90% - Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded m areas not specifically showing Mix A on the Plans, or where otherwise directed by the Engineer. 3. Water: As needed. 4. Fertilizer: As needed to meet requirements of Section 8-01.3(4)B. 5. Mulch: As needed to meet requirements of Section 8-01.3(5). 8-01.3(4)B Fertilizing. " All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. - Total available nitrogen 10% (Of which 50% is derived from slow release ureaform) (Analyzed as N) 38% Available phosphorous 20% (Analyzed as P200 Available potassium 20% B OXCUL VERTS INSTALLATION June 12, 1996 73 (Analyzed as K20) Above percentages are proportioned by weight. 8-01.3(5) Mulching. Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 3,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. 8-01.3(9) Protection and Care of Seeded Areas. Maintenance shall begin immediately following seeding operations and shall extend for a minimum of ten(10)weeks or longer as needed to establish a uniform, thick stand of grass. Seeded areas shall be watered as necessary for healthy growth. Any areas damaged by -- erosion or the Contractor's operations shall be immediately repaired by the Contractor at his expense. 8-01.3(10) Inspection. Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. 8-01.5 Payment. Payment for all labor, materials, tools and equipment necessary to complete the above said hydroseeding shall be included in the lump sum contract price of"Seeding. Fertilizing and ulchin ." Water shall be provided by the Contractor as necessary and is considered �- incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. All costs involved in the maintenance and establishment of seeded areas shall be included in the lump sum contract price for "Seeding_Fertilizing and Mulching." 8-04 CURBS GUTTER, SPILLWAYS, AND INLETS 8-04.3 Construction Requirements. The City will provide control staking at 25 foot centers for curb line. Curb and gutter forms shall be used. The City survey crew will check the form elevations on time after the forms are in place but prior to placing concrete,with notification 24 hours in advance. This check however will not relieve the Contractor from the responsibility of providing a curb and gutter meeting all plan and specification tolerances and requirements. If the curb and gutter flow line is found to deviate from the flow line shown on the plans beyond the tolerance allowance in this section,the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and BOXCULVERTSINSTALLATION June 12, 1996 74 "' replacement shall be at no cost to the City. The Contractor will be required to guarantee the accuracy of the curb and gutter flow line (from settlement) until 1 year from the date of acceptance by the City. Existing extruded curb removed during the street widening shall be replaced as necessary to restore the area to its original condition or level of service. The existing curb shall be removed to the nearest joint beyond the limits of pavement removal or to the limits directed by the Engineer. Curbing damaged during construction operations (and not scheduled for removal), shall be replaced at the Contractor's expense as noted under Section 1-10.6 General Restoration in the Kent Special Provisions. All new curbing shall match that being replaced. 8-04.4 Measurement. Measurement of cement concrete curb and cement concrete curb and gutter, when - constructed across wheel chair ramps and/or driveways,will include the widths of the wheel chair ramp and/or driveway. 8-04.5 Payment. Add the following to Section 8-04.5 of the Standard Specifications: 19. "Cement Concrete Extruded Curb" per linear foot. 20. "Cement Concrete Barrier Curb" per linear foot. Payment for all labor,materials,tools and equipment necessary to complete said work shall be included by the Contractor in the unit contract price of"Cement Concrete Extruded Curb" or "Cement Concrete Barrier Curb". M. 8 14 CEMENT CONCRETE SIDEWALKS 8-14.4 Measurement. New cement concrete sidewalks when constructed across wheel chair ramps, will be measured by the square yard,including wheel chair ramps and blind person warning sections required in Section 8-06 of the Kent Special Provisions, but excluding street tree cut-outs. Also see Section 8-06.5 of the Kent Special Provisions. 8-15 RIPRAP 8-15.5 Payment. The unit contract price per ton for "Light Loose Riprap" shall be full compensation for all - labor,tools,equipment, and materials required to complete the riprap. All costs incurred in excavation for the placement of riprap(over and above that excavation described as Channel BOXCULVERTSINSTALLATION 75 p June 12, 1996 Excavation)in reasonably close conformity with the lines, grades, and cross sections shown — in the Plans or as staked by the Engineer, and for furnished and installed filter fabric as shown in the Plans or as directed by the Engineer, shall be incidental to the unit contract _ price per ton. 8-22 PAVEMENT MARKING 8-22.1 Description. As shown on Location and Materials Schedule or where directed by the Engineer, the Contractor shall furnish and install white reflectorized plastic pavement markings. Pavement markings referred to herein shall comply with the following definitions: 8-22.1(B) Traffic Arrows. _ Traffic arrows shall conform to the details shown in the MUTCD and/or on the plans and shall be of white thermoplastic material. 8-22.1(D) Stop Bars. Stop bars shall be a solid line of white thermoplastic material 12 inches in width placed across traffic lanes where and as shown on the plans. 8-22.2 Materials. 8-22.2(A) Thermoplastic Material. Thermoplastic material used in this project shall conform to the following: Hot extruded thermoplastic containing Type 165 refractive index beads with an additional application of Type 165 glass beads. 1. Catatherm ABITOL formulation, 125-mil thickness, hot extruded thermoplastic manufactured by Ferro Corporation, Cataphote Division, PO Box 2369 Jackson, Mississippi 39205. 2. Cleanosol IT formulation, 126-mil thickness,hot extruded thermoplastic manufactured by Swedish A.B. Cleanosol, Kristainstad, Sweden, or 3. Lafrentz brand, 125-mil thickness, hot extruded thermoplastic manufactured by — Lafrentz Road Services, Ltd., Edmonton, Alberta, Canada T6E4N7. 4. M.L.E. Code #R200/80 formulation, 125-mil thickness, hot extruded thermoplastic manufactured by M.L.E. Industries Ltd., Calgary, Alberta, Canada T2C1N6. 5. Pave-Mark Hydrocarbon formulation, 125-mil thickness, how extruded thermoplastic, " manufactured by Pave-Mark Corporation, 1855 Plymouth Road NW, PO Box 94108, Atlanta, Georgia 30318. BOXCULVERTSINSTALLATION 76 June 12, 1996 6. Pave-Mark Alkyd formulation, 125-mil thickness, hot extruded thermoplastic, manufactured by Pave-Mark Corporation, 1855 Plymouth Road NW, PO Box 94108, Atlanta, Georgia 30318. 7. Norline Thermoplastic marking material, 125-mil thickness, how extruded thermoplastic, manufactured by Norris Paint Company, 1675 Commercial Street NE, PO Box 2023, Salem, Oregon, 97303. 8-22.2(B) Paint. Paint used for pavement striping shall meet with the approval of the Engineer. 8-22.3 Construction Requirements. 8-22.3(A) Installation. Installation instructions will be distributed to both the Contractor and the Engineer. All materials shall be installed according to the manufacturer's recommendations, and a manufacturer's representative shall be present when the initial installation of the material is made on the project to approve the proper installation procedures. All contaminants within the areas to receive thermoplastic pavement markings shall be removed. Large areas of tar, grease, paint or foreign materials may require sandblasting, steam cleaning, power brooming, or the use of chemical strippers to accomplish complete removal. After cleaning, the area shall pass inspection of the Engineer prior to application of the material or the primer coat. After the pavement surface is cleaned, a primer shall be applied to the area receiving the thermoplastic pavement markings if recommended by the thermoplastic material manufacturer to assure proper bond of the material. The primer application shall effect a continuous, solid film over the pavement surface. The primer shall be applied in strict conformance to the recommendations of the primer manufacturer and the manufacturer of the thermoplastic materials. Glass beads shall be applied to all hot extruded thermoplastic (in the semi-liquid state on the roadway)to obtain instant reflectivity. Application rate shall be at least eight pounds of glass beads to every 100 square feet of line. For painted markings the Contractor shall be responsible for providing barricades and/or flagmen as may be required to control traffic and prohibit traffic from the freshly painted areas until the paint has dried. 8-22.3(B) Acceptance. The Contractor shall be responsible for supplying material which meets aforestated material and testing requirements. The State of Washington Testing Laboratory will make all or any B OXCUL V ERTSINSTALLATI ON ,, June 12, 1996 77 tests required on the material and the testing laboratory, with the City of Kent, shall be the sole judges of these tests. The expense of the tests shall be borne by the City of Kent;however,the manufacturer shall submit adequate samples of the material at no cost to the City for performance of such tests. Final acceptance of the project by the City shall be delayed until the thermoplastic pavement _ marking material proves satisfactory under field conditions for a period of 90 days after placement. The 90-day period will be based on the placement date at the individual _ locations. The Contractor shall replace at no additional cost to the City, any failures during the evaluation period. 8-22.5 Payment. The costs of replacing existing pavement markings shall be considered incidental to unit bid prices of other items. 8-30 PROPERTY FENCES 8-30.1 Description. _ This work shall consist of adjusting, removing, relocating, replacing or restoring existing property fences of the types specified in accordance with the Plans,these Specifications, and _ in reasonably close conformity with the lines staked by the Engineer. 8-30.2 Materials. New or replacement materials shall meet the requirements shown in the Plans and the satisfaction of the Engineer. Existing materials shall be used whenever possible and practical. 8-30.3 Construction Requirements. Clearing of the new fence line shall be required when determined by the Engineer. Clearing shall consist of the removal and disposal of all trees, brush, logs, upturned stumps, roots of down trees, rubbish, and debris. The clearing width shall be approximately 3 feet unless otherwise shown in the Plans or _ directed by the Engineer. Grubbing shall not be required except where short and abrupt changes in the ground contour will necessitate removal of stumps in order to properly grade _ the fence line. All stumps within the clearing limits shall be removed or close cut. Grading of the fence line shall be required where the Engineer determines that it will — improve the aesthetic appearance of the top or bottom of the fencing when installed. The fence shall be constructed reasonably close to and outside the right of way line unless otherwise directed by the Engineer or shown in the Plans. Deviations in alignment to miss BOXCUL VERTSINSTALLATION June 12, 1996 78 obstacles will be permitted only when approved in writing by the Engineer and only when such deviation will not be detrimental to the traveling public or adjacent property owners. 8-30.3(1) Chain Link Fence and Gates. Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the Standard Specifications. 8-30.3(2) Wooden Fence and Gates. Existing fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the Plans or as directed by the Engineer. 8-30.3(3) Barbed Wire Fence and Gates. Existing fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the Standard Specifications. 8-30.5 Payment. Costs for removing and replacing existing fences shall be considered incidental to unit bid prices of other items. 8-33 PROJECT SIGNS 8-33.1 Description. This work shall consist of furnishing,constructing, and maintaining project signs complying with the requirements of these Specifications where shown in the Plans or where directed by the Engineer. Used project signs will be available for refurbishing when available,and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street(859-3395). See Section 8-33 of the Kent Special Provisions regarding availability of used signs for this project. The project signs become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. B OXCUL V ERTSINSTALLATION June 12, 1996 79 8-33.2 Materials. Sign materials shall generally conform to the following requirements: Sign Board ..... 1/2 inch MDO G2S (good two sides) plywood. Braces ......... 2 inch x 4 inch Fir Posts .......... 4 inch x 4 inch or 4 inch x 6 inch Fir, depending on design required by Engineer. Paint .......... Good quality exterior enamel. Primer ......... Good quality primer compatible with selected enamels. Letters ........ Premium quality vinyl with self-stick back or hand painted enamel meeting requirement for paint. Decal .......... Furnished by the City of Kent. 8-33.3 Construction Requirements. 8-33.3(1) Erection of Posts. All posts shall be set reasonably vertical,and deep enough to sustain sign and expected wind loads as determined by the Engineer. -.- 8-33.3(2) Design A. Two vertical 4 inch x 4 inch Fir posts shall be attached at each end of the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top,the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(3) Design B. Two vertical 4 inch x 6 inch Fir posts at each end of the sign board or three vertical 4 inch x 4 inch Fir posts, including one in the middle, as directed by the Engineer, shall be attached to the back of the sign board. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the _ approval of the Engineer. 8-33.3(4) Painting. The face and edges of the 1/2 inch plywood sign board shall have one prime coat and two coats of exterior enamel. The posts,braces, and back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red,blue,black and white as specified on Standard Detail 6-13 of the Special Provisions. 8-33.3(5) Letter Types. The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Detail 6-13 of the Special Provisions. BOXCULVERTSINSTALLATION 80 ,. June 12, 1996 8-33.3(6) General Layout. The general layout shall conform to Kent Standard Detail 6-13. 8-33.4 Measurement. Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs--as determined by the Engineer--shall be deemed noncompliance with this Specification. 8-33.5 Payment. Payment will be made under: 1. "Project Sign", per each. The unit contract price shall be full compensation for furnishing all labor and materials, refurbishing, constructing, and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure used signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-35 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-35.2 Materials. The backfill material for trench and vault excavations shall conform to the requirements of Gravel Base except,the maximum size stone shall not exceed 4 inches. 8-35.3 Construction Requirements. 8-35.3(1) Vault Excavation. See Section 2-09 of the Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six(6) inch thick layer of crushed surfacing top course(5/8 minus) compacted to 95 percent maximum density measured in accordance with section 2-03.3(14)D of the Standard Specifications by use of compaction equipment specified in section 2-09 of the Standard Specifications. The excavation shall be backfilled in conformance with the requirements of section 2-09 of the Standard Specifications. B OX C UL V ERTS IN STALLA TI ON June 12, 1996 81 8-35.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV. The excavation required for the installation of electrical,telephone and TV conduit and cable to be installed by the serving utility shall be performed by the Contractor. The trenches shall _ not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these special provisions and Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use the native trench excavation for backfill when in the opinion of the _. Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate his work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-35.3(3) Backfill for Electrical, Telephone and TV Trench. Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill,the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-35.3(4) Trench Restoration. For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition,improvements such as pavement markings, trees, signs, sidewalks, curbs and other underground utilities, etc.,which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 8-35.5 Payment. Payment for all labor, materials, tools and equipment required to excavate and backfill for vaults shall be included by the Contractor in the unit contract price for "Utility Trench and Vault excavation" except for crushed surfacing top course and backfill material. Payment for these items shall be at their appropriate unit contract price. _ The cost of backfilling and compaction of trenches shall be included in the unit contract price per linear foot for "Utility Trench and Vault Excavation." _ BOXCULVERTSINSTALLATION 82 June 12, 1996 All costs relative to backfilling shall be considered as incidental to "Utility Trench and Vault Excavation." No additional compensation will be made. The unit contract price for"Utility Trench and Vault Excavation" shall be full compensation for performing the work as herein described and for disposing of all unsuitable material, as directed by the Engineer. No other compensation will be made. Payment for trench restoration, including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items except for the following for which payment will be at their appropriate unit contract price: l. "Asphalt Concrete Pavement. Class B Including Paving Asphalt" 2. "Cold Plant Mix for Temporary Pavement Patch" 3. "Crushed Surfacing Top or Base Course" 4. "Cement Concrete Curb and Gutter" 5. "Cement Concrete Sidewalk" SECTION 9 -MATERIALS 9-03 AGGREGATES 9-03.12(3) Gravel Backfill for Pipe Bedding. Pipe bedding for sanitary and storm sewer pipe shall be 5/8" minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passin¢ 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18 US No. 200 7.5 max. % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35% max., degradation 25% min. Free from wood waste, bark and other deleterious material. 9-03.15 Bedding Material for Rigid Pipe. Where pipe bedding for water distribution systems is called for, it shall be 5/8 inch minus crushed rock in conformance with Section 9-03.12(3)herein. B OXCUL V ERTSINSTALLATION June 12, 1996 83 9-03.21 Foundation Material Class I and Class II. Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max U.S. No. 100 --- 5 max All percentages are by weight. In addition,all rock shall be sound,angular ledge rock or recycled cement concrete pavement meeting the following Specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3%max 3%max (Corps of Engineers CRD-C-107) Accelerated Expansion(15) days 15%max 15%max -- (CRD-C-148) Soundness 5%max loss 5% max loss (MgSO4 at 5 cycles) Density (solid volume) 155 pcf min 155 pcf min -. Specific Gravity 2.48 min 2.48 min 9-28 SIGNING MATERIALS AND FABRICATION 9-28.1 General. All permanent signs, unless otherwise indicated, shall be constructed of aluminum sheeting or extrusion panels. The Contractor may, at his option, use either medium or high density overlay plywood for temporary,construction,or project signs in lieu of aluminum. All signs shall be reflectorized except for City of Kent Project Signs. ALL PERMANENT SIGNS, EXCEPT INTERNALLY ILLUMINATED SIGNS, SHALL HAVE VIP DIAMOND B OXCUL VERTSINSTALLATION June 12, 1996 84 GRADE REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. All permanent signal and directional and guide sign legends including borders, letters, numerals, shields,and arrows shall be constructed of premium encapsulated lens reflective sheeting, unless otherwise noted in the Plans. All other reflectorized signs may be of premium enclosed lens sheeting or premium encapsulated reflective sheeting at the option of the Contractor. Standard control signs and guide letters, arrows, shield, and symbols shall be in accordance with the "Washington State Sign Fabrication Manual" and/or the FHWA manual "Standard Highway Signs." 9-28.8 Encapsulated Lens Reflective Sheeting. - The following section supplements Section 9-28.8 of the Standard Specifications: The reflective sheeting will remain effective for its intended use and shall meet the stated minimum brightness values (expressed as average candle power per foot candle per square foot) for 0.2 degree observation angle and-4.0 degrees entrance angle for ten years, subject to the following provisions: Color (Seven Years) (Ten Years) White 212 200 Yellow 144 136 Green 38 36 Red 17 16 All measurements shall be made after the sign cleaning according to sheeting manufacturer recommendations. For screenprinted transparent colored areas on white sheeting, the coefficients of retroreflection shall not be less than 50 percent of the values for the corresponding color in the above table. Scotchlite Brand High Intensity Grade Sign Surface is the pre-approved product meeting the requirements of this Specification. All other products require the evaluation and written approval of the Transportation Engineer. The Contractor shall provide the City with an acceptable authorized manufacturer's warranty for the diamond grade sheeting described above prior to final release of City-retained .,,.., monies. BOXCULVERTSINSTALLATION 85 June 12, 1996 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe. 9-30.1(1) Ductile Iron Pipe. Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI Specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the Plans. 9-30.2 Fittings. 9-30.2(1) Ductile Iron Pipe. Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint with rubber gaskets, unless otherwise specified. Shackles shall be 3/4-inch diameter. Field fabricated fittings shall not be permitted. 9-30.3 Valves. -- 9-30.3(1) Gate Valves. Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, .w Waterous,Dresser M&H,Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA Specifications C-509, and shall have a working pressure rating of 300 psi,unless otherwise specified in the Kent Special Provisions. They shall be iron bodied,bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. In cases where valve stem nuts are deeper than 3 feet below finished grade; and extension rod assembly with a rock guard must be installed on the operating nut. See Standard Detail 3-12. 9-30.3(4) Valve Boxes. Valve boxes shall be installed on all buried valves. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using its standard. The valve box top section shall be an Olympic VB-045D/T or approved equal. The cover shall have the word "WATER" cast into it and shall be of the non-locking type,unless a locking cover is specifically called for in the Special Provisions or shown on the Plans. The bottom section shall be an Olympic VB-1C or approved equal. -` BOXCULVERTSINSTALLATION 86 June 12, 1996 9-30.3(5) Valve Marker Posts. Valve marker posts shall be constructed of Class 4000 cement con-crete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4-inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Standard Detail 3-4. The FOG-TITE valve marker post is the pre-approved marker post. All others including fiberglass posts require the approval of the Engineer. - 9-30.6 Service Connections. 9-30.6(1) Saddles. The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. The service saddle shall be manufactured by Smith Blair, Romac, Mueller, or an equal approved by the City Water Department. Service saddles shall be either double strapped or stainless steel full circumference band, unless otherwise shown on the Plans or required by the Special Provisions. 9-30.6(2) Corporation Stops. All corporation stops shall be of the ballcorp style. Corporation stops for use with saddles shall be of bronze alloy with inlet I.P. standard thread and outlet thread compatible with Mueller adaptors for connecting pipe. Corporation stops for direct tapping shall be bronze alloy with AWWA tapered thread inlet and outlet thread compatible with Mueller adaptors for connecting pipe. Connection to service pipes shall be by compression pack joint or by Mueller Instatite connection. All corporation stops shall be equipped with ground key stops and manufactured in accordance with AWWA C-800-66. Corporation stops for residential use shall be one of the following or equal: Saddle use: Mueller H 15028 for type K copper tubing Mueller H 15029 for polyethylene pipe Direct Taps: Mueller H 15008 for type K copper tubing Mueller H 15009 for polyethylene pipe BOXCUL V ERTSINSTALLATION June 12, 1996 87 9-30.6(3)B Polyethylene Pipe. Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene _ pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Line water pipe is an approved product meeting the above — Specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above Specifications. 9-30.6(4) Compression Couplings. Connectors shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. An adaptor is to be connected to the end of the tail at the property line to provide connection to the private line to the house. Compression pack joint couplings shall make a tight and permanent joint on type K copper tubing, galvanized iron pipe, steel pipe, or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or O-ring. Mueller compression joints and the Mueller Insta-Tite connection or approved equal shall be brass. All other couplings require the approval of the City Water Department. 9-30.6(6) Meter Setters. The meter setter shall have dual-purpose end connections for iron pipe thread male adapters on both ends. It will be used with type "K" copper tubing or polyethylene plastic pipe with a brace pipe eye to hold the setter vertical. The setter will be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve is to be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. This check must be of the same type used at the present time in the City of Kent Water Department. In no case shall residential meter stops be equipped with a bypass. 1. The following products are pre-approved. Other approved equal products require written approval of City of Kent Public Works Department: Meter Setter Type Size 3/4" Ford VH 72-15W BOXCUL VERTSINSTALLATION June 12, 1996 88 '� 3/4" x 15" Muller H1422-2 (Double purpose connection) 1 Ford VH74-15W 1" x 15" Muller H1422-2 (Double purpose connection) 1-1/2" Ford VFH66-15xl3 LBP 1-1/2" x 15" Muller H1422-2 LBP 211 Ford VFH77-15xl7 LBP 2" x 15" Muller H1422-2 LBP 9-30.6(7) Meter Boxes. Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows or approved equal: 3/4 Inch Diameter Service Within sidewalks,but outside of driveways: FOG-TITE#1-D; with steel lid Within driveways or other traffic areas : OLYMPIC FOUNDRY#SM 29 within planting areas: CARSON 1320-15 1 to 2 Inch Diameter Service - Within sidewalks,but outside of driveways: FOG-TITE#2; with aluminum lid Within driveways or other traffic areas : OLYMPIC FOUNDRY#SM 30 Within planting areas: CARSON 1330-15 3 Inch Diameter and Larger Service Concrete vaults per the Standard Details. Plastic meter boxes shall be constructed of black polyethylene. 9-30.6(8) Water Meters. Water meters for residential use shall be the Rockwell, SCRF meter of the specified size. All other meters require the approval of the City Water Department. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Standard Detail 3-8. Compound meters shall be provided by the Contractor. BOXCULVERTSINSTALLATION 89 June 12, 1996 9 33 CONSTRUCTION GEOTEXTILE 9-33.1 Geotextile and Thread for Sewing The material shall be a geotextile consisting only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 85 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or _ coating which might adversely alter its hydraulic or physical properties after installation. The geotextile shall conform to the properties as indicated in Tables 1 through 6 for each use specified in the Plans. Specifically,the geotextile uses included in this section and their associated tables of properties are as follows: Applicable Geotextile Application Property Tables Underground Drainage, Moderate Survivability, Classes 1, 2, and 3 . . . . . . . . . . . . .Tables.l.and 2 Underground Drainage, High Survivability, Classes 1, 2, and 3 . . . . . . . . . . . . .Tables.l.and 2 Separation . . . . . . . . . . . . . . . . . . .Table.3 . . . . . Soil Stabilization . . . . . . . . . . . . . .Table.3 . . . . . Permanent Erosion Control, Moderate Survivability, Classes 1, 2, and 3 . . . . . . . . . . . . .Tables A and 5 Permanent Erosion Control, High Survivability, Classes 1, 2, and 3 . . . . . . . . . . . . .Tables A and 5 Ditch Lining . . . . . . . . . . . . . . . . . .Table.4 . . . . . .. Temporary Silt Fence . . . . . . . . . . .Table.6 . . . . . Thread used for sewing shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles must also be resistant to ultraviolet radiation. 9-33.2 Geotextile Properties Table 1 Geotextile for underground drainage strength properties for survivability. Geotextile Property Requirements' Moderate High Survivability Survivability Geotextile Property Test Method' Woven/Nonwoven Woven/Nonwoven Grab Tensile Strength, ASTM D4632 200lbs/1201bs min. 2601bs/200 lbs min. min.in machine and x-machine direction <50%h50% <50%/>50% Grab Failure Strain,in ASTM D4632 machine and x-machine direction Seam Breaking Strength ASTM D4632 157 lbs/97 lbs min. 225 lbs/160 lbs min. and ASTM D4884 (adapted for grab test) Puncture Resistance ASTM D4833 63 Ibs/49 lbs min. 74 lbs/63 lbs min. Tear Strength,min.in ASTM D4533 63 lbs/49 lbs min. 74 lbs/63 lbs min. machine and x-machine direction BOXCULVERTSINSTALLATION 90 June 12, 1996 Ultraviolet(UV) ASTM D4355 50%strength 50%strength Radiation stability retained min.,after retained min.,after 500 hrs.in 500 hrs.in weatherometer weatherometer Table 2 Geotextile for underground drainage filtration properties. Geotextile Property Requirements' Geotextile Property Test Method' Class I Class 2 Class 3 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. (#40 sieve) (#60 sieve) (#80 sieve) Water Permittivity ASTM D4491 .5 sec'min. .4 sec''min. .3 sec'min. Table 3 Geotextile for separation or soil stabilization. Geotextile Property Requirements' Soil Separation Stabilization Geotextile Property Test Method' Woven/Nonwoven Woven/Nonwoven AOS ASTM D4751 .60 mm max. .43 mm max. (#30 sieve) (#40 sieve) Water Permittivity ASTM D4491 .02 sec'min. .25 sec-'min. Grab Tensile Strength, ASTM D4632 200 lbs/120 lbs min. 260 lbs/200 lbs min. min.in machine and x-machine direction ° ° <50%/>50% Grab Failure Strain,in ASTM D4632 <50/°/>50% _ machine and x-machine direction 160 Ibs/97 lbs min. 200 lbs/ lbs min. Seam Breaking Strength ASTM D4632 and ASTM D4884 (adapted for grab test) Puncture Resistance ASTM D4833 63 lbs/49 lbs min. 74 lbs/63 lbs min. Tear Strength,min.in ASTM D4533 63 lbs/49 lbs min. 741bs/63 lbs min. machine and x-machine direction Ultraviolet(UV) ASTM D4355 50%strength re- 500/6 strength re- Radiation stability tained min.,after tained min.,after 500 hrs.in 500 hrs.in weatherometer weatherometer Table 4 Geotextile for permanent erosion control and ditch lining. Geotextile Property Requirements' Permanent Erosion Control Ditch Lining Moderate High Survivability Survivability Geotextile Property Test Method'- Woven/Nonwoven Woven/Nonwoven Woven/Nonwoven AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve) Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec'min. Grab Tensile Strength,min. ASTM D4632 200 Ibs/120 lbs min. 260 lbs/200 lbs min. 200 Ibs/120 lbs min. in machine and x-machine direction Grab Failure ASTM D4632 150/6-500/6/>50% 15%-500/o/>50% <500/o>50% Strain,in machine and x-machine direction Seam Breaking ASTM D4632 160 Ibs./97 lbs min. 200 lbs/170 lbs min. 160 Ibs/97 lbs min. ASTM D4884 (adapted for grab test) BOXCULVERTSINSTALLATION 91 June 12, 1996 Burst Strength ASTM D3786 320 psi/200 psi min. 420 psi/320 psi min. Puncture ASTM D4833 63 lbs/49 lbs min. 74 lbs/63 lbs min. 63 lbs/49 lbs min. Resistance Tear Strength, ASTM D4533 63 lbs/49 lbs min. 74 lbs/63 lbs min. 63 lbs/49 lbs min. min,in machine and x-machine Ultraviolet, ASTM D4355 70%strength 70%strength 70%strength (UV) retained retained retained min,after 500 hrs. min,after 500 hrs. min,after 500 hrs. in weatherometer in weatherometer in weatherometer Table 5 Filtration properties for geotextile for permanent erosion control. Geotextile Property Requirements' Geotextile Property Test Method' Class 1 Class 2 Class 3 AOS ASTM D4751 .43 mm max. .25 mm max. .21 mm max. (#40 sieve) (#60 sieve) (#70 sieve) Water Permittivity ASTM D44910 0.7 sec'min. .5 sec'min. .25 sec'min. Table 6 Geotextile for temporary silt fence. Geotextile Property Requirements' Supported Between Unsupported Posts with Wire or Geotextile Property Test Method' Between Posts Polymeric Mesh AOS ASTM D4751 .60 mm max.for slit .60 mm max.for slit film wovens film wovens (430 sieve) (#30 sieve) .30 mm max for all .30 mm max.for all other geotextile other geotextile types(#50 sieve) types(950 sieve) .15 mm min. .15 mm min. (#100 sieve) (#100 sieve) Water Permittivity ASTM D4491 .02 sec'min. .02 sec'min. _ Grab Tensile, ASTM D4632 180 lbs min.in 100 lbs min Strength machine direction, min.in machine and 100 lbs min.in x-machine direction x-machine direction Grab Failure Strain, ASTM D4632 30%max.at 180 lbs min.in machine or more direction only Ultraviolet(UV) ASTM D4355 70%Strength Re- 70%Strength Re- Radiation Stability tained min.,after tained min.,after 500 hrs.in 500 hrs.in weatherometer weatherometer 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). 'The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and _ BOXCULVERTSINSTALLATION 92 June 12, 1996 specimen conditioning,which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the Olympia Service Center Materials Laboratory in Tumwater. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class 1 shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class 2 or 3 shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geotextile Approval and Acceptance 9-33.4(1) Source Approval The contractor shall submit to the Engineer the following information regarding each geotextile proposed for use: Manufacturer's name and current address, Full product name, Geotextile structure, including fiber/yarn type, and Proposed geotextile use(s). If the geotextile source has not been previously evaluated, a sample of each proposed geotextile shall be submitted to the Olympia Service Center Materials -„ Laboratory in Tumwater for evaluation. After the sample and required information for each geotextile type have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be - required for this testing. Source approval will be based on conformance to the applicable values from Tables 1 through 6 in Section 9-33.2. Source approval shall not be the basis of acceptance of specific lots of material unless the lot sampled can be clearly identified and the number of samples tested and approved meet the requirements of WSDOT Test Method 914. 9-33.4(2) Geotextile Samples for Source Approval Each sample shall have minimum dimensions of 1.5 yards by the full roll width of the geotextile. A minimum of 6 square yards of geotextile shall be submitted to the Engineer for testing. The geotextile machine direction shall be marked clearly on each sample submitted for testing. The machine direction is defined as the direction perpendicular to the axis of the geotextile roll. Source approval for temporary silt fences will be by manufacturer's certificate of compliance as described under "Acceptance Samples." The geotextile samples shall be cut from the geotextile roll with scissors, sharp knife, or other suitable method which produces a smooth geotextile edge and does not cause geotextile ripping or tearing. The samples shall not be taken from the outer wrap of the geotextile roll nor the inner wrap of the core. BOXCULVERTSINSTALLATION 93 ,,,, June 12, 1996 9-33.4(3) Acceptance Samples -` Samples will be randomly taken by the Engineer at the job site to confirm that the geotextile meets the property values specified. Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geotextile rolls within the consignment(i.e.,all rolls sent the project site)which were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples and manufacturer's certificate of compliance have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geotextile lot, as defined,does not meet the properties required for the specified use as indicated in Tables 1 through 6 in Section 9-33.2,the roll or rolls which were sampled will -� be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties,the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) which failed will be accepted. All geotextile which has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geotextile shall be replaced at no expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geotextile proposed for use in each geotextile application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geotextile Quantity Underground Drainage 600 sq. yards Soil Stabilization and Separation 1800 sq. yards Permanent Erosion Control 1200 sq. yards Temporary Silt Fence All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geotextile roll to be used: Manufacturer's name and current address, Full product name, Geotextile structure, including fiber/yarn type, Geotextile roll number, Proposed geotextile use(s), and Certified test results. B OXCUL VERTSINSTALLATION June 12, 1996 94 9-33.4(5) Approval of Seams. If the geotextile seams are to be sewn in the field,the Contractor shall provide a section of sewn seam which can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions,the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross-machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the - Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. Y„N SECTION 10 PROPOSAL BID ITEM DESCRIPTIONS Bid proposal items listed in this section shall be paid as described herein; and shall supersede any conflicting provisions of this Contract,the Standard Specifications,Amendments,GSP's and previous sections of the Kent Special Provisions. For further description and requirements of the work and material, see the appropriate portion of the Standard Specifications and Amendments. Also see the sections referenced herein in the Kent Special Provisions and General Special Provisions. 1000 2000 Mobilization. 3000. 4000 Shall be paid in accordance with Standard Specification 1-09.7. 2005 3005 Install 10' x 6' Precast Box Culvert 4005 Install 17' x 4' Precast Box Culvert The lump sum contract price shall be full compensation for all labor, tools, equipment, and materials required to: Excavate and dispose of unsuitable -"` material, remove and dispose of the existing drainage culverts, asphalt and cement concrete pavement, and structures in way of the new box culvert,cut and plug with concrete any drainage and utility pipe and conduit to be abandoned, coordinate with the box culvert supplier,install the precast box culvert sections, install cement concrete headwalls, install access riser and manhole frame and lid to finished grade,dewater the site,work on weekends and at night when required, remove, store, and re-install handrails,posts, signs, mailboxes, catch basins, etc., in the way of culvert installation, replace pavement markings, relocate water meters,provide and install PVC conduit and location markers for utilities under the culvert, connect existing and new storm drains to precut holes in culvert, grade and restore embankment over new culvert to road subgrade or finished BOXCULVERTSINSTALLATION 95 June 12, 1996 landscape grade, provide and install traffic signal interconnect wiring, conduit, and junction boxes, remove and re-install trees and landscaping shrubs. Fabrication, installation,maintenance and removal of detour signs per approved detour plan shall be incidental to the lump sum contract price. If any precut hole provided for drainage connection is determined by the Engineer to be unusable or unnecessary, it shall be plugged and secured with cement concrete or other approved material compatible with the box culvert wall. Other bid items payable for this work are: Shoring and cribbing, gravel borrow including haul, gravel backfill for foundations Class II, geotextile fabric, imported topsoil, type A, coir netting. All work associated with required dewatering and any other item of work for which there is no specific bid item shall be incidental to the lump sum contract price. 1015, 2015 Gravel Borrow Including Haul 3015, 4015 This item shall be used where directed by the Engineer for waterline, storm sewer, electrical conduit, and other excavation backfill and compaction. This item shall also be used for embankment fill and roadway subbase fill. Payment under this item shall constitute full compensation for backfill and compaction of pipeline excavation or electrical conduit trenches. If native backfill is ordered by the Engineer, all costs of backfill and compaction shall be incidental to the other bid items such as pipeline, electrical conduit, etc. This item shall also include full payment for all labor, materials, tools and equipment required to complete the roadway embankment including the necessary "keying in" of subgrade slopes, removal of debris, compaction, haul, stockpiling of material, etc. Also included in this unit bid price is the cost of _ final grading and proofrolling the roadway fill area after completion of the filling operation. 1020 2020 Crushed Surfacing Top Course, 5/8" Minus 3020,4020 2025 3025 Crushed Surfacing Base Course, 1-1/4" Minus 4.�L These items shall be paid in accordance with Section 4-04.5 of the Kent Special — Provisions. This item also includes full compensation for supply, placement, finish grading and compaction and for pipe bedding wherever specified, shown on the plans or directed by the Engineer. These items shall also be used for roadway or driveway remedial work or patching if requested by the Engineer. BOXCUL VERTSINSTALLATION June 12, 1996 96 1026 2026 Gravel Backfill for Drains 3026, 4026 The unit price per ton for this item shall constitute full compensation for supply and placement of the material wherever specified,shown on the plans, or directed by the Engineer. 1027 2027 Gravel Backfill for Foundation Class II (Also Used for Water) 3027, 4027 Reference Section 7-00.2(5)A of the Kent Special Provisions for a description of payment under this item. Note: Excavation and disposal of unsuitable material under pipe or box culvert trenches shall be incidental to this bid item. Excavation of unsuitable material under the culvert shall be included in the box culvert installation bid items. 1028, 2028 Streambed Gravel 3028, 4028 The unit contract price shall be complete compensation for all labor, tools, equipment and materials necessary to supply and install the specified gravel to the required layer thickness and contours identified on the plans to create a low -' flow channel within the box culvert and both inlet and outlets. Gravel shall be hand tamped in place, without formal compaction. - Streambed gravel shall meet the requirements for gravel backfill for walls as specified in Section 9-03.12(2). All work associated with this bid item shall be complete and accepted prior to October 15, 1996. 1030, 2030 Asphalt Concrete Pavement, Class "B" 3030,4030 - Shall be paid for all asphalt supplied and installed as specified and shown on the plans, in accordance with the Kent Special Provisions. This item shall be used for all other asphalt supplied as required by the plans including trench patching the final overlay. Asphalt for tack coat shall be considered incidental to the unit contract price. 1035, 2035 Cold Plant Mix for Temporary Pavement Patch 3035, 4035 Reference Section 5 of the Kent Special Provisions for payment provisions. Payment under this item shall also constitute complete compensation for removal and disposal of the temporary cold patch, prior to permanent paving Payment under this item will be complete compensation for all roadway patching work requested. BOXCULV ERTSINSTALLATI ON „_, June 12, 1996 97 1041 2041 Saw Cut Existing Pavement 3041. 4041 The unit price per linear foot for this item shall be full compensation for all materials, labor and equipment required to saw cut existing asphalt or cement - concrete pavement including sawcutting through extruded asphalt concrete curb in accordance with the plans and specifications. A vertical saw cut shall be required between any existing pavement, sidewalk,or curb that is to remain and the portion to be removed. The costs of other types of _ pavement cutting,such as"Wheel cutting",shall be considered incidental to other bid items and no payment will be allowed under this item unless the asphalt is actually saw cut. 1042 2042 Remove Cement Concrete Pavement Reference Section 2-02.5 of the Kent Special Provisions. 1043 4043 Cement Concrete Driveway, 8" Depth, 3 Day — The unit price bid per square yard for this item shall be full compensation for all — materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Bid Item No. 4052, Cement — Concrete Sidewalk, shall not be used in these areas. Crushed surfacing and gravel borrow shall be paid under the separate appropriate bid items. Reference City of Kent Standard Details 6-5(a-d). 1044 Cement Concrete Wing Walls and Headwalls The lump sum contract price shall be full compensation for all labor, tools, equipment and materials required to fabricate and install 2 headwalls and 2 wing walls, footings, and pipe outlet connections (if any) to the north bank inlet and — outlet of the existing Fisher Industrial Park box culvert. All filter fabric material, dewatering, and grading necessary to complete the installation shall be included in the lump sum contract price. If over-excavation of the foundation is required, payment will be made under separate bid items for "Gravel Backfill for Foundation Class II". Construction shall match the existing wing walls on the — south bank inlet and outlet of the box culvert. The design for this specific wing wall is included in the drawings. 2045 3045 Cement Concrete Wing Walls 404 The lump sum contract price shall be full compensation for all labor, tools, equipment, and materials required to fabricate and install 4 wing walls, footings, and pipe outlet connections and pipe grates (if any)to the inlet and outlet of the box culvert. All filter fabric material, dewatering, grading necessary to complete the installation as shown on the plans shall be included in the lump sum contract B OXCUL VERMNSTALLATION June 12, 1996 98 price. If over excavation of the foundation is required, payment will be made under separate bid items for "Gravel Backfill for foundation Class II". For Bid Item 4045, supply and installation of the pump station intake pipe assembly, trash strainer basket, foot valve, and camlock fittings shall be incidental to the lump sum contract price. All work on wing walls shall be complete and accepted prior to October 15, 1996. Any work on weekends or at night shall be considered incidental to the lump sum contract price. 1050,2050 Hydroseeding, Fertilizing and Mulching 3050, 4050 1. Hydroseeding, fertilizer and mulch is to be in accordance with all applicable - specifications. 2. The cost of baffling or blocking overspray as required to prevent overspray onto the sidewalk,curbing and non-planter areas is incidental to the lump sum price. 3. The unit bid price also includes the costs of sprinkling the hydroseeded areas at least twice daily (in the early morning and late afternoon) in the grass is well established as determined by the Engineer. 4. The per lump sum price for this bid item includes all costs of hydroseeding - the following areas: a. All planter areas or areas disturbed by the Contractor's operations. b. The area excavated in the ditch between Novak Lane and Central Avenue. c. On all areas to receive Coir netting. d. Other areas as directed by the Engineer. 1062, 2062 Traffic Control Labor 3062, 4062 Flaggers required for this project shall be paid under this item. Reference Section 1-07.23(4) for requirements. All bidders shall use the estimated total figure in their bid proposal. Labor will be measured on an hourly basis and paid at a rate of twenty-four ($24.00) per hour. Hours shall be based upon City Inspector's records and weekly certified payroll records submitted on a weekly basis by the Contractor. Flagmen must perform no other function than traffic control as described in the Specifications to be eligible for this pay item. If the Contractor's labor costs B OXCULV ERTSINSTALLATION June 12, 1996 99 including but not limited to fringe benefits, taxes, insurance, overhead and — markup exceed $24.00 per hour, they shall be included in and incidental to the other bid items listed in the proposal. The $24.00/hour compensation shall be full compensation for all labor,materials and equipment required to perform the work in accordance with the Specifications. 1120 2120 Imported Topsoil 3120,4120 The unit bid price shall constitute full compensation for all labor, materials and _ equipment necessary to supply and completely install the topsoil in the planter areas, drainage channel embankment, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. Topsoil for this item shall meet the requirements of the Standard Specifications utilizing Type A topsoil material. Note that it is the intent of the City to shape the drainage — channel embankment using existing material whenever possible and to limit the use of imported topsoil. — 2131 3131 Utility Vault and Trench Excavation 4131 — Reference Section 8-35.5 of the Kent Special Provisions for payment. Dewatering, if required, shall be incidental to this bid item. This item shall be used for trenching for utilities as shown on the contract drawings or where directed by the Engineer. The costs of trenching for water mains,storm sewer and box culvert installation shall be included in the respective — pipe bid item. The trench for Puget Power conduits shall be a minimum of 36" wide at the bottom and a minimum of 42" deep where no control elevation is noted on the Puget Power plans. Where a control elevation is shown, the trench shall be excavated to a depth 12" below the control elevation. — Puget Power crews will be installing the conduit and vaults the same day as the — trenching. It is the Contractor's responsibility to coordinate this work with Puget Power and to backfill the trench immediately following Puget's work. 1162, 2162 Shoring and Cribhin�(Also Used for Water) 3162, 4162 Reference the Standard Specifications Section 2-09.3(3)D and Section 2-09.5 .- (page 2-33) for description of this unit bid item. Note that,when in the opinion of the Engineer,the Contractor over excavates the — trench lower than 4 feet and below that required for pipe bedding (as delineated on Standard Plan B-18c), or below box culvert foundation subgrade as shown in plans this item will not be paid unless extra excavation is required for pipe `- foundation purposes. B OXCUL VERTSINSTALLATION June 12, 1996 100 "' Measurement will be made along the centerline of the trench from the existing ground level to the bottom of the trench excavation and paid by the square foot. This item will not be paid when trench excavation is less than 4 feet. 1181 2181 Coir Netting with 1" Straw Mat 3181,4181 The unit bid price per square yard shall constitute full compensation for all labor, materials and equipment necessary to supply and install coir netting, a 1" layer of straw mat and anchors in accordance with the slope restoration detail on sheet 8 of the plans. Coir netting shall be a bio-degradable plain woven netting of coir - (coconut fiber, with open grids about 2.5 cm square). Coir netting shall be Dekowe 700 or approved equal. - 1201 2201 Temporary Erosion Sediment Control Facility 3201, 4201 The unit price per this bid item includes all materials, labor and equipment required to construct the sedimentation control facilities according to the plan details on Sheet 9 of the contract drawings. This item includes but is not limited to washed rock, quarry spalls, sheet piling, temporary stream bypass main, " sedimentation tanks, sand bags. filter fabric fencing, hay bales and maintenance and removal of the facility. Sizing of the bypass main and installation of supplemental pumping shall be the responsibility of the Contractor. The - Contractor is required to deploy whatever resources are necessary to satisfy agreed-upon construction schedule deadlines. 1230 4230 Cement Concrete Extruded Curb -. Reference Section 8-04 of the Kent Special Provisions, the same payment provisions apply. 1231 Cement Concrete Barrier Curb Reference Section 8-04 of the Kent Special Provisions, the same payment provisions apply. 1285,2285 Geotextile Fabric - 3285,4285 Payment per square yard for this unit bid item shall be complete compensation for all labor,materials and equipment to supply and furnish this work as specified or shown on the plans. Note that this item may be deleted or used at the sole option of the City. - Geotextile fabric shall be laid down by hand where determined by the Engineer as shown on the typical cross sections. The geotextile shall be overlapped 2 feet - at all joints. Geotextile fabric shall meet the requirements of the Section 9-33 of the Standard Specifications for this item. BOXCULV ERTSINSTALLATION June 12, 1996 101 1305, 2305 Light Loose Riprap 3305, 4305 The unit bid price per ton shall be full compensation for all labor, materials and equipment required to furnish and place rip rap where shown on the plans or as directed by the Engineer. 2040 Cement Concrete Driveway, 10" Depth,3 Day The unit bid price per square yard shall constitute full compensation for all materials,labor and equipment required to install cement concrete pavement, 10" depth in accordance with the Kent Standard Detail 6-5(c) only with a 10" slab thickness. Dowel bars, as shown on Standard Detail 6-5(c), shall be incidental to this bid item. Crushed surfacing, gravel borrow, shall be paid under separate appropriate bid items. Depressed curb and gutter along the front edge of the driveway is paid under "cement concrete curb and gutter", per LF. Exact limits of driveway pavement to be field located and approved by the City prior to setting forms. Anchoring foundations for the cement concrete barrier Type II _ shall be installed in accordance with Standard Detail C-8. All cost associated with the foundations shall be incidental to the unit contract price. 2105 Install Existing Type II, 48" Catch Basin _ The bid item price shall be full compensation to install a City supplied 48" Catch _ Basin in the South 228th north shoulder(Sta. 0+81,37'LT) as indicated in Sheet 3 of the Drawings. The new catch basin is currently sitting on the east side of South 228th Street adjacent to the site. The Contractor will have to provide -- additional 48" risers, frame and lid, brick adjustments to grade, and handholds to complete the installation. Dewatering shall be incidental to the bid item price. All costs associated with connecting new or abandoning existing storm mains to the catch basin shall be incidental to the bid item price. 2126, 3126 Relocate Existing Water Main _ 4126 Relocate existing water main shall be full compensation for all labor, tools, _ equipment and materials required to: 1. Install isolation gate valves and dead lock blocking upstream and down _ stream of the section of water main to be relocated where shown on the plans. 2. Disconnect from existing water main the existing pipe between the isolation -- gate valves and remove and dispose of said pipe. 3. Construct the new water line a minimum of P below the future box culvert and connect to the existing water system after pressure and purity tests are accepted. 4. Relocate existing water services where shown on the plans. BOXCUL VERTSINSTALLATION June 12, 1996 102 5. Provide temporary water service to customers if required. 6. Backfill and compact up to foundation subgrade elevation of the box culvert. All pipe,fittings,joint restraint, gate valves, dewatering, valve boxes, valve nut adjustment risers,purity testing,concrete blocking,permits,and temporary blow- offs shall be considered incidental to the Lump Sum contract price, separate bid times covered by this work are: Gravel backfill for foundations,Class II, shoring and cribbing, geotextile fabric, gravel borrow including haul. If the box culvert can be installed with only minor adjustment to the main(6" or less) no payment shall be made for this bid item. The cost of minor adjustment of the main shall be incidental to the bid item price of "Install 10' x 6' or 17' x 4' Precast Box - Culvert". 2155 2156 12" 18" 21" Diameter CMP Storm Sewer Pine 3155,3157 4155 The unit bid price for this item shall be as described in Section 7-00.2(5) of the Kent Special Provisions except as revised herein: The unit bid price for the storm sewer pipe items includes all costs for ".. excavation,dewatering,disposal of trench spoil material,tees,couplings,gaskets, protective treatment required in accordance with plans and specifications, compaction, backfill (when native material is to be used), testing, coordination for TV inspection and all other work necessary to provide a complete tested storm sewer system. - 2180 Cement Concrete Barrier Type I1 with Terminals The unit bid price per lineal foot shall constitute full compensation for all tools materials, labor, and equipment required to install the concrete barrier per WSDOT Standard Plan C-8 per contract plans and anchored to the driveway slab . in accordance with the WSDOT standard plan. 2231 3231 Cement Concrete Curb and Gutter 4231 Reference Standard Detail 6-6(a) for the applicable cross section of this item. Reference Section 8-04 of the Kent Special Provisions, the same payment provisions apply. 3052 4052 Cement Concrete Sidewalk-- 4" Depth The unit price bid per square yard shall be full compensation for all materials, labor and equipment required to install the cement concrete sidewalk in accordance with plans and specifications, or as directed by the Engineer. Crushed surfacing and gravel borrow required shall be paid for under the separate appropriate bid items. Wheelchair ramps and blind person warning strips shall be incidental to the unit contract price for cement concrete sidewals - 4" depth. B OXCULV ERTSINSTALLATION ,„ June 12, 1996 103 Where handrails are to be relocated back into the new sidewalk,post foundations shall be provided per Kent Standard Detail incidental to the unit bid price. 3100,3105 Catch Basin,Type 1 and Type 2. 48" and 96" _ 4100, 4110 Reference Section 7-05.5 of the Kent Special Provisions for the payment description of these items. Dewatering shall be incidental to these bid items. Change the last sentence of this section to read: All costs required for connection to new or existing storm line including all labor, materials, tools and equipment shall be included by the Contractor in the unit contract price of these bid items. — 4256 Project Sign Reference Section 8-33.5 of the Kent Special Provisions for payment. 4275 CIP 60" x 46" Arch Pipe Connecting Wall _ The connection to the existing storm trunk system in Central Avenue shall be completed with a new 96" Type II Manhole and a section of reclaimed existing 60" x 46" arch pipe custom cut and fitted to match the angle, distances, and clearances provided in the special 27' x 4' box culvert connection section. A reinforced cast in place connecting wall between the 60" x 46" arch pipe and the opening of the 27'x 4' box culvert shall be constructed. The invert elevation of the 27' x 4' opening is approximately 6" below the flow line elevation of the adjacent 17' x 4' box culvert main channel. Channel flowline transition/confluence shall be accomplished with hand placed quarry spalls "keyed" into place from the arch pipe inlet portion of the 27' x 4' section to the — opposite(north)wall of the next downstream 17'x 4' culvert section. Note: this stream channel inlay is different from the "stream bed Gravel" bid item. The lump sum contract price for"CIP 60" x 46" arch pipe connecting wall" shall be full compensation for all labor, tools, equipment, and materials required to _ complete the pipe connection, including the quarry spall inlay in accordance with the plans and details. 4280 Remove and Reinstall Billboard Sign The lump sum contract price for "Remove and reinstall billboard sign" shall be full compensation for all labor, tools, equipment, and materials necessary for removal of the sign structure, foundation, power conduit and service wire, installation of a new foundation of equal size, depth and shape, relocation of — power conduit service connection, and remounting of the sign structure, at an adjacent site to be jointly approved by the property owner and the City. Building/sign permits will be obtained by the City. BOXCULVERTSINSTALLATION June 12, 1996 104 The cost of restoring existing and future billboard sites as well as disposal of excavated or discarded materials shall be considered incidental to the lump sum contract price. The sign relocation shall be done by a bonded sign subcontractor. Sign must be replaced within 14 days of its removal. B OXCUL V ERTSINSTALLATION „_,,, June 12, 1996 105 �- KENT STANDARD DETAILS The following Kent Standard Details supplement all other plans which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-4 Valve Marker Post 3-5 Service Connection 1" 3-12 Valve Box and Operating Nut Extender 4-5 Standard 24" Manhole Frame and Cover 4-6(a) 24" x 6" Locking Manhole Frame and Cover 5-3 Pipe Grate ._ 5-5 Trash Screen 5-7 Catch Basin Type 1 5-8(a) Catch Basin Type 2, 48" & 54" 5-8(b) Catch Basin Type 2, 72" & 96" 5-9 Safety Steps and Top Slab for Type 2 and 3 CB 6-5(c) Existing Commercial Cement Concrete Driveway Approach 6-10 Handrail Installation and Repair Details 6-11 Expansion Joints and Score Marks 6-13 Project Sign 6-26 Typical Lane Marking Details (R.P.M.) 6-46 Trench and Conduit Location .. B-22 Blocking for Convex Vertical Bend C-8 Concrete Barrier Type 2 F-1 Cement Concrete Curbs and Gutters � F-2b Extruded Curb Detour Plan for Box Culvert No. 2 Installation Detour Plan for Box Culvert No. 4 Installation Warning Sign Box Culvert No. 4 Installation TC-6 Inside Lane Closure on a 4 Lane Road TC-7 Traffic Control on a 4 Lane Road with Heavy Volumes in one Direction TC-8 Traffic Control on a 4 Lane Road Closing Curb Lane TC-11 Traffic Control on a 5 Lane Road for Two Way Traffic TC-12 Traffic Control on a 5 Lane Road Closing the Inside Lane B OXCULV ERTSINSTALLATION June 12, 1996 r J V .Z p C, L D r - u O LLJ� = I C Z > >to C C U LJ ~ w �... _ Ca J • QF =C J WC w <, u W aLj In I N > JO > W CCO W C ` Q Yc0U JLj C UC OaN NZ > < -,Z C > < ►- w z F C~ Vl CIA ~ RUC O S V O J iU \033 �T v Jno r-C W <--� wJy�pZ z LO ZCC W In C - o(w,n2WU < OUN I x 00W 0 CCZ Ofn W<d w UW < �O? c0< O CtZ Z > W Ei< \O Q C QUJ ) Cui 0 WW u0min U:2 0 C Ww - :zZ < oF2w > m CYN < Z N C Z0W U w - z Li xzz Z 1> OJC u W C Noz En m0J UQCL Z CL z � z O >U < z <C<X LW , n tD F- w �W r` C C 1G C C - = CZ w 3 < c C_ C < W_ L; Z -= w > C > = - - OC - r cT > 3L In cn Q Z W C w, Z z < Ln Z >Z W Li C� W uz OZ < p 1/ I N17t .S � I < Li C — 5— OC Z Gw Z'= U I :C H 1 C C V7 -�— c �- uz w Ut_ 1 - [I [I N cn - <-; , - C < C zxc U C < ^Z >- zM. c < � 3 z 3 C o W C OtjC O W C -r v-zj p } >3 r-'- In LJ I Ww � o 3 <z = '... C w Z O> Z 1 Y j m J O C 5< C Z mWr- �. U � z c Z <JX o � 3�cC,^ < Scm Li ::t- z� < C in \ JCC N> 3_ = <C� '- w I\ -_' w to=C �- -C: C Z�.. U U Q > zo r\ C Z L- C. ~ < 3CL � SCC ?CyE= O O WW Q C C<<W CiO� CE�Cr- -Or= U i-- U~ z WCWY C U � � 3a C�U<j }c3� r L'Nu z O WCJ w i0 V• Z } (n W - , I Z "I C 6- W< C U=►- < rW w x wm'v < - r`G C. � < 7 E-<C WC tL ZNNw NC r F- ' \C Wt0 - E. C Li>- 1 g�ocn mac: �' �N C LL, C. <cm 3 I Lj — - T Zi cli w Crittr Llt1J EIf '_ir11 W ENGINEERING DEP.-\R T%1-N T � # STANDARD FIRE O o �I ~ HYDRANT ,.... OES�Cr+ED -.V• ��Cc �,c•,� ISTANDARD ORAwM _�.iy )/J19_ 2 OETAIL - CHECxco �"' WIY _ TYPICAL 2" HIGH BLACK STENCIL MARKINGS ON THIS FACE ONLY. HOMERIGHT PAINT. SIZE OF VALVE St �p5t• •IpR�tE ` .�' GF ppI RE TOP • ,f 15EPI� p0, p� GP KPoc IT DISTANCE rf 1 TO VALVEwl I i p'�' All OR ELGWIOF= `ter- tip'' Q1 USE -GV' FOR GATE VALVEOR "EV' FC= EU i T ERFLY VALVE i! I 1�J• "EO" CR E'—OWOF= ASSEMELY wi (!situ of THE FOG TiTE INC. VALVE Ghr TME: NT MARKER FCST WITH THE "WATER" vt� ENGtiEERING DEPARTME LEGEND IS THE PRE—APPROVED PRODUCT. R POST ALL O T HE�S REQUIRE THE WRITTEN , VALVE MAR K E APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION. ISTANDARD Cl'SICNED SCxE 1-�' ow,wN ._.—,4 OATC �'yi77 --- DETAIL CNECKco— jI � y — U Ln Z w Zcr -L)f-3 N w U_ Y> N N W w 0 crx UN W pNrn W" ��m 0'-0 w � W UQ V) LLJ Npw¢a Ad =w z MLdwli Z Z Q a F- 3 rnl�n F-� o oo LLj < wJO U > 0 �ZW � UZ ¢Uz [r0 W� J V)m CA EC �QN wwF- aw 3o za ,�Ln zU_w 3N11 trove ov' or. p¢ O``a J J W U— _1N3W3S`d3 oLnw 0 ow �c ¢J raN 210 �1d3d02id cr o -1 Ln o� w� �o o> =Nc~n wO z ¢ cn w a.0 Ln U :20ck: z my cii o0 oz WQ. ¢w U Iwo �o w W U NU UO U- F-U Ln �ww F U Uw F O >z0 0 ->> aoz g vi ¢�i w� wow woo 3 z mw^ Ey ¢N� o0p z v,rn N� NNU ►.. N O �N d O� <U zQW °°� Z �'r g 4w its ZOO w�w >� 0 w a o¢ � �FU-0 DU3 Jam. o a_ �. Q~ a z LU W Li p YOa ONE �¢-� za?!i� a �Z N `Z d g¢ NW J QT } c¢i~i 3 o gY o- wz aoQ �-om ZN oLU O..: 0 w Ll w o a— O w vi z p w N I cz a w0`o 0a: 0 �.. vl N ?��' r` ww LZU�w I o3Ow N F-a w—OU L- Z J T �a c-ccnW-5; ~o W o0 wY C�wOLn0 o¢13 w<w zip 'se W,mU ?oo� F-0-c- tnUW I I W}}JNQN ;��m DGw JJ F--F--W3ClI C7n-N J MNH w� U d wWO ... cz w Z-jwwa OUa-0 zm-j .� cno g0 YN O=¢ a Z I ctfO O -j O 9of0,0 / L~j7n0: Z¢ Z w m O c.._.cn o w ,��a "Z/L Ol I vv]iUlu U pr LJ o / FV ZwNQ w ON Ol 6 N �LJC wo a oF- I rw-O Gi wvCL4- =in o Ww� w¢ x vU vrn U 00 CV Z O La.l -a.w ¢J N Cr ¢F- w x0 Li�vo, a N¢ \a� a< N3� mNc-� N zN O= p HU N m2 w v7 Z ~ Q~� �Z W� I W~Q�I' \00 Z p_ �U �m �¢pz vLUQ W F-W mYu_j --"�"-- CL r7 =z �3 w0 ZwQ zoo o � .00LLJC J LFi-; W �W vU mLLJ i F-Y �(� OAF- Qw� 3 YW ..�WW Z WU Wz �L., Ud0 L'i U WUNp QpN d0J Q �� Op�LU.JU �a Fw-a- mLgc �-Ua m '-L¢nuw•LLailvwi ¢3 mo QttY �ttl� of ient ENGINEERING DEPARTMENT SERVICE CONNECTION Z I PLASTIC do COPPER 1" SERVICE DEsED sME Naar STAN DAR D M L''L _ C1 EGxED �Ml- DATE �''�---� DETAIL Ln N APPROVED -- - ....� FILE NO. — — N U r LOCKING TOP — VQ—1 Z1X Q ;�lo TOP SECTION— OLYMPIC VB-045D/T n II II EXTENSION °0 II AS NEEDED 0 . II Il � II N II w BASE SECTION: c:: I I OLYMPIC FOUNDRY jj VB1C OR PRE— APPROVED EQUAL. l� ! 2" SCUAR- G=E=cATING • NU� �I i I• 1 —RCCK GUARD. VI G ;/c' CIA. MiN. T-:CX VALVE BOX WITH OPERATING NUT EXTENDER %T W ----- IF LENGTH IS 5' OR 3/�' GALVANIZED�I GREATER, ADD ST=__ TUBING SECOND ROCK GUARD ' NOTES: 1. EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS T E`'�SET SCR — " MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 3/5 --I 2. EXTENSIONS SHALL BE A MINIMUM OF ONE (1) FOOT LONG. OPERATING NUT EXTENDER 3. EXTENSIONS SHALL BE SIZED AS NOTED. AND FAINTED WITH TWO (2.) COATS OF METAL PAINT. Q;ttr Lrihj of itr11t �I ENG;r EEK!NG CE?a--`•IE�T s. EXTENSIONS ARE MANUFACTURED OR AVAILABLE FROM °)H.D. FOWLER OR -PACIFIC WATERWORKS. .� VALVE B 0 X & O P E RAT I N c_ 5. USE OLYMPIC #VB—0450%T TOP SECTION r NUT EXTENDER #VB1C BOTTOM SECTION OR PRE-APPROVED EQUAL. �������� ;�„� _y,..,: ISTANDARD COVER TO BE TAPPED WITH 2 STAINLESS _ c�aw� —_ `A:c ,,,,,,; -- ID—TAIL _ 3/8.. c„rcKtc�_ — m N.C. ALLEN HEAD CAP SCREWS. _f? 2"x3/8" LETTERS ON 8 WEBS 1/2" THICK COVER-"SEWER", "STORM" OR "WATER". NON-SKID PATTERN TO BE CAST INTEGRAL ON TOP OF COVER. 1" CORE- . iqP� Q U�e • 1 HOLE o °o°7 ) A �o°a°oao°u°o� A B B 000 000J a00 �g-1-- U� Ds0o0o0a0a ��u= 0==0 1 o=o=aa� �- LOCKING DEVICES FOR COVER MAY BE USED PROVIDING DETAILS HERE ARE NOT CHANGED HEAVY RINGS - (9" DEPTH) USE WHERE r 3/8" PORTLAND CEMENT CONC. PAVMT. IS 2„ - BEING PLACED TO THICKNESS GREATER �- THAN 6" T I LIGHT RINGS - (6" DEPTH)-USE WHERE _. 1"-� I PAVMT. THICKNESS IS 6" OR LESS . l --� �—2 1/2" 1 } 25' I " I \—MACHINED SEAT 26 3/8 SECTION A-A I zs " CAST IRON NON-LOCKING COVER I 24 IiI MIN. WEIGHT - 150 LBS. i HEAVY RINGS=9" 5" " LIGHT RINGS=6 I NOTES: 1. CAST IRON TO CONFORM TO SPEC. �— ASTM - 159-55, ALLOY #111 RATING H-20. 3/4" J 1 1/4" 2. SEAT OF COVER & FRAME MACHINED. 3. NON-ROCKING FIT FOR MANHOLE COVERS. 5, 23 3/4" 1 I ' 4. BREAK ALL SHARP CORNERS WHERE POSSIBLE. 33 3/4" �- 5. CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. SECTION B—B 6. CASTING TO 8E SMOOTH, TRUE TO PATTERN, CAST IRON FRAME MINIMUM WEIGHT - 207 LBS. FREE FROM BLOWHOLES, POROSITY, HARD SPOTS, SHRINK HOLES, WARP, OR ANY OTHER DEFECTS -WHICH COULD IMPAIR SERVICEABILITY. tTljp (r:itg of ilRrnt y ENG:NEERING DEPARTMENT 7. CASTINGS SHALL BE COATED AS DIRECTED BY THE ENGINEER. STANDARD 24" MANHOLE 8. OLYMPIC FOUNDRY PART NO. MH 30. MAY FRAME AND -COVER SUBSTITUTE OLYMPIC FOUNDRY PART NO. OESICNEO scxE �nN� STANDARD 5920, TYPE "C" LID WITH 1-1" DRILL ORXvm " HOLE OR EQUIVALENT. CMEcxEo IDETAIL APPROVED FILE NO. KING COUNTY Effective 03-02-96 v�..�+t*,e*wtir*w,tw*y.w�w�t�.www*r**,k«***,k*,.«,yr,►**+.+r*w«*«.**,v**w*wwww**,e*w*w,rxw*x*ww,r,e,r*,r**.w*,►�****,rws..*w,e«w,.+..,.*,r.. (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code a.. DECK ENGINEER/DECK WINCHES(POWER) S22.12 S6.81 IN SD 8L DERRICK,BUILDING $22.56 $6.81 IN 5D 8L DOZERS,D-9&UNDER $21.76 $6.81 IN 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $21.76 $6.81 IN 5D 8L DRILLING MACHINE $22.12 $6.81 1N 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $19.66 $6.81 IN 5D 8L .. EQUIPMENT SERVICE ENGINEER(OILER) $21.76 $6.81 IN 5D 8L FINISHING MACHINE/CURB EXTRUDER $22.12 $6.81 IN 5D 8L FORK LIFTS,(3000 LBS AND OVER) $21.76 $6.81 IN 5D 8L FORK LIFTS,(UNDER 3000 LBS) $19.66 $6.81 IN 5D 8L GRADE ENGINEER $21.76 $6.81 IN 5D 8L GRADECHECKER AND STAKEMAN $19.66 $6.81 IN 5D 8L HOISTS,AIR TUGGERS $21.76 $6.81 IN 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $19.66 $6.81 IN 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $21.76 $6.81 IN SD 8L LOADERS,OVERHEAD(UNDER 6 YD) $22.12 $6.81 IN 50 8L ... LOADERS,OVERHEAD(6 YD UP TO 8 YD) $22.56 $6.81 IN 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $23.06 $6.81 IN 5D 8L LOCOMOTIVES,ALL $22.12 $6.81 IN 5D 8L MECHANICS,ALL(WELDERS) $22.12 $6.81 IN 5D 8L v.. MIXERS,ASPHALT PLANT $22.12 $6.81 IN SD 8L MOTOR PATROL GRADER(FINISHING) $22.12 $6.81 IN 5D 8L MOTOR PATROL GRACER(NON-FINISHING) $21.76 $6.81 1N 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD S22.56 $6.81 IN 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $19.66 $6.81 IN 5D 8L OPERATOR PAVEMENT BREAKER $19.66 $6.81 IN 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $22.12 $6.81 IN 5D 8L PLANT OILER(ASPHALT CRUSHER) $21.76 $6.81 IN 5D 8L POSTHOLE DIGGER,MECHANICAL S19.66 $6.81 IN 5D 8L POWER PLANT $19.66 $6.81 IN 5D 8L PUMPS,WATER $19.66 $6.81 IN 5D 8L QUAD 9,D-10,AND HD-41 $22.56 $6.81 IN 5D 8L ••• REMOTE CONTROL OPERATOR $22.56 $6.81 IN 5D 8L ROLLAGON $22.56 $6.81 IN 50 8L ROLLER,OTHER THAN PLANT ROAD MIX $19.66 $6.81 IN 5D 8L w.. ROLLERS,PLANTMIX OR MULTILIFT MATERIALS(COMPOSITION $21.76 $6.81 IN 5D 8L MATERIALS) ROTO-MILL,ROTO-GRINDER $22.12 $6.81 1N 50 8L SAWS,CONCRETE $21.76 $6.81 1N 5D 8L SCRAPERS,CONCRETE AND CARRY ALL $21.76 $6.81 IN 5D 8L SCRAPERS,SELF-PROPELLED(UNDER 45 YD) $22.12 $6.81 IN 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $22.56 $6.81 IN 5D 8L SCREED MAN $22.12 $6.81 IN 50 8L SHOTCRETE GUNITE $19.66 $6.81 IN 5D 8L SHOVELS,(3 YD&UNDER) S22.12 $6.81 IN 5D 8L SHOVELS,(OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D 8L SHOVELS,(6 YD AND OVER WITH ATTACHMENTS) $23.06 $6.81 IN 5D 8L SLIPFORM PAVERS S22.56 $6.81 IN 50 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $21.76 $6.81 IN 5D 8L SUBGRADE TRIMMER $22.12 $6.81 IN 5D 8L Page 6 KING COUNTY Effective 03-02-96 wwwwxwxwwxxxxxx+rwwwwxwwxxwwwxwxwwwwxwwwxwwxwxxxxxwwxxxwwwwwwwwxxwwwwxwxwxxxxxwwirwwwwwxwwwxwwxwxxwwxxxxxxwwxxwxxxw (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code WELDER S15.48 $0.00 1 MODULAR BUILDINGS CABINET ASSEMBLY $10.23 $1.33 1 $10.23 $1.33 1 ELECTRICIAN EQUIPMENT MAINTENANCE $10.23 $1.33 1 PLUMBER $10.23 $1.33 1 PRODUCTION WORKER $7.93 $1.33 1 TOOL MAINTENANCE $10.23 $1.33 1 UTILITY PERSON S10.23 $1.33 1 WELDER $10.23 $1.33 1 _. PAINTERS JOURNEY LEVEL 519.71 $3.44 2B SA PLASTERERS JOURNEY LEVEL 521.69 $7.25 1 R SA PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL S8.42 $0.00 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.20 $9.21 1 B SA POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS(OILERS) $19.66 $6.81 1 N SD 8L BACKHOES, (75 HP&UNDER) S21.76 $6.81 IN 5D 8L BACKHOES, (OVER 75 HP) $22.12 $6.81 IN 5D 8L BACKHOES, (3 YD&UNDER) S22.12 $6.81 IN 5D 8L BACKHOES, (OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D 8L BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) S23.06 $6.81 IN 5D 8L BATCH PLANT OPERATOR,CONCRETE S22.12 $6.81 IN 5D 8L BELT LOADERS(ELEVATING TYPE) $21.76 $6.81 IN 50 8L BOBCAT $19.66 $6.81 IN 50 8L BROOMS $19.66 $6.81 IN 5D 8L BUMP CUTTER $22.12 $6.81 IN 5D 8L CABLEWAYS $22.56 $6.81 IN 5D 8L CHIPPER $22.12 $6.81 IN 5D 8L COMPRESSORS S19.66 $6.81 1 N 5D. 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $22.12 $6.81 IN 5D 8L -- CONCRETE PUMPS S21.76 $6.81 IN 50 8L CONVEYORS $21.76 $6.81 IN 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $21.76 $6.81 IN 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $22.12 $6.81 1 N 5D 8L CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB S22.56 $6.81 IN 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $23.06 $6.81 IN 5D 8L WITH ATTACHMENTS) CRANES,200 TONS&OVER,OR 250 FT OF BOOM(INCLUDING JIB WITH S23.56 $6.81 1 N SD 8L ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $ $6.81 1 N 5D 8L CRANES,A-FRAME,OVER 10 TON $2211..776 6 $6.81 1 N SD 8L CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $22.12 $6.81 1 N 50 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $22.56 $6.81 IN 50 8L _ CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $23.06 $6.81 1 N 5D 81. CRANES,TOWER CRANE $23.06 $6.81 1 N 50 8L CRUSHERS $22.12 $6.81 IN SD 8L Page 5 -- KING COUNTY Effective 03-02-96 wwrwwwwwww�rwwwwwwwwwwwwwwww,►wwwwwwwwwrrwwwww+.rwrwwwwwwwwrrrrrrwwwrwwwwrrrwwwwrwwwrwwwrrwwwmwwwwwrwwrwrrwrxwwrwr ... (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code GABION BASKET BUILDER $19.51 $4.65 1 M 5D GENERAL LABORER S19.51 $4.65 1M 50 GRADE CHECKER&TRANSIT MAN $19.99 $4.65 1M 5D GRINDERS $19.51 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVEL A S20.35 $4.65 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $19.99 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVELS C&D $19.51 $4.65 1M 5D HIGH SCALER $19.99 $4.65 1M 5D HOD CARR IER/MORTAR MAN $19.99 $4.65 1M 5D JACKHAMMER S19.99 $4.65 1M 5D MINER $20.35 S4.65 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $19.99 $4.65 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER S19.99 $4.65 1M 50 PILOT CAR $14.83 $4.65 1M 5D PIPE RELINER(NOT INSERT TYPE) S19.99 $4.65 1 M 5D PIPELAYER&CAULKER $19.99 S4.65 1 M 50 POT TENDER $19.51 $4.65 1M 5D POWDERMAN $20.35 $4.65 1M 5D POWDERMAN HELPER $19.51 $4.65 1M 50 RAILROAD SPIKE PULLER(POWER) $19.99 $4.65 1M 51D RE-TIMBERMAN $20.35 $4.65 1 M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) S19.99 S4.65 1M 5D SPREADER(CONCRETE) S19.99 $4.65 1M 5D STAKE HOPPER $19.51 $4.65 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS S19.99 $4.65 1 M 5D TAMPER(MULTIPLE&SELF PROPELLED) S19.99 $4.65 1M 50 TOOLROOM MAN(AT JOB SITE) S19.51 $4.65 1 M 50 TOPMAN,TAILMAN S19.51 S4.65 1M 5D TRACK LINER(POWER) $19.99 $4.65 1M 50 TUGGER OPERATOR $19.51 $4.65 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) S19.51 $4.65 1M 5D VIBRATOR $19.99 $4.65 1 M 50 WELL-POINT MAN $19.99 $4.65 1M 50 LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $19.51 $4.65 1M 5D PIPE LAYER $19.99 $4.65 1M 5D LANDSCAPE CONSTRUCTION r+ IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 $0.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 $0.00 1 LANDSCAPING OR PLANTING LABORERS $8.42 $0.00 1 LATHERS �... JOURNEY LEVEL $22.28 $5.81 1.1 SA MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 $0.00 1 METAL FABRICATION(IN SHOP) FITTER $15.86 $0.00 1 LABORER $9.78 $0.00 1 MACHINE OPERATOR $13.04 $0.00 1 PAINTER $11.10 $0.00 1 Page 4 KING COUNTY _.. Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code FENCE ERECTORS FENCE ERECTOR $13.80 S0.00 1 FENCE LABORER $11.60 $0.00 1 FLAGGERS JOURNEY LEVEL $14.83 $4.65 1 M 5D GLAZIERS JOURNEY LEVEL $22.70 S4.61 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $25.18 $4.69 1 F 6R HEATING EQUIPMENT MECHANICS MECHANIC $16.04 S2.41 1 J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $12.86 $2.79 1 INDUSTRIAL POWER VACUUM CLEANER ~� JOURNEY LEVEL $7.90 S1.17 1 INLAND BOATMEN DECKHAND S15.19 S2.96 1K 5D -• ENGINEER-DECKHAND $16.81 $2.96 1 K SD OPERATOR $17.59 $2.96 1 K 5D INSPECTION,CLEANING,SEALING OF SEWER&WATER SYSTEMS �.. CLEANER OPERATOR,FOAMER OPERATOR $8.25 $1.48 1 GROUT TRUCK OPERATOR $9.50 $1.98 1 HEAD OPERATOR $10.50 IS2.28 1 TECHNICIAN $6.25 $0.00 1 `� TV TRUCK OPERATOR $8.75 $1.78 1 INSULATION APPLICATORS JOURNEY LEVEL $16.58 $0.00 1 -- IRONWORKERS JOURNEY LEVEL $20.50 $9.32 is 5A LABORERS ASPHALT RAKER $19.99 $4.65 1M 5D BALLAST REGULATOR MACHINE $19.51 $4.65 1M 5D BATCH WEIGHMAN $14.83 $4.65 1 M 5D CARPENTERTENDER $19.51 $4.65 1M 5D CASSION WORKER $20.35 $4.65 1 M 5D CEMENT DUMPER/PAVING $19.99 $4.55 1M 5D CEMENT FINISHER TENDER $19.51 $4.65 1M 50 .. CHIPPING GUN $19.51 $4.65 1M 5D CHUCKTENDER $19.51 $4.65 1M 5D CLEAN-UP LABORER $19.51 $4.65 1 M 5D CONCRETE FORM STRIPPER $19.51 $4.65 1M SD CONCRETE SAW OPERATOR $19.99 $4.65 1 M 5D CRUSHER FEEDER $14.83 $4.65 1M 5D CURING CONCRETE $19.51 $4.65 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $19.51 $4.65 1M 5D DIVER $20.35 $4.65 1 M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND,AIR TRAC) $19.99 $4.65 1M 5D EPDXY TECHNICIAN $19.51 $4.65 1M 5D FALLERIBUCKER,CHAIN SAW $19.99 $4.65 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $12.51 $4.65 1M 5D construction debris cleanup) Page 3 -- KING COUNTY Effective 03-02-96 wwaawaawwraawwawawwaawawwawwawwwawwwaaa+'wwwwaarwwwwawai.wwaawwwawwwaawwawawwwawwwawwawawarwaraawwwwwwwww*wwrarwrwr �.. (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note __,,:,lassification Rate Benefits Code Code Code ASSISTANT MATE(DECKHAND) $21.07 $6.81 IN 5D 8L BOATMEN $21.50 $6.81 1N 5D 8L .. CRANEMAN $21.55 $6.81 1 N 50 8L ENGINEER WELDER $21.55 $6.81 1 N 5D 8L LEVERMAN,HYDRAULIC $21.93 $6.81 IN SD 8L MAINTENANCE $21.07 $6.81 1N 5D 8L MATES $21.50 $6.81 IN 5D 8L OILER $21.15 $6.81 1 N 5D 8L DRYWALL TAPERS JOURNEY LEVEL $22.45 $5.21 11 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $8.00 $1.37 1J SA ELECTRICIANS-INSIDE CABLE SPLICER $26.74 $7.61 1J 6H CABLE SPLICER(TUNNEL) S29.41 S7.67 1J 6H CERTIFIED WELDER $25.53 $7.57 1J 6H CONSTRUCTION STOCK PERSON $13.37 $4.61 1 J 6H JOURNEY LEVEL $24.31 $7.53 11 6H JOURNEY LEVEL(TUNNEL) $26.74 $7.61 1J 6H `ELECTRICIANS-MOTOR SHOP CRAFTSMAN $13.95 $1.42 2A 6C JOURNEY LEVEL $13.29 $1.40 2A 6C .ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $26.37 $6.17 4A 5A BE CERTIFIED LINE WELDER $23.81 $6.08 4A 5A BE GROUNDPERSON $16.89 $4.84 4A 5A BE w. HEAD GROUNDPERSON $17.97 $4.88 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $23.81 $6.08 4A 5A 8E JACKHAMMER OPERATOR $17.97 $4.88 4A 5A BE JOURNEY LEVEL LINEPERSON $23.81 $6.08 4A 5A BE LINE EQUIPMENT OPERATOR $20.54 $4.97 4A 5A BE POLE SPRAYER $23.81 $6.08 4A SA 8E POWDERPERSON $17.97 $4.88 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 $0.00 1 ELEVATOR CONSTRUCTORS r.. CONSTRUCTOR 517.87 $7.65 4A 61 MECHANIC $25.53 $8.30 4A 61 MECHANIC IN CHARGE $28.72 $8.57 4A 61 PROBATIONARY CONSTRUCTOR $12.77 $0.32 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.10 $0.00 1 ... ALL OTHER CONCRETE PRODUCTS-Clean-up $13.70 $2.73 is 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $14.45 $2.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Rebar $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour S13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $13.70 $2.73 18 6S Page 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over .. Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL S19.51 $4.65 1M 5D BOILERMAKERS JOURNEY LEVEL $23.57 $8.76 1 R 5N BRICKLAYERS&MARBLE MASONS JOURNEY LEVEL S23.09 S5.38 1 R 5A CABINETMAKERS(IN SHOP) JOURNEY LEVEL S11.71 $0.00 1 CARPENTERS ACOUSTICAL WORKER $22.28 $5.81 1M 5D CARPENTER $22.12 S5.81 1M 5D -- CREOSOTED MATERIAL S22.22 $5.81 1M 5D DRYWALL APPLICATOR S22.12 $5.81 1 M 5D FLOOR FINISHER S22.25 S5.81 1M 5D FLOOR LAYER S22.25 S5.81 1 M 5D _ FLOOR SANDER $22.25 $5.81 1M 5D MILLWRIGHT AND MACHINE ERECTORS S23.12 $5.81 1M 5D PILEDRIVER $22.12 S5.81 1M 5D SAWFILER S22.25 $5.81 1M 5D SHINGLER S22.25 $5.81 1M 5D STATIONARY POWER SAW OPERATOR S22.25 $5.81 1M 5D STATIONARY WOODWORKING TOOLS 522.25 $5.81 1M SD CEMENT MASONS CEMENT MASON S21.59 S7.27 IN 6E CONCRETE SAW S21.84 S7.27 IN 6E CURB&GUTTER,SIDEWALKS $21.59 $7.27 IN 6E CURING $21.59 $7.27 IN 6E FINISH COLORED CONCRETE S21.84 $7.27 1N 6E GUNITE NOZZLE PERSON S21.84 $7.27 IN 6E MASTIC, EPDXY, PLASTIC $21.84 S7.27 1N 6E PATCHING&PAVING $21.59 S7.27 IN 6E POWER TOOLS&GRINDERS $21.84 S7.27 IN 6E SANDBLASTING $21.84 $7.27 1N 6E SEALING COMPOUND $21.59 S7.27 1N 6E TROWEL MACHINE ON COLORED SLABS,COMPOSITION OR KALMAN S23.09 $7.27 IN 6E FLOORS TROWELING MACHINE,CURB&GUTTER MACHINE,SCREED& $21.84 $7.27 IN 6E RODDING MACHINE TUNNEL WORKERS S21.84 $7.27 IN 6E UNDERLAYMENT $21.84 $7.27 IN 6E DIVERS&TENDERS DIVER $54.19 S5.81 iM 5D 8A DIVER TENDER S24.11 $5.81 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $21.50 $6.81 IN 5D 8L Pagel V PREVAILING WA A RATES B OXCULVERTSIN STALLATI ON June 12, 1996 THIS HYDRALTLTG PROJECT APPROVAL (HPA1 T4 TO BE AVATT,AALE T T+i1T T/1[7LT1 ON THE JOB SITE AT_ALL .TIMES IQ TLTT TT 1TTTT� a V �DFpATOR PERFORMING ��"10RK-.- -• THE PERSON(S) TO WHOM THIS HYDRAULIC PROJECT APPROVAL IS ISSUED MAY BE HELD LIABLE FOR OCOMPLY WITHOSS OR GTHEO FISH LIFE OR FISH HABITAT PROVISIONS OF THIS HYDRAULICHICH PROJECTULTS FROM FAILURE T APPROVAL. FAILURE TO COMPLY WITH THE PROVISIONS OF THIS HYDRAULIC PROJECT APPROVAL - COULD RESULT IN A CIVIL PENALTY OF UP TO ONE OR CHARGE, POSSIBLY PUNISHABLE BYRED OLLARS PER D AY OR A GROSS AND OR IMPRISONMENT. MISDEMEANOR C P ALL HYDRAULIC PROJECT APPROVALS ISSUED PURSUANT TO RCW 75. 20. 100 ARE A~ SUBJECT TO ADDITIONAL RESTRICTIONS, CONDITIONS, OR REVOCATION IF THE DEPARTMENT OF FISH AND WILDLIFE DETERMINES THAT NEW BIOLOGICAL OR PHYSICAL yy INFORMATION INDICATES THE NEED FOR SUCH ACTION. THE PERMITTEE HAS THE RIGHT PURSUANT TO CHAPTER 34 . 04 RCW TO APPEAL SUCH DECISIONS. ALL HYDRAULIC PROJECT APPROVALS ISSUED PURSUANT TO RCW 75. 20. 103 MAY BE MODIFIED BY THE DEPARTMENT OF FISH AND WILDLIFE DUE TO CHANGED CONDITIONS _. AFTER CONSULTATION WITH THE PERMITTEE: PROVIDED HOWEVER, THAT SUCH MODIFICATIONS SHALL BE SUBJECT TO APPEAL TO THE HYDRAULIC APPEALS BOARD ESTABLISHED IN RCW 75. 20. 130. ONLY TO THE THIS HYRES ULIC CODE PROJECT 75. 20) . ADDITIONALAL SAUTHORIZATION PROVISIONS FISHERIRI FROM OTHER PUBLIC AGENCIES MAY BE NECESSARY FOR THIS PROJECT. APPEALS - GENERAL INFORMATION ~^ IF YOU WISH TO APPEAL DENIAL OR CONDITIONS OF AN HPA, - THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS: AN INFORMAL APPEAL (WAC 220-110-340) CONSISTS OF CONTACTING THE AREA HABITAT BIOLOGIST AND DISCUSSING YOUR CONCERNS. MOST PROBLEMS ARE RESOLVED AT THIS LEVEL, BUT IF NOT, YOU MAY r. ELEVATE YOUR CONCERNS TO HIS OR HER SUPERVISOR. IF YOU ARE NOT SATISFIED, SUBMIT A WRITTEN REQUEST FOR AN INFORMAL REVIEW TO THE DEPARTMENT OF FISH AND WILDLIFE, 600 CAPITOL WAY NORTH MS-3155, OLYMPIA, WASHINGTON 98501-1091) WITHIN 30-DAYS. THE 30-DAYS MAY BE STAYED BY THE DEPARTMENT IF NEGOTIATIONS ARE OCCURRING BETWEEN THE AGGRIEVED PARTY AND THE HABITAT .- BIOLOGIST AND/OR SUPERVISOR. THE REGULATORY SERVICES DIVISION MANAGER OR HIS/HER DESIGNEE ARE REVIEW THE RESULMTSSNOFATHISISION TO INFORMALTHE DIRER OR APPEAL, TAOFORMALIAPPEEALDMAYGBEE YOUR FILED_ B. FORMAL APPEALS: 1) FOR ALL CIVIL PENALTY APPEALS AND FOR OTHER EPA APPEALS WHICH ARE NOT ASSOCIATED WITH IRRIGATION OR STOCK-WATERING DIVERSION, A WRITTEN APPEAL REQUEST MUST BE FILED WITH THE DEPARTMENT OF FISH AND WILDLIFE WITHIN 30-DAYS OF THE DEPARTMENT ACTION THAT IS BEING CHALLENGED (WAC 220-110-350) . THE 30-DAYS IS SUSPENDED DURING CONSIDERATION OF A TIMELY INFORMAL APPEAL. 2) FOR APPEALS OF DENIAL OR CONDITIONS OF AN HPA ASSOCIATED WITH IRRIGATION OR STOCK-WATERING-- DIVERSIONS OTHER THAN CIVIL PENALTY APPEALS, A WRITTEN APPEAL REQUEST MUST BE FILED WITH THE HYDRAULIC APPEALS BOARD PER WAC 259-04 . THE MAILING ADDRESS OF THE APPEALS BOARD I ENVIRONMENTAL HEARINGS OFFICE, BUILDING TWO - ROWE SIX, LACEY, WASHINGTON 98504; TELEPHONE 206/459-6327. 3) FAILURE TO APPEAL WITHIN 30 DAYS OF THE DATE OF ACTION YOU ARE APPEALING RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. HYDRAULIC PROJECT - �- APPROVAL �:n. . R.C.W. 7 5 . 20 . 100 DEPARTMENT OF FISHERIES % ., General Administration Bldg. R.C.W. 75 .20 . 103 olympia, Washington 98504 0—_ August 8 , 1995 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer t this date in all correspondence) PAGE I OF PAGES 10 LAST NAME 18 CONTACT PHONE(S) 1 CONTROL NUMBER City of Kent (206) 859-3383 00-A3194-01 12 WATE �WRIA 09 . 0028 Mill Creek (Kent) 21. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. �. 22 . Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sedimentse sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. 23 . Fresh concrete or concrete by-products shall not be allowed to enter the stream at any time during this project. All forms used for concrete shall be completely sealed to prevent the possibility of fresh concrete from getting into the stream. 24 . A low flow channel shall be excavated in the streambed gravel that is placed in the culvert. 25 . The fish habitat log structures shall be of fir or cedar or other approved coniferous species. 26. The fish habitat structures shall be placed so that they are within the low flow channel . 27 . Fish habitat components such as to s, and stumps, are required as part of the this project to mitigage project impacts. These fish habitat components shall be installed to withstand 100-year peak flows. LOCATION: Novak Ln. and Central Ave. (two box culverts) and S . 228th St. N. of SR 167 and entrance to Fisher Industrial Park on S . 228th St. cg w. REV 10/16/88 W.. HYDRAULIC PROJECT _!• ' APPROVAL DEPARTMENT OF FISHERIES R.C.W. 75 .20 . 100 General Administration Bldg. R.C.W. 7 5 .2 0 . 10 3 ' Olympia, Washington 98504 August 8 , 1995 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer this date in all correspondence) PAGE '30F 4— PAGES 10 LAST NAME —CONTACT PHONE(S) 31 CONTROL NUMBER City of Kent (206) 859-3383 00-A3194-01 12 WATE �WRIA Mill Creek (Kent) 09 . 0028 16. The culvert facility shall be maintained by the owners) er RCW 75 . 20. 060 to ensure continued, unimpeded fish passage. I the structure becomes a hindrance to fish passage, the owner(s) shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be. that of the owner(s) . 17 . Wastewater from project activities and dewatering shall be routed j to an area outside the OHWL to allow removal of fine sediment and .other contaminants prior to being discharged to state waters. 18 . Disturbance of the streambed and banks shall be limited to that necessar to place the culvert and any retired channel modification associated with it. Affected streambed and bank areas outside the culvert and associated fill shall be restored to pre-project configuration following installation of the culvert. Within one (1) year of project completion, the banks shall be reve etated with native or other appproved woody species. Vegetative cuttings shall be planted at a maximum interval of three (3) feet (on center) and maintained as necessary for three (3) years to ensure 80 percent survival . 19 . Erosion control methods shall be used to prevent siltation from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material , and/or immediate mulching of exposed areas. I 20 . All waste material such as construction debris silt, excess dirt or overburden resultin from this project shalt be deposited above the limits of flood wa er in an approved upland disposal site. i I REV 10/16/88 HYDRAULIC PROJECT APPROVAL DEPARTMENT OF FISHERIES R.C.W. 75 . 20 . 100 General Administration Bldg. R.C.W. 75 . 20. 103 Olympia, Washington 98504 August 8 , 1995 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer this date in all correspondence) PAGE 2 OF PAGES 10 LAST NAME 18 CONTACT PHONE(S) 1 CONTROL NUMBER City of Kent (206) 859-3383 00-A3194-01 12 WATE q�WRIA Mill Creek (Kent) 09 . 0028 5 . A sandbag revetment or similar device shall be installed at the by-pass inlet to divert the entire flow through the by-pass. ll be at the 6 . downstbreamrendtofntherby-passrtoevice preventabackwater installed from entering the work area. �.. 7 . The by-pass shall be of sufficient size to pass all flows and debris for the duration of the project. 8 . Prior to releasing the water flow to the project area, all bank protection or armoring shall be completed. 9 . Upon completion of the project all material used in the temporary by-pass shall be removed from the site and the site returned to pre-project or improved conditions. 10. The permittee shall capture and safely move game and food fish and other fish life from the job site. The permittee shall have fish capture and transportation equipment read and on the job site. Captured fish shall be immediately and saTely transferred to free- flowin water downstream of the project site. The ermittee may requeN WDFW assist in capturin and safely moving Mh life from the job site to free-flowing wNer, and assistance may be granted if personnel are available. 11 . The culvert shall be installed and maintained to ensure unimpeded fish passage. 12 . The culvert width at the streambed shall be equal to or greater than the average width of the streambed. 13 . The culvert shall be installed to maintain structural integrity to �.. the 100-year peak flow with consideration of the debris likely to be encountered. 14 . Fill associated with the culvert installation shall be protected from erosion to the 100-year peak flow. 15 . The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project. REV 10/16/88 HYDRAULIC PROJECT - APPROVAL R.C.W. 7$ . 2 O . 10 O DEPARTMENT OF FISHERIES �i •. General Administration Bldg. R.C.W. 75 . 2 0. 103 Olympia, Washington 98504 F41 August 8 , 1995 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer to this date in all correspondence) PAGE 1 OF 4 PAGES 10 LAST NAME FIRST 18 CONTACT PHONE(S) CONTROL NUMBER City of Kent (206) 859-3383 1 00-A3194-01 19 STREET OR RURAL ROUTE ff] ® a] WRIA 220 4th Ave S, ATTN: Ken Langholz 09 . 0028 CITY STATE ZIP 14 17 Kent WA 98032-5895 ATER TRIBUTARY TO . 11� TYPE OF PROJ CT Mill Creek (Kent) Green River Culver#Replacement 13 DUARTER SECTION TOWNSHIP RANGE(E-W) COUNTY SECTION 13 22N 04E King (Box) ————————————————————————————— —————————— 7 1THIS PROJECT MAY BEGIN 6 AND MUST BE COMPLETED BY TIME LIMITATIONS: I[] Immediately October 15, 1998 THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING THE WORK. SEE IMPORTANT GENERAL PROVISIONS ON REVERSE SIDE OF APPROVAL 1. NOTIFICATION REQUIREMENT: The �ermittee or contractor shall notify the Area Habitat Biologist (AHB listed below, b fax at (206) 339-1066 or mail, of the projec start date. Notification shall be received b the AHB at least three (3) working days prior to the start of construction activities . The notification shall include the permittee' s name, project location, starting date for work, and the control number for this Hydraulic Project Approval (HPA) . 2 . ADDITIONAL TIMING LIMITATIONS : This HPA is valid for a three (3) year period ending October 15 , 1998 which includes timing for revegetation per Provision 18 . Work below the ordinary higqh water line (OHWL) shall only occur between June 15 and October 15 of C calendar years 1995 through 1998 . 3 . Work shall be accomplished per plans and specifications entitled "Mill Creek Box Culverts" and dated July 13 , 1995, submitted to the Washington Department of Fish and Wildlife (WDFW) except as modified by this HPA. In addition, the cityshall submit a land- scae plan and plan showinq the locations or pp habitat components at the outlet of the S . 228th St. culvert and the stream section . between Novak Street and North Central Ave. as specified in a letter dated July 25 , 1995 from Tom Tazuma desiggn engineer. These Tans reflect design criteria per Chapter 220-110 WAG. A copy of hese plans shall be available on site during construction. 4 . A temporary by-pass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. A culvert pipe shall be the approved by-pass method. SEPA: DNS, City of Kent, June 1995 I REGIONAL HABITAT MANAGER - Philip Schneider, (206) 775-1311 ex. 107 PATROL - Boone 030 [ P2 ] APPLICANT - WILDLIFE - READER - PATROL - HAB. MGR. - WRIA DEPARTMENT OF FISHERIES �� �� IRECTOR HYDRAULIC PROJECT APPROVAL BOXCUL VERTSIN STALLATION June 12, 1996 END ICONSTRUCTION 620-2 I woRlt , AR[A I ° Q °nc a ° w4—s(R) O ID ° L I ° I IIOOr �. IOQQ 500, W 13-1 I I r0 LEfi IANE 1000, CLOSED AHEAD I I a 500, I I to IOOd I + I i ROAD CONSTRUCTION GENERAL NOTES I I AHEAD W20-1 MINIMUM TAPER LENGTH ILI IN FEET Zoned Spmd(mph) 2S 30 35 40 4S 50 55 10 105 150 20S 270 450 $00 550 /1 115 165 22S 29S 49S S50 60S - 1,2 12S 160 245 320 540 600 660 LEGEND J G O a CHANNELIZING DEVICE[ Ths madmmn tDodM botwo d---- WN dw;cM 28,IN ME10KT In a toper OmmW be noRAy Rqud in Mrt to 04"-W 000 SEQUENTIAL ARR0W SIGN rmi% the maa:num opodrq brtw— dh.rrlisin6 dwiea rwd to Rrp.rato"Wiie d+euW be 2 twr a the ' speed"t FIaMn6.emin6 14hto and/or Rep mwf be—d to .Rattontlonlo,the"dy--kgeiva. ENGINEERING DEPARTMENT TRAFFIC CONTROL ON A 5 AS alpn plecomeni di W406 Oro=. ' LANE ROAD CLOSING THE IN:51DE I ANE F ALL SIGNS R[►L[CTORIZID - - [APPROVED ESIGP410 SC^tE-(QI1(FHECKED_ DATI FILE NO. - Ct17-i%.ii+r i KUKER-RANKEN INC.1107350 W20-1 ROAD CONSTRUCTION AHEAD WI3—I � ' CDMSTRUCTIDN Sato-2 0 M.P.H. �0 '.. 0 W20-5(R) Q RIGHT TWO LANES 0CLOSED \ AHEAD O OD OO I `"" W4-2L 000 2r 0 O TEMPORARY ARROWS 0 O 00 040 0 L o 0 00 iot WORK A EA IO omw W6-3 ENO /�� O W6-3 0 G20-2 COMSTRUCTION mw a ER LENGTH(L)(FT) ED SPEED MPH O 0 5 40 45 O 0 �. 270 550 025 295 49 550605 O W4-2(R) O4. 6 660 00 THE MAXIMUM SPACING BETWEEN CHANNELIZING DEVICES IN A .., 'TAPER SHOULD BE NEARLY EQUAL I I LEFT LANE IN FEET TO THE SPEED LIMIT; CLOSED THE MAXIMUM SPACING BETWEEN AHEAD CHANNELIZING DEVICES USED TO -0-- SEPARATE TRAFFIC SHOULD BE W13-1 2 TIMES THE SPEED LIMIT. st IFLASHING WARNING LIGHTS AND/CR I FLAGS MAY BE USED TO CALL ATTENTION TO THE EARLY ROAD WARNING SIGNS. n CONSTRUCTION ALL SIGN PLACEMENT DISTANCES I I AHEAD ARE a. W20-1 ALL SIGNS REFLECTORIZED. - "�' TYPE 11 BARRICADES/FLASHING LIGHTS ENGINEERING DEPARTMENT WHEN USED TRAFFIC CONTROL ON A 5 LEGEND Cam¢ LAMS LANE ROAD FOR TWO WAY ... O O O CHANNELIZING DEVICES C.LOSQO _ 28 INCHES IN HEIGHT DESIGNED SCALE NONE AF1arA0 am SEQUENTIAL ARROW SIGN DRAWN - - CHECKED DATE APPROVED FILEHO "� KUKER-RANKEN INC./107350 GENERAL NOTES T MINIMUM TAPER LENGTH ILI IN FEET Posted Speed(mph) 25 30 35 40 4S 50 55 S 10 105 ISO 205 270 450 500 550 t W20-1 * END o 11 115 165 225 295 ±9S55,0 N5G20-2ROAD CONSTRUCTION 512 125 1n0 245 320 6W CONSTRUCTION r AHEAD - / The muirrwm spacing between d+anneliairp de�iots T I - In a taper should be nearly equal in feet to the speed I limits the maximum spacing between rhannalizing devices used to separate traffic should be 2 times the ' speed limit I I- For long term projects.conflicting pavement makkps I no longer applicable shall be removed or obliterated as soon as proctleable.Temporary markings shall Ibe used as necessary. Exposed ends of concrete barriers must be main- talned outside the clear a*"and adequately flared! I or tilted with knpact attenuators. Flare famula- 55 MPH-----12-1 - SOMPH-.--11.1 I 40MPH----9,1 The advance warning sign series WZO-I,W20-5(R) and W4-2(1.)maybe repeated in madien whers sut- If dent width exists. Steady burning warning lights(TYPE C.MLITCD) should be used to mark cAamelzing devices at night Ias needed. 0 ALL SIGNS REFLECTORIZED IO All sign placement distances are a W4-2(L) I CONSTRUCTION � I - G20-2 W20-5(R) RIGHT LANE I I CLOSED AHEAD ROAD WZO-I CONSTRUCTION AHEAD TYPICAL APPLICATION OF TRAFFIC CONTROL AND PROTECTION USING A PORTABLE BARRIER AROUND A WORK AREA. LEGEND ■ ■ ■ CHANNELIZING DEVICES t �,� 28" IN HEIGHT C971Y ©� GJ�T5AtFs ENGINEERING DEPARTMENT TRAFFIC CONTROL ON A 4 LANE OLO sEGueNTIAL ARRow SIGN ROAD CLOSING CURB - - LANE CRASH CUSHION DESIGNED - SCALE - DRAWN _ CHECKED DATE TYPE II BARRICADES WITH FLASHERS A.PROVED FILE NO TC- 1 g KUKER-RANKEN INC.1107350 err I .. GIs � � •* ROAD W20;' - T I CONSTRUCTION —� I AHEAD ' .. LEFT LANE I CLOSED -s— 00'' W2o-Stu AHEAD 5 I I o I 0 W4-2(R) O C p w se o O O CONSTRUCT{OM p I p L O O G20-2 O O •gyp seer WORK IREA O F s+s,r � • � I �. END CONSTRUCTION O OQpQ O I 0 L y1 0 �+++ GENERAL NOTES I I 5D0'- A buffer apace may be used between the work area i W I- wo 4(L) and adjacent channalizinq devices. 1 I ` ROAD This application may be used during peak traffic CONSTRUCTION peiods. Lane distribution may be reversed (signing AHEAD ' changed accordingly)when peak traffic flow changes_ I a * I '*' i W 20-1 direction. All sign placement distOnces are = Other curve or turn warning signs may be substi- tuted for sign WI-4(L)to depict roadway align- mant as appropriate. r� MINIMUM TAPER LENGTH(L)IN FEET wsvr Posted Speed Imph) 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 LEGEND t w.. 11 115 165 225 295 495 550 605 p p p CHANNELIZING DEVICES 3 12 125 1B0 245 320 540 600 660 000 SEOUENTIAL ARROW SIGN J The maximum spodM between dunrelizing OBLITERATED MARKINGS vv.. in a taper should be nearly equal in fast to the speed (3so Notes) _ limit, the maximum spacing betweende^nelizinil devices used to separate traffic should be 2 times the ' speed limit. ENGINEERING OEPARTMENT Ise For long prm prejeele,conflicting pavement mark- ings no longer applicable shall be removed or ob- TRAFFIC CONTROL ON A 4 LANE Oferated as soon as practicable. Temporary mark- ROAD WITH HEAVY VOLUMES Ingo,Including dlrsetlonol pavement arrows,%hall _. I N ONE DIRECTION be used as necessary.Where Ions changes are re- strteUd,was channetlzhtg devices to supp14ment DESIGNED - SCALE _the t4nperary lone line. for short term projects,- we4 ehonaeRling devices to delineate odlaesnl CHECKED_.__-- DAft Irof fie lanes. - ArraO�Eo _ -r; „ TILE No Tc t7 w.. KUKER•RANKEN INC./107350 - END n CCNSTRUCiIUN ) coo-2 I �I r Q r w .I Q � ry Y r 0 I■ I� r It `r' r 495' r ■ ( 650' EFT>D / CLOSED' LI7 X AH 11300' I n 2600' _ RUAD lr WORK AHEAD�. TRAFFIC CONTROL PLAN APPROVAL DATE: BY: _ NOTES SIGN SPACING = X 61INi%IU61 TAPER LENG_H_ URBAN ARTERIALS 40/55 MPH 500',/— POSTED SPEED (M 1. FLOOD LIGHTS SHALL BE PROVIDED TO MARK FLAGGER STATIONS AT NIGHT AS NEEDED. 15 5 .5 �0 e5 50 `5- URBAN STREETS RESIDENTIAL & 25/75 MPH 25D'+/— =�10 iC5 I_D 205 2. PROHIBIT TURNS AS NECESSARY FOR TRAFFIC CONDITIONS BUSINESS DISTRICT$ p I1 115 lti5 225 295 495 5_..t5:51 I �iv12 125 1B0 245 TICI5a0 FCC'G6.^i I 3. IF ENTIRE WORK AREA 15 VISIBLE FROM ONE STATION, ONE FtAGGER MAY BE USED. 4. STEADY BURNING WARNING LIGHTS (TYPE C. MUTCD) SHOULD BE USED TO MARK CHANNELIZING LEGEND DEVICES AT NIGHT AS NEEDED. 0000 CHANNELIZING DEVICES SEQUENTIAL ARRO-A S:G;% (2B' H. TRAFFIC CONES) 5. FLASHING WARNING LIGHT (TYPE A. MUTCD) SHOULD BE USED TO MARK BARRICADE AT NIGHT. FLAGGER TYPE-I BA.4RICACE S. CHANNELIZING DEVICES ARE TO BE EXTENDED TO A POINT WHERE THEY ARE VISIBLE TO { - APPROACHING TRAFFIC. Q 11 F L(1 J Q 1 r E"I P It i 7. ONLY TYPE II BARRICADES SHALL BE USED. _ ENGINEERING DEPARTMENT j e. SIGN SEQUENCE IS THE SAME FOR BOTHE DIRECTIONS OF TRAVEL. 9, ALL SIGNS REFLECTORIZED. INSIDE LANE Cl-0 `i P-\r.- 10. FLASIIING WARNING LIGHIS AND OR FLAGS MAY BE USED 10 CALL AFIENIION TO TIIE ON J I /� /.-,•. LAN E [R SAD EARLY WARNING SIGNS. I� /� T 11, THE MAXIMUM SPACING BETWEEN CHANNELIZING DEVICES IN A TAPER SHOULD BE NEARLY EQUAL - ----• IN FEET LO THE SPEED LIMIT; THE MAXIMUM SPACING BETWEEN CHANNELIZING DEVICES USED DATE - t TO SEPARATE TRAFFIC SHOULD-BE 2 TIMES-HIE SPEED uMI T. __! APPROVED FILE NO._ — �. CENTRAL AVE. CLOSED AT NOVAK LANE BUSINESSES OPEN -- 60" DETAIL WARNING SIGN ENGINEERING DEPARTMENT WARNING SIGN BOX CULVERT NO. 4 �-- INSTAI LAION DESIGNED FW - -- SCAti NONE DRAW N _ CHECKED Ow1E 7-i3-9S Yrr+" - A/►ROvtO --4 iI FILE NO KUKER-RANKEN iNCJ 160557 S. 212TH ST. I r 167 cr} S. 218TH ST. o � J r.. J W /0 ROAD CLOSED AHEAD CENTRAL A VE. r CLOSED A T NO VAK LN. I BUSINESSES OPEN S. 224TH (SEE SIGN DETAIL r _ Q DETOUR AHEAD I TYPEIIZ O ® 5 2 M4-9L LEFT r O © © M4-9R RIGHT S. 228TH ST,— S. 228TH ST. © © 07 M4-9 4 Q ® Nor USED �V, '© WI rH WSDO r APPROVAL -� NOVAK - r 4 `N JP � DWORK AREA ROAD CL OSURE.' 0 FRI.-6.•00 PM TO MON.-5.•00 AM Y > w �11 I F 167 = -i GEORGE ' ST. r a � I z cro Z w '. JAMES ST. © U Q I © z o 7 M'IM ENGINEERING DEPARTMENT DETOUR PLAN FOR BOX CUL VER r NO. 4 INS TAL LAT/ON OES*m(D SUIE DRAWN CHECKED oArE - w►►tOvED r� FILE NO KUKER-RANKEN INC./ 160557 S. 212TH ST. r. 167 S. 218TH ST. /O ROAD CL OSO AHEAD ... 2Q NOT USED Wt® Y` O 3O DETOUR AHEAD viLi TYPE / Q �.Q 50 M4-91- LE-Fr ti ®x © Li © M4-9R RIGHT �. WORK N G 70 M4-9 N = AREA © S. 224 TH CL OSED - co co USE DETOUR 1•- S. 228TH ST.�-... S. 228TH ST. 0© �P -kZ< NOVAK LN. ,Q. 1 ROAD CL OSURE.' FRI-6.'00 PM TO w W MON.-5.'00 AM 167 Q Q v� OPEN DURING THE WEEK z �. JAMES ST. 5 © © v z ENGINEERING OEPARTMENT DETOUR PLAN FOR - BOX CUL VER T NO. 2 INS TA L A TION _ OESIGNIO SCALE DRAW N CHECKED OATS AI►ROVED FILE NO. C.- 9 .� KUKER-RAMKEN INC.i Teoss�r - - N _' m LL. CL ~ ry�DIno4. .l gosn to �003 .rap I noWc a I cpsn to SOD3 .r N _ • o • r O y o ` i I Q .. I C AQ F ry `pF• ■C it Y e .. .l -% �N •% yyN ..g � o;g f + a 5� .'n•.a ° O V , r C N O V r � � V 7P L�T•O EYo •V1 t O zl Zq$ c V ° a c v P O C�- 3 • v� r „9 „Z r N r d e d f to •u O C"""" F C S 7Q� in y N V G l o • 0 0 C p „9 0 u `c y o $ s " u N � M• o e u ^ r,= m ... o c T o cr V) ti m W F—W — �U _ WF— B4 Z �U � w j--( ZW �T� _ z Zo a pJ Z w U 00 L j Yr J Z m 1-- Z QO _ Z�- F- d z a V 4 .1Z ;� W O Z En =Z N L) Wm E a O w cLLJ U ,n m U n o Z� I O w �a =5 e Of z ZV 4-1 Jm � n Yo W � o n$ o i �LW' V V �W wu _ lUJ �W c U WZ E v7 JW _ UD . 0 m=E Z �W �• ZQ : to �..Z OOU 9 Wcp > W OL 9 W� � C UU v .,9 ' 0 0 � o a N _ a`O 1 u N 'n in J O O N i err Z NIW Sl l j \ n p O O . Z m Z m —T wM 0 :ti a C W c 9 1.9 E Cuj C —T u m o W U v � �O O W OE ZU c1 I � O Yr N LLJ W _ \ W O m I N Z OU }— n umm m w I W at w v ..9 ' $ w m CL c c n U c E o u _ _ b i o _ L`s= f�{ cr cr • • i 2 i� 2 li �l !--. r.� 'i.ol .L < 3 vt W a : v1 a I1..OltS= Z N �� • • < = s`2 • �i'!��� �O. O C 3I .•. W t�� U • may` W W '•• %II ! W �^ • • N� C m _ A 2HL.> mom_.s i. o• f ? 2/1 0 y r` 13 I Z � • .i t•{ .LI s r •!� < > •� •ii IN MJ I N; W t' 0 � l• > LLEI•;.' I .... W 1 / p • ��1��1 Y• � — s Nam.!-. O J Z.fy z .2/� • 1�,. � a II •_ z r •ul I x 6 r �- IJ t Z Z Y —� N N ► UL � t z V ��2_�i—� f G S• •• • W I0IWO40.2/1 b� ^ [7•� 2N Z .... - •y.c ® V n• Z O;c : O•+ V • 1 • { III I : lV! � ! U Z �.� V i � Z N ••1•.w•IIY•�:Y�1• m1•���111.1•Q \ _ _ •11...11/Y Y.I�Y•1•��• •IYI.•:_. 3N X cli �. LLJ z Oz , s Az co mm � � U W i \� +rr OW U a 1� a U' F- ,E Q zm o> HF .. _jIn m 1 i 41JO3 PaQJMS PWl l� 41A3 vpaC misipufl cc o+a l a 712 cy m d m U p 9 c 9A O> �i c al � i� to UNl.. to coi O N ' V1 m Z� N . fC'Jl / U o co j - D - aciU ~ `ate L� d V �17 Qom zo N c p N C awr CL �. Zaaj Taal O Cm ataJ�uo�u, i-0 O O Lo 0 0 0 0 O O J1 v1'n alaJJUO] �u N N Q N N N N r'1 M Q 0 Q Q P1 Q SPOb j°41dad spoa jo 4loa 3 (Z)spoa alb m :�f sakiDul I;.m a (V)SPOH AX-A 6 pJalawO!p ^���r p� yO Jalawad C p — n nQ��OmNQ laaj NfDN°1�11 d10•-N�1'f.- �n�ll�fl.-01Om�i Y� m°� %n aQno jO aP'S N N N N N(h N f'f Q!'1IQ tI7 Q�!I l0 Q'Z c0 M X y a4��jp aP�S .. m• ,A pp m 6U���018 DUo' 6Ji�D018 �UO� n���n�,p n O N tD N n N �N m P�V m rn 'I , liI �Q 1011 ��jooN aD �� —INQ . Qnnm�R�N�NP1=rn �� yolln�looN NQ im v _ r o? saaJ6ao ,n TN CO SaaJ6aQ �N O?N O N N ^T N 0 N ^N 0 `- L m> PUae(O>UaA Q ~ > puag p�1Jan N -N N N N N N O �+ =? iscR Q Q o- � p cQ isd o�R L aJfTSsaid lsal �S c7S �5 N C1.1 o cti a u�ssa y tsal c�v N,2G sa4x�1-Jalawp!d v io m N `R cQ N woN azi5 acid Q m m N�IcQi!N w°N 4ZIS ad'd wl' p�S d� t Il�.�l� lh1 2� � � � •• , Z•�VG � 1�1� 1 6 4 2ea Clb� I � I i �lYt V{�•Z�C.� �V• 1� _..r/.' ,�� �r '/''uI � �i.l•/.ism• ...-• i.y„Y•I Z`r.1 'T`it�lC�'sL eF •.r a y .. ENGINEEPING CEDD.a TMENT TtZ t•!CH 4- tv 6o} lvu 1 T� CS-- REV: 8-20-92 BY CLUR CX'D : OMJ ••"='tom �_cr;Gt.w ...«� •It •r, Cv � 42'(TYP.) - - TRAFFIC DIRECTION Wr f--I---3.(TYP.)0 0 0 0 0 0 0 0 0 o D 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I I0 0 0 o a o 0 0 0 0 0 0 0 0 o a a o 0 0 0 a o 0 0 0 VARIES 300'MAX. 5' 12, a 0 0 0 0 a 0 0 0 0 a 0 0-0 0{ 0 0 0 0 0 0 O O O O O O O O O O O O O O a 0 0 0 0 0 O O 00, O O o 0 0 0 0 0 a 0 0 0 O-f0 O O O O O O O O O O O O O _ L 4' CAP TYPE 2YY TYPE 1 YELLOW TRAFFIC DIRECTION TYPE "A" 42'(TYP.) TRAFFIC DIRECTION t-�--J(TYP.) 0 0 0 0 0 0 0 0 0 o D o 0 0 0 0 0 0 o a o o o o o a o o o o o o 0 0 0 0 0 00 0 0 0 0 o D o 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 O� 0 0 0 0 0 0 0 0 0 0 0 0 0 D o 0 0 0 0 0 0 0 0 0 0 0 o a 0 o a D o a o 0 0 0 0 0 0 0 0 0 0 0-4 ..+ � 4 GAP TYPE 2YY TYPE 1 YELLOW TRAFFIC DIRECTION TYPE "B" TRAFFIC DIRECTION TRAFFIC DIRECTION 21'IYP. t J'(TYP.) a00000 oD000 000 Doo 0 0 0 0 00o0 O0o000 07 o0 0000 88 8888 $ 8888888888888-'--NoGAP TYPE 2YY TYDPE 1 YELLOW 4� CAP TYPE 1 WHITE � TRAFFIC DIRECTION TYPE "C" TYPE "D" TRAFFIC DIRECTION t-i---3'(TYP.) 0 ..r TYPE 2W TYPE 1 WHITE - TRAFFIC DIRECTION 4" WHITE THERMOPLASTIC PAINT TYPE "E" TYPE TRAFFIC OIRECTICN 12, 30'(TYP.) 42'(TYP.) i 1 3'(TYP.) m-3.(TYP) O O O O O a o o 0 0 0 fa o a 0 O � 0 o 0 0 0 D O 0 O 0 0 `�TYPE 2YY TYPE 1 YELLOW TYPE 2W TYPE 1 MITE DIRECTION TYPE "G" TYPE "H" TRAFFIC.DIRECTION r.r Qlle (4ittj of tent T~ 3'(TYP•) ENGINEERING DEPARTMENT. 88%88888888888888888--NO GAP TYPICAL LANE MARKING_ .... �TYPE 1 WHITE - DETAILS (R.P.M.) TRAFFIC DIRECTION THIC_ " „ DRAWN FVv STANDARD TYPE - I _ SSE ~nN� ... CHECXEO GATE Sid 1�9s DETAIL APPROVED - FILE NO. - 96' I J I 2"x4" BRACE 36 ± (3 PLACES) rI CI — � ------------- ------3-1— --------- -------- 3 1/2„ PROJECT - 4" I I I I11I I11 — IIIII I1III y JIIIIIII IIIIIIII — 1 .1. /2" PARDON OUR NAME 4" PROGRE5 ' 1 1/2" ---------- -- --------------1 k—— — , -------------- 1 00 I I CnO lII I I 1" 1/2„L KENT bBLIC WORKS DEPT. 3 -- ENG'11NEERING DIVISION i i 7 3" i -T I I I I 6 1/2" II II II CON, TRACTOR'S NAME 3" ~----------------------1 F---GPubT-RA£TGR-------------i ----------------t ------------------- 7 I —,�- 2 1/2" CENTER ALL COPY HERE GRADE F 2' (TYP.) NOT =STS OR 1. BACKGROUND COLOR IS WHITE. 4"x6" POSTS (TYP.) 2. CARTOON FIGURE IS ELACK. I 3. PROJECT NAME IS BLACK. 4. "KENT PUBLIC WORKS DEPT." & "ENGINEERING DIVISION" IS RED. 5. "PARDON OUR PROGRESS" IS RED. 6. "CONTRACTOR" & THE CONTRACTOR'S NAME ARE BLACK. 7. THE CITY OF KENT DECAL IS PROVIDED BY THE CITY. Q;4r CRity of L rnt 8. 4" LETTERS ARE 1/2" WIDE: 3" LETTERS �.�) ENGINEERING DEPARTMENT ARE 3/8" WIDE: 1' LETTERS ARE 1/8" WIDE. : 9. HORIZONTAL 2"x4' FIR BRACES ARE REQUIRED +� ' PROJECT SIGNS r AT TOP, MIDDLE. AND BCTTCM OF SIGN FOR -ATTACHMENT TO 4"x4" OR 4"x6" POSTS AS OESICNED C:t —= STANDARD ORAwN _u 1 SLE —\�\e' NECESSARY. CATE : DETAIL CI+ECxCO —_ _ APPROVED NO. 10' MIN. OR 15' MAX. I I 5' I 5' I 5 EXPANSION JOINT SCORE MARK (TYP.) �qS A (TYP.) SEE DETAIL A SEE DETAIL "B" CURB & I GUTTER 10' MIN. OR 15' MAX. I _L T , L .. `3/8"x4" EXPANNSION JOINT L-4' SCORE MARK 4 (10' MIN. OR 15' MAX. O.C.) MATERIAL SEE NOTE 1. (5' O.C.) SEE NOTE 2. DETAIL "A' DETAIL "8" EXPANSION JOINT SCORE MARK EXPANSION MATERIAL SEE NOTE 1. SIDEWALK DRIVEWAY 4" _ 4 I 6" THICK CONC. APRON & GUT i ER " 3/8"x4" EXPANSION MATERIAL. FOR RESIDENTIAL DRIVEWAY. SEE NOTE 1. 8" THICK CONC. APRON & GUTTER FOR COMMERCIAL DRIVEWAY. DRIVEWAY CROSS SECTION CURB. GUTTER & SIDEWALK ._ CROSS SECTION NOTES 1. EXPANSION JOINT MATERIAL TO BE 3/8" THICK AND SHALL BE PLACED AT 10' MIN. OR 15' MAXIMUM . SPACING. ELASTOMERIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO SECTION. 9-04.1 (4) OF THE WSOOT STANDARD SPECIFICATIONS. 2. SCORE MARKS SHALL BE _+ 1/8" WIDE BY 1/4" DEEP IZ4r 0TRU of +!.grnf AT 5' SPACING. ENGINEERING DEPARTMENT 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & EXPANSION JOINTS .� GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB AND SCORE MARKS RETURNS AND ALL ANGLE POINTS. CESiCNEQ S S TAN DAR D GLE yt yr 4. FORM & SUS-GRADE INSPECTION REOUIRED BEFORE °mfwHaaj +ai2/9Z POURING CONCRETE. cN RCVCDATE DETAIL " �Fva0vE0 FLEE NO. o w J > c DJQ 3m a _ w zU ZO 3 w a t- �•:o:• a = w J w _o m F - w c m I U ZZ p Z J tn W X Z p c (n w p O c U 3 = N _ Z Q Z CJ w V) Z U O Z m M I Ctl cn Lli Z .':o•' '° d W w i Q 3 m z_ w w wt LI J ' z Z w U t w ,a; O w O _0 Q Q N U • L REV: II-13 92 BY CNR Cx'O BY:CMJ E�+G�+E_p+N3 Ca9S.7TMEN7 ' HANDRAIL INSTALLATION AND REPAIR DETAILS - i ce:cHlo ,c.Lc-14-0l1E_ I STAN CARD _ o.rt 3�23Lfl5 I DETAIL I•— _� c.t o f 6-I •T•-...f Sr S_ I O d- 2s��� MIN. FssG,f,�-9 c�. -9 t ,�IN. I I 4" CLEAR (TYP.) I 2 — #4 BARS 1/2" MAX. (BEVEL 8" WHERE POSSIBLE) 2% MIN. A 1" CLEAR (TYP.) CRUSHED SURFACING TOP COURSE. 4" MIN. DEPTH j #4 BARS AT 12" EACH WAY SECTION A-A �,. NOTES: 1. DRIVEWAYS TO DEVELOPED LOTS SHALL NOT BE BLOCKED 5. TEXTURING IS TO BE DONE WITH AN FOR MORE THAN 4 HOURS. CONTRACTOR SHALL PROVIDE EXPANDED METAL GRATE PLACED AND REMOVED IMMEDIATE TEMPORARY ACCESS FOR DEVELOPED LOTS FROM WET CONCRETE TO LEAVE A DIAMOND WHEN SO DIRECTED BY THE ENGINEER. PATTERN AS SHOWN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE PERPENDICULAR TO 2. SIDEWALK GRADES SHALL BE ADJUSTED TO MATCH THE CURB. GROOVES SHALL BE 1/8" DEEP AND EXISTING GROUND OR DRIVEWAY WITHIN LIMITS SHOWN, 1/4" WIDE. WHEN SO DIRECTED BY THE ENGINEER. Q 4r XitV of iTarnt 3. DETAILS SHOWN ARE TYPICAL, THE ENGINEER RESERVES ENGINEERING DEPARTMENT THE RIGHT TO REVISE DETAILS TO BETTER MATCH FIELD EXIST. COMMERCIAL .. CONDITIONS. ot CEMENT CONCRETE 4. EXPANSION JOINTS SHALL BE PLACED AT 15' MAXIMUM DRIVEWAY APPROACH SPACING. ELASTOMERIC JOINT MATERIAL SHALL BE IN DESK"EO Kui suLE NdNf STANDARD CONFORMANCE TO SECTION 9-04.1 -(4)_ OF THE WSOOT DRAWN Io�z��» .. STANDARD SPECIFICATIONS. CHECXEO K14t DATE DETAIL APPROVEO - FILE NO. — C T_16 Oars c 7" ccn(crs bottom face with 1" \l:N cover lT^ \r 2" CLR I CI TYP y I� 2'MIN47 ' LMI _..,. 96" TOP SLAB TYPICAL ORIENTATION FOR ACCESS AND STEPS •5 Bars a 6" centers bottom face with 1" MIN cover I 1 12" MIN I 2" CLR ��I I I. --� •8 galvanized deformed rebcr TYP } M _- HANDHOLD —i 12" M:N n 120"1 -- �i�:t Co 12" M:N 72" TOP S'_A3 I idz 0 = _ II CATCH BASIN STEP DROP RUNG •4 Bars C o-" centers CAI CH BASIN STEP 4. cotter. fa - 2" CLR TYP •7 gatV a-aied -r sm00tr: steel 48" & 64" TOP SLAB 11 Y4" center to center 171 1 -1 �-- � 11(I 1" clearance •3 bar 08 galvanized deformed rebcr bar GRADE RING PREFABRICATED LADDER NOTES: iProprietary catch basin steps ore acceptable, provided the( they conform to Section R, ASTIA C 478 (AA5HTO M 199) end meet REV: 8-20-92 By-c.,a exo::ore.1 all VIISHA requirements. S 1 - EyGwf_pir�G QC oo�TbiEroT 2.Catch basin step legs shell be parallel or approximately radial SAFETY STEPS & TOP— at the option of the manufacturer, except that all steps_in any catch basin shall be similar. Penetration of outer wall by --�— '= SLAB FOR TYPE II & III CR a leg is prohibited; oe:-eHeo_ se.�e_117e DARD o......_ 3.Slcb opening may be 24" x 20" or 24" diameter. c�ec.ea o.0 KUKER•RANKEN INC./ 14a954 - `" ` ------FRAME AND GRATE OR RING AND COVER 1 (SEE STD. DETAIL 4-5. 4-6 & 4-6A) RISER OR ADJUSTMENT SECTION ... r 8•. co N I < I HANDHOLDS f FL.\T SLAB COVER 20 x24' OR _J J 24" DIAMETER / STEPS AND LADDER r. (SEE STD. DET. 5-9) 72" OR 96" / I <' I I S I •I i � i I I I I ` i I ! "R�.�-AS 1 ^n� WI I.. I`l_G�r+;. R.S_ ti1OR AR I I Z YY I j FILL=T-� i�i G:,AVEL E.=CKFiLL "C OR "!P= I E=00!NG. MIN. .S- AC TED ! •� C)N�. ... 72'0—a' =CR SE=AP.ATE CAST REINFCPCiNG STE=_ (FOP P==CAST I �.. IN PI�:CE ONLY ?ASE YJIT= IN T EGRA.L R!SE= C?JL") 0.24 SC. !N./F,. IN EACH' DIRECTION F0� 72" CIA - r = \ 0.29 SC. LN./F-i. IN EAC': DIRE_'TiON FCa 9^ D!A• S^PARAIE CAST- IN PLACE I -» O= SEPARATE PRECAST EASE FcEIUFG=CING STEEL (FGR SE�AP,.TE EASE GN ) "C" RING% 0.35 SO. IN./FT. IN EACH DIRECT!CN FOR a2 DIA 0.39 SQ. IN./F�i. IN E.AC DIRECT!CN FOR o DIA. ... DESIGN ASSUMPTIONS 2 SOIL E=ARING VALUE EQUALS 3300 rt/rT (MIN.) PRECAST BASE JOINT NOTES 1. CATCH EAS!NS TO BE CONSTRUCTED IN ACCORDANCE 4. ALL BASE REINFORCING STEEL SHALL HAVE A M.11N. Y!/ AS T M C 478 (AASHT0 M 199) 2c ASTM C 890 YIELD STRENGTH CF 60,000 PSI & SE PLACr� IN THE UPPER HALF OF THE EASE WITH 1" MIN. UNLESS OTHERWISE SHOWN ON PLANS OR NOTED C! EARANCE. IN THE STD. SPECS. 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH EASIN Lri7e (rit>� of +��ent. SHALL HAVE 6" MIN. CLEARANCE. NO STEPS ARE P,EQ'D ENGINEERING DEPARTMENT WHEN •B' IS 4' OR LESS. CATCH BASIN "+ 3. KNOCKOUT OR CUTOUT HOLE SIZE 15 EQUAL TO PIPE TYPE 11 7213 & 9 6" OUTER DIAM-ETER PLUS CATCH -EAS!N WALL THICKNESS. jSTANDARD MAX. HOLE SIZE IS 60" FOP, 72"' CATCH BASIN. Z 'a OESICNE7 ,C a FOR 95 CATCH BASIN. MIN. DISTANCE BETWEEN HOLES CPAv" CAM IDETAIL -_mCcAE. i -1 FRAME AND GRATE OR RING AND C-V--: „ (SEE STD. DETAIL 4-5. 4-6 & s" = RISER OR ADJUSTMENT SECTION N to HANDHOLDS FLAT SLAS COVER � I 20"x24" OR _ 24" DIAMETER—/ STEPS AND LADDER (SEE STD. DET. 5-9) 43" OR 54" j I ' cv I i ! MORTAR j z PRECAST =-'SE Y;ITH IVTEG.RF+_ R:_ T T T G=AVEL =_ACKFlLL FOR PIP DDiNG. MIN. CO!..PAC i- c .I �. DEPT:. FOR. P=ECAST _AS_S ONLY. FOR 'S ?ARATv rA5' \ REINFORCING S T E=L (FOR PRECA T C IN PL- � ONL• BASE WITH INTEGRAL RISER) 0.15 SO. !N./FT. IN EACH Di,-ACTION FOR 4 CIA S==ARATE CAST IN P_AC= �\ 0.19 SO.-IN./-i. IN EAC- DIr_-CTION FC.i 54" 0; SEPAP-IT: PREC:.S o:-.S_ "0" RING-7 1 R--_';N=OPCiNG STEEL (FOR SEPARATE BAS_ ONLY) % 0.23 SO. IN./FT. IN EACH DIRECTION FOR 4;;" DIA I 0.19 SO. IN./ri. IN EACH DIRECTION FOR 54" DIA. DEzS!GN ASSUMPTIONS PRECAST EASE JOINT SOIL FEARING VALUE EQUALS 3300 #/FT 2 (MIN.) NOTES: 1. CATCH BASINS TO BE CONSTRUCTED IN ACCORDANCE 4. ALL EASE REINFORCING STEEL SHALL HAVE A Mill. W/ ASTM C 473 (AASHTO M 199) & A.STM C 890 YIELD STRENGTH OF 60,000 PSI & EE PLACED ;N UNLESS OTHERWISE SHOWN ON PLANS OR NOTED THE UPPER HALF OF THE EASE WITH 1" MIN. IN THE STD. SPECS. CLEARANCE. 2. HANDHOLDS IN R!SER OR ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH BASiI`l E4P Till of Z_Rprit SHALL HAVE 6" MIN. CLEARANCE. NO STEPS ARE REO'D U_a ENGINEERING DEPARTM=`!T '1/HEN 'B' IS 4' GR LESS. CATCH BASIN 3. KNOCXOUT OR CUTOUT F!OLE SIZE IS EQUAL TO PIPE " OUTER DIAMETER PLUS CATCH BASIN WALL THICKNESS. = TYPE II 48 & 54 MAX. HOLE SIZ= IS 36" FOR 48" CATCH BASIN, 42" OESIONEo ISTANDARD FOR 54" CATCH EASIN PAIN. DISTANCE BETWEEN HOLES 0PAWN - -'• ;CA,E cNccxm !CATE 112'117 IDETAIL _ - APPROVCO_ _r-Sl�yyx If2C tic —+7—� — NO TES: w, CATCH BASINS TO BE CONSTRUCTED IN ACCORDANC, WITH ASTM C 478 (AASHTO M 199) 2 ASTM C 890 oQ D UNLESS OTHERWISE SHOWN ON PLANS OR NOTED ® IN THE STANDARD SPECIFICATIONS � AS AN ACCEPTABLE ALTERNATE TO REBAR, WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARr' INCHES PER FOOT MAY BE USED. WELDED WIRE CAST IRON FABRIC SHALL COMPLY TO ASTM A 497 (AASHTO M FRAME AND COVER 221). WIRE FABRIC SHALL NOT BE PLACED IN THE (SEE DETAIL 5—I) KNOCKOUTS. 6-, PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL 3A'` .gyp THICKNESS OF 2" MINIMUM. 6" RISER SECTION 6 6 (WEIGHT — 290 LBS) . I 12" RISER SECTION I (WEIGHT— 580 LBS) - k \ 3 Z 6 2 3� . � I 44 + PRECAST BASE � �_j�j J f i/ e,] j 5� + SECTION E'+G jp+EEaiNG OE PA i7 Tf/[!•+7 (WEIGHT- 2,170 LBS) _ CATCH BASIN TYPE I ce:c�eo_ Md___ 7S - STANDARD o• _�3.5-?_I DETAIL REY: a-23-9i er cvR cx'o:ou., - •••w.�o �� 1c— 1,1 —. —5_7__ 3/4" 0 ALUMINUM BAR (4) 1/4••x2"xT ALUMINUM STRIPS. BEND AND WELD TO FRAME. SPACE UNIFORMLY (2) 1/4"x3•• ALUM. STRIPS 1 ' t I CONC. PIPE (�c OR LARGER) \ o - - - - - - - - - - ' I :NG CR; L THROUGH CONC. _ y T RU—DOLT WITH 1/2" 3/4'• DIA.. S. STL. HEX BOLTS ALUM. BARS. WELD ENDS TO FRAME NOTES: 1. YIELD AT ALL JOINTS. 2. SHOP DRAWINGS REOUIRED. `( �t1e (Sity of ENGINEERING DEPARTMENT TRASH SCREEN ccsvNco SCALE �,�, (STANDARD WE 2/2./77 (DETAIL awl /CO •Doa.�iCO - 1FIIC NO ~tJ C `.r O C = lal G ►- G w W < J C W O V1 ?u U Ln O_ m� _,m Q < z w z < SW o I O< co co CON Lv 0zV) L C <W � z o= r- N s C _z U O _• = Z C I r C < C — —_� - - - - - - - X�< W. Z G < Z O U `� GL WO C�t/7 < � C W J CN CC Z G 3�= cU c�3 � Z < pZ 4 << ip CZZ CG U_^ C- Ln zc zoo WI o < uj 0 3 > N C� Op r- O to � Z (n 1r O w - Lnw0 <: Ln C� W Li <N G <Q Li�2 C � COZ C �tn 0z w W C J < 1r a0 C= WOJO N C C ©C u z J< Q~ W <C ©W WW C=C � C CC r-w W — 0 N V) �,,U O I �iTr C�;ity of +L2rttt . ul< Z C o z 0 ENGINEERING DEPAP.TMENT W� < Li '� PIPE GRATE < >o J` z0 COui L' CY ? w W WU CLL) CC- � C OCE7rarED :ALE I STANDARD z rj ,.y- �"` cMEo(Eo ic"'E :�:'�': DETAIL 8 WEBS 1/2" (TYP.) � � 1/4" 5„ r— 3/16" ----j f 1/2—SO. � ALTERNATE COVER SKID DESIGN _ i D ETAI i A SEE NOTE I. FOR 5/8"-11 N.C. x 1 1/4" 1 7/8" S.S. 1/2 HEX. HD. CAP SCREWS 1 7/YP. (3 REQUIRED) —� -TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION IL & TAP:S/8"-1 1 N.C. _..I ON 23 B.C. (TYP. 3 PL.) COVER DIA. - 25' 26 3 8" NOTE: FOR STORM SEWER APPLICATIONS 25 1 4" SAME FRAME do COVER BUT CHANGE THE 1" 24,. WORD "SEWER" TO "DRAIN" ON COVER CASTING. I ' TYP. NON—SKID PATTERN „�— LOCATIONS-SEEEXCEPT IN ENOTE 1.) 6 I , 1 1/2" CORE (TYP.) �- 3/4' CORE (TYP.) 3/4"J 1 1/4'• ON 23" B.C. ,l B 23 3 33 3/4 SECTION A ' .; `��� � � 2"x3/8" RAISED L i iERs 1" CORE— v., I ,.: CAST ON COVER. "DRAIN" 2.. HOLE ' "SEWER OR "WATER". ALTERNATE NON- 1" F-:-- SKID PATTERN. � I NON-SKID SEE NOTE i. PATTERN (TYP.) (3/8" DEPTH) -j— - I 5/8" 2" - 3/8"XS/16"NEOPRENE �- 1 MIN. GASKET (RECESSED) 1 3/8"J --� 1" MACHINED SEAT (TYP.)",,, 60 DUROMETER HARDNESS 2 1/2" RATING - H-20 25" APPROX. WEIGHT- FRAME - 229 LBS. COVER - 157 LBS. CAST IRON SECTION B-B NOTES: g4r ( i:tlg of +lerztt 1.THE ALTERNATE NON-SKID PAERN SHALL BE ENGINEERING DEPARTMENT TT UTILIZED WHEN THE COVER IS LOCATED IN THE 24"x6" LOCKING MANHOLE SIDEWALK. FRAME AND COVER 2.OLYMPIC FOUNDRY PART NO. MH 30D/T IS THE DESIGNED �F STANDARD PRE-APPROVED PRODUCT. ALL OTHER REQUIRE sctiE �--- DrUw" -zi,aie2 WRITTEN APPROVAL OF THE ENGINEER PRIOR TO GNEG%ED "� DATE (DETAIL INSTALLATION. APPROVED KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ... TRACTORS,(n HP& UNDER) $21.76 $6.81 IN 50 8L TRACTORS,(OVER 75 HP) $22.12 $6.81 IN 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $22.56 $6.81 IN 5D 8L TRENCHING MACHINES $21.76 S6.81 IN 50 8L ... TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $21.76 $6.81 IN 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $22.12 S6.81 IN 5D 8L WHEEL TRACTORS, FARMALL TYPE S19.66 $6.81 IN 5D 8L YO YO PAY DOZER $22.12 $6.81 IN 50 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) ,.. POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $20.10 $5.05 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR $19.12 $4.32 4A 5A SPRAY PERSON $18.79 $4.30 4A 5A TREE TRIMMER S17.35 $4.96 4A 5A TREE TRIMMER GROUNDPERSON/CHIPPER OPERATOR $12.17 S4.08 4A SA REFRIGERATION&AIR CONDITIONING MECHANICS " MECHANIC S26.57 $8.04 1A SA RESIDENTIAL CARPENTERS JOURNEY LEVEL S11.85 $3.50 1 r,. RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.15 S0.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 $0.00 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $11.87 $0.00 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $11.00 $2.96 1 RESIDENTIAL LABORERS JOURNEY LEVEL S7.96 $0.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.66 $0.00 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $17.00 $4.12 1 B 5A .. RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $18.68 $4.26 1 B 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $13.55 $2.70 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $19.89 $0.00 1 ... RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $15.37 $0.00 1 ROOFERS JOURNEY LEVEL $21.40 $4.90 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $24.40 $4.90 1 R 5A SHEET METAL WORKERS JOURNEY LEVEL $25.52 $7.24 1.1 5A SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $17.29 $2.00 1 STOCK PERSON $8.65 $1.74 1 w.. Page 7 KING COUNTY -- Effective 03-02-96 wrwwwwwwwwwwwwwwwwwwwwwwwwwwwwrrwwwwwrwrwwwwwrrrrwrwwrwwrwwrwrwrwwwwwrrwrrrrrwrrrwrrrrwrrrrrwwrrrrrwrrrrrrsrwrwrr (See Benefit Code Key) - Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code SIGN MAKERS 3 INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $15.63 $2.42 1 CONSTRUCTION"B" $7.91 $2.42 1 PRODUCTION SILK SCREENER $7.82 $2.42 1 SHOP PERSON $4.99 S2.42 1 SIGN HANGER $15.63 $2.42 1 SIGN PAINTER $18.39 $2.42 1 SILK SCREENER $12.16 $2.42 1 SOFT FLOOR LAYERS JOURNEY LEVEL $20.00 $4.61 1 B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $11.20 $1.24 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $25.00 S9.30 1 B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $10.50 S2.73 1 SURVEYORS CHAIN PERSON $9.35 $0.00 1 INSTRUMENT PERSON $11.40 S0.00 1 PARTY CHIEF $13.40 S0.00 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $18.06 S3.08 28 5A HOLE DIGGER/GROUND PERSON S8.83 S2.53 213 5A INSTALLER(REPAIRER) S17.20 $3.03 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $16.60 S3.00 2B 5A POLE SPRAYER S16.60 $3.00 2B 5A SPECIAL APPARATUS INSTALLER 1 $18.06 S3.08 2B 5A SPECIAL APPARATUS INSTALLER II S17.64 S3.06 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) S18.06 S3.08 29 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $16.60 S3.00 2B SA TELEVISION GROUND PERSON $8.24 S2.49 2B 5A TELEVISION LINEPERSON $11.90 $2.71 2B 5A TELEVISION SYSTEM TECHNICIAN S14.72 S2.88 26 5A TELEVISION TECHNICIAN S12.95 S2.78 28 5A TREE TRIMMER $16.60 $3.00 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL S22.27 $5.31 1R 5A TILE,MARBLE 8,TERRAZZO FINISHERS FINISHER S17.60 $5.06 1 R SA TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $18.33 $4.46 1K 5A TRUCK DRIVERS DUMP TRUCK S20.64 $6.28 1 M SD 8L DUMP TRUCK&TRAILER S21.22 $6.28 1 M 5D 8L OTHER TRUCKS $21.22 $6.28 1 M 5D 8L TRANSIT MIXER S26.46 $0.00 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 $0.00 1 OILER $9.45 $0.00 1 WELL DRILLER $11.60 S0.00 1 Page 8 BENEFIT CODE KEY EFFECTIVE 03-02-96 •rrraraaaaarrwaaarrrraar.ar.aaraawra•rasar.w........rar.....r.aras.......•......r.......►............................... OVERTIME CODES 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. 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. 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 r.. SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER aw. CONDITIONS OR EQUIPMENT BREAKDOWN) 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. .r. 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, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAAS -- DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. .� U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. 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. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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 HOLIDAYS SHALL BE• PAID AT ONE AND ONE-HALF TIMES'nic HOURLY RATE OF WAGF. BENEFIT CODE KEY - EFFECTIVE 03-02'96 Z 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. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. L. 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, IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN .- ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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). 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). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. AND CHRISTMAS DAY(6). r.. 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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). 2 BENEFIT CODE KEY EFFECTIVE 03-02 96 i. S. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY THANKSGIVING DAY,AND CHRISTMAS DAY(7). 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. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). i. A. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. W CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7). 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 YEAR'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 W.. CHRISTMAS DAY(9). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. VETERANS DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. ... THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY, WASHINGTON'S BIRTHDAY: MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY: AND CHRISTMAS DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING; DAY,THE FRIDAY.AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8) T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCL DAY. LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY.AND CHRISTMAS DAY(9). 3 BENEFIT CODE KEY EFFECTIVE 03-02-96 6 11 PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVP. DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY. CHRISTMAS DAY. IV" A FLOATING HOLIDAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVIN DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY. CHRISTMAS DAY. AND EMPLOY BIRTHDAY(9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY. MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, M MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY. CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(1 1). NOTE CODES' 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. 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'-S 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-S5.50 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 B. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. 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'-S 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. 1N ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL S1.00 PER HOUR 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 (S24.00)IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS- LEVEL A: S0.75. LEVEL B:$0.50, AND LEVEL C: S0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B. S1.00_ LEVELS C&D:$0.50. .� N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A: S1.00. LEVEL B S0.75,LEVEL C:$0.50. AND LEVEL D:S0.2: 4