Loading...
HomeMy WebLinkAboutPW06-242 - Original - DPK, Inc. - LID 360: SE 227th Place Sanitary Sewer - 12/04/2006 NT Records Mari- 9T �ement - KE Why„INGTON Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: DPK Inc. Contract Number: Pwcgt - a �� This is assigned by Mary Simmons Vendor Number: Project Name: LID 360: SE 227th Place Sanitary Sewer Contract Effective Date: December 4, 2006 Contract Termination Date:120 calendar days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nick Horn Department: Engineering Abstract: Installation of approximately 620 lineal feet of 8" PVC sanitary sewer, sewer manholes, and 6" PVC side sewer lines to serve 12 parcels. ADCL7832 07/02 CITY OF KENT KING COUNTY, WASHINGTON DENT SPECIAL PROVISIONS FOR LID 360: SE 227th Place Sanitary Sewer Project Number: 06-3002 BIDS ACCEPTED UNTIL BID OPENING September 12, 2006 September 12, 2006 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS ! a KEN7T W A S H I N G T O N TAB INDEX Tab 1 Bidder's Package Tab 2 Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Details Tab 6 King County Standard Plans Tab 7 WSDOT Standard Plans Tab 8 WAC 173-400-075 Tab 9 Hot Mix Asphalt Tab 10 Traffic Control Plans ' Tab 11 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON VENT SPECIAL PROVISIONS FOR LID 360: SE 227th Place Sanitary Sewer ' Project Number: 06-3002 r BIDS ACCEPTED UNTIL BID OPENING September 12, 2006 September 12, 2006 9:45 A.M. 10:00 A.M. ■ DELIVER TO CITY OF KENT, CITY HALL 1 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS H WA \SS7 KF_14 O � 3215844 ` WASHINGTON ��SU1aAL �� �'y1/ EXPIRES 5Iq-H=3 ORDER OF CONTENTS Call for Bids Contractor Compliance Statement iDeclaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2—Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over$100K) Subcontractor List (over$1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Affidavit& Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Check List ( Performance Bond Contract + Table of Contents Kent Special Provisions Kent Standard Details King County Standard Plans ' WSDOT Standard Plans WAC 173-400-075 Hot Mix Asphalt ITraffic Control Plans Prevailing Wage Rates CALL FORBIDS - Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through September 12,2006 up to 9 45 a in as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington All bids must be properly marked and sealed in accordance with this "Call for Bids" Bids must be delivered and received at the City Clerk's office by the above- stated time, regardless of delivery method, including U S Mail All bids will be opened and read publicly aloud at 10 00 a in for the City of Kent project named as follows- LID 360: SE 227th Place Sanitary Sewer Project Number: 06-3002 The project consists of the installation of approximately 620 lineal feet of 8"PVC sanitary sewer, sewer manholes and 6"PVC side sewer lines to serve 12 parcels The Engineer's estimated range for this project is approximately$200,000 - $250,000 Bid documents maybe obtained by contacting City of Kent Engineering Department,Nancy Yoshitake at(253) 856-5508 For technical questions, please call Granville Hom at(253) 856-5529 Bids must be clearly marked"Bid"with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895 Only sealed bids will be accepted No facsimiles 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 maybe purchased at a non-refundable cost of$50.00 for each set Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. 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 on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. ■ No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No 11246 No bidder may withdraw his/her bid for a period of six (60) days after the day of bid opening Dated this c2A day of 12006 BY 4�&e Brenda Jacober, City C1 Published in King County Journal on August 29th and September 5th, 2006 Daily Journal of Commerce on August 29th and September 5th, 2006 r - CONTRACTOR COMPLIANCE STATEMENT (Presiderit'S E%ec„tive Order#1 1 2a6) Date S cc � r.t,�ae�- �� CO(P This statement relates to a proposed contract with the City of Kent named LID 360: SE 227th Place Sanitary Sewer Project Number: 06-3002 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. r V� 1S�1C . NAME OF BIDDER r BY: c� Sig ure/Title r 18;;q (:S - a01�'�I S}ree�c- ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) LID 360 SE 227th PI Sanitary Sewa-Re btd/Hotn t Augutt 22,2006 Project Nuniber 06-3002 r DECLARATION CATi'yr IK1N; Vutkl, jD41Mlvi vinilI vrFvnI viT1'r%Jul ' The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex,race, color, national origin, age, or the presence of all sensory, mental or physical disability 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract h the prime contractor, will actively consider hiring and promotion of women and minorities 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above By signing below,I agree to fulfill the five requirements referenced above. Dated this o�4 day of S Q. fir' 2006 i By: 1 For: Title Date: LID 360 SE 227th PL Sanitary Sewer-Re-bidlHom 2 Augu%t 22 2006 Protect Number 06-3002 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal [ employment opportunity within their organization and,if holding contracts with the City amounting to S 10,000 or more witlun any given year, must take the following affirmative steps. 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer 2. Actively consider for promotion and advancement available minonties and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscnmination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments 1. Ensuring that contractors, subcontractors,consultants, and suppliers subject to these regulations. are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Rom 3 Augu+l 22,2006 Project number 06-3002 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. 1 I,the undersigned, a duly represented agent of tic_• Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as LID 360: SE 227th Place Sanitary Sewer/Project Number: 06-3002 that was entered into on the I (Date) ��. �a t aooco between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract Dated this IQ 41 day of S 2006 By: For: bAL Title: — �/CQ�,C�L� 7 - Date- ya 2LW(.o LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 4 Au_uit 22 2006 Project Number 06-300^ PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named LID 360: SE 227th Place Sanitary Sewer/Project 1 Number: 06-3002 for the City of Kent,Washington, and has read and thoroughly understands the plans and specifications and Contract governing the work embraced in tlus improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and pries: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP)or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-contmuouS 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 typically denoted with an asterisk (*) EXAMPLE SCHEDULE I- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 1006 2-03 5 100 Roadway Excavation, $14.00 $1,400 00 WSDOT CU YDS Including Haul Per CY Fourteen Dollars and no cents Any bids not filled out properly may be considered non-responsive. LID 360 SE 227th PL Sanitary Sewer-Re-bidfHom 5 August 22,2006 Project Number 06-3002 SCHEDULE I- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ agtowws G%t=•00 WSDOT LUMP SUM Per LS _( 1005 2-01.5 1 Clearing and Grubbing $ a,000.00 S at 006.00 WSDOT LUMP SUM Per LS --V%AZ0 vm ceurks 1050 2-02.5 1,550 Saw Cut Existing Asphalt $ 3. 00 $ 4,(0SO.00 KSP LN FT Concrete Pavement Per LF c,VNL\ V-�b «kAs 1095 5-04.5 153 HMA Class B, PG 64-22 $ 110.00 $ 1 Ip,630.00 KSP TONS Per TON Ow 1AWJVf e1 AIEVI &RINYS oral vie c9A, 1100 5-04 5 145 HMA Class B, $ \a1.w S \"1,S'JS•06 KSP TONS PG 64-22 Full Width Overlay Per TON DW* "Aclrt J 4w.<w` ,-O ne. CS-Ed two Cc 1110 5-04.5 350 Planing Bituminous Pavement S I In•60 $ 51 t400.00 WSDOT SQ YDS Per SY S•x4sstn dOl\aYs hr.A no ce kn-, 1220 7-05.5 2 Adjust Existing Catch Basin Grate $ A4W.00 $ $00 .eo KSP EACH to Finished Grade Per EA S-O,.v hwr arc A cl0 bars awA V\C, ccysks 1230 7-12.5 4 Adjust Existing Valve Box Top $ Cgw.00 $ I foOO-00 KSP EACH Section and Lid to Finished Gradell Per EA 1natvkA✓tJ kAl CIAO L1 O UVS y\\ 11 ►^G �vi'�'S 1 1250 8-13.5 1 Install New Monument and Case S S00.Oo $ C 0w.cb KSP EACH to Grade Per EA tYc �Wr�py �,kkCAI S Q VICk Pl0 Ccv� LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 6 Augutit 22,2006 no3cctNumber 06-3002 SCHEDULE I- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1300 7-02 5 40 Culvert Pipe 12" Diameter $ Cjp .00 S 9,0m•m KSP LN FT Per LF tut=j� f\G Ceycls 1315 8-28.5 2 Pothole Utilities $ m•OD $ IQOO.OO KSP EACH Per EA A6klmYs av\8 nub rlr-K�s tSub Total $ —ia,5a5 .m 8.8% WA State Sales Tax $ L�ololF)•"10 Schedule I Total $ 8 lo,Sa3.a0 LID 360 SE 227th PL Samtary Sewer-Re-bidfflom 7 Augutit 22,2006 Proiecl Number 06-3002 i SCHEDULE H—SEWER ' ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 7-17.5 18 Ductile Iron Sewer Pipe, $ q0 -co $ I 1l0aQ•00 KSP LN Fr 8 Inch Diameter Per LF 2005 7-17.5 607 PVC Sewer Pipe, S l05.00 szq tg5S•ob KSP LN Fr 8 Inch Diameter Per LF [ S 4u- s 2025 2-09.5 20 Controlled Density Fill $15.0� $ It�'2W•co WSDOT CU YDS Per CY S�Je�s - �2•fa- de Wow s wv rxci cecln� 2035 7-18.5 360 PVC Side Sewer Pipe, $S3.00 $ 1q�ppy0.00 KSP LN FT 6 Inch Diameter Per LF �.�.•�.v --�1nrc.� c�.l�avg a��l inc, c�.►'C�s _ 2050 7-05.5 2 Manhole Under 12 Feet,Type I S 4 0D•00 S $I 000.00 IKSP EACH 48 Inch Diameter Per EA cur kAr�'Wsar4 Ao 6V% av\A M 2085 7-05.5 2 Locking Manhole Frame and s400•ori $ Soo• oo KSP EACH Cover a, 1 Per EA _ -r tuvs 2095 7-05.5 4 Sewer Drop Connection S �'C"M•c6 S KSP VT FT 8 Inch Diameter Per VF Akeot", arc no cr- 2100 7-19.5 12 Sewer Cleanout $ g4OD•DO $ LAj Soo.op KSP EACH Per EA c�uv \/WrI V," cool yc Qfj no ctM- % 2115 2-09.5 7,800 Shoring or Extra Excavation, S . 10 S -180co WSDOT SQ F F Class B Per SF LID 360 SE 227th PL Sanitary Sewer-Re_btdfHona $ August 22,2006 - ProjectNumber 06-300^ SCHEDULE 11-SEWER ' ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 2120 7-08.5 100 Foundation Material,Class I and H $ 15,00 $ COM•M KSP TONS Per TON 2135 7-08.5 410 Pipe Zone Bedding $ $ gt330 KSP TONS Per TON —��crtc�ccr c�O��O.VS C�.Y�1 d� YC�S 2140 4-04.5 225 Crushed Surfacing Top Course, $ a0.0p S k(`C�:C jm KSP TONS 5/8 Inch Minus Per TON tb cA($6.00 Min) I 2145 7-08 5 700 Bank Run Gravel for Trench $ 10. CO $ --It CXyl.S•bb KSP TONS Backfill 1Per TON �cr &k\C YS og\,+ M $2.50 Min) 2155 5-04.5 30 Cold Plant Mix for Temporary S -75.00) $ at o�b•M KSP TONS Pavement Patch Per TON Ste.►z �► - '�v t e y' a Cl v\.o c 2175 8-33.5 1 Project Sign $ 1tC.Jz0.40DS �tcccb-00 KSP EACH D Per EA �6m Sub Total $ 0 8 8% WA State Sales Tax $ q, <<0 q. I Schedule 11 Total $ 3 a'1'1 . la L.ID 360 SE 227th PL Sanitary Sewer-Re-bidlHorn 9 August 22,2006 Project Number 06-30n2 SCHEDULE III-TRAFFIC CONTROL ' ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005 1-10.5 400 Traffic Control Labor $ 36.00 $ 1�t�(W.i-U KSP HOURS 1 Per HR I �D�lbyC O�nd NO Cc�-t5 3010 1-10.5 54 Construction Signs Class A $ 1 o.ob $ Ob KSP SQ FT Per SF �eY� O� OYC Qtl\C` V\O GrrA 3020 1-10.5 1 Temporary Traffic Control S—I sorb $ 1 KSP LUMP SUM Devices Per LS 1 Sub Total 8.8% WA State Sales Tax $ la 3g0.1a Schedule III Total $ 1' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn IQ August 22 2006 Project Number 06-300^_ SCHEDULE IV—TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 8-01.5 0.5 Seeding, Fertilizing and Mulching $ I taOD-OD $ (OM-Ob KSP ACRE Per AC ©1n4 A1�v,A 3v%, O �y�lnc�yt rl C�YtC1 YLO C c y 4010 8-01.5 10 8' Straw Log Barrier for Drainage S 160 ,C6 $ 1,OCR.C>D KSP EACH Way Per EA O V,e Ina . r t Ckh UY% COAA h0 c, 4015 8-01 5 5 Inlet Protection $ 1450.00 $ —I CS0.m KSP EACH Per EA 4020 8-01.5 330 Straw Mulch $ 3,C)o $ A0 06 KSP SQ YDS Per SY 11nr�e &Q �LPLKS C Kb C P JAC, Sub Total $ 3,as4o.oc, 8.8% WA State Sales Tax $ a9'3.ga Schedule IV Total $ 3 l 1p3'3.q a i 1 LID 360 SE 227th PI Sanitary Sewer-Re_Indlffo 1I Augu%t 22,2006 Project Number 06-3002 i BID SUMMARY Scheduie I 8h,Cl-)a3 .0o Schedule H v3 1. �'l'1 . \a ISchedule III 1'► , p'1 O . -Aa --1 Schedule IV TOTAL BID AMOUNT O1 LF 1 I 1 I I i 1 LID 360 SE 227tb Pl Sanituy Sewer-Re-bid/fiom 12 Auguet 22,2006 Project Number 06-3002 a CITY OF KENT SUBCONTRACTOR LIST Contra�tS over SI OG,000) List each subcontractor,from any tier of subcontractors, that shall perform subcontract work amounting to more than 10%of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence If no subcontractors will be performing 10% or more of the work,indicate this by writing"None" and signing this form at the bottom of the page. Failure to subnut a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid PROJECT NAME: LID 360: SE 227th Place Sanitary Sewer PROJECT NUMBER: 06-1,3002 Aa ^Subcontractor Name LnKcrl A tc yli � Item Numbers 1 i I�9S //On iSubcontractor Name Item Numbers A Subcontractor Name ' Item Numbers ' Subcontractor Name Item Numbers 1 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE LID 360 SE 22 ith A Sanitary Sewer-Re-bid/Hom 13 Augu%t 22 2006 Project Number 06-3002 SUBCONTRACTOR LIST Contracts over J million dollars) Name of Bidder- Project Name: LID 360: SE 227th Place Sanitary Sewer Project Number: 06-3002 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning, plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit,as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. �Ohc Heating, Ventilation, and Air Conditioning Subcontractor Name. Plumbing Subcontractor Name: _ IElectrical Subcontractor Name: Si ature of Bidder,"' Date LID 360 SE 227th PL Sanitary Sewer-Re-bid/Hom 14 August 22 2006 Project Number 06-3002 CONTRACTOR'S QUALIFICATION STATEMENT COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: Z c� I 1/ ADDRESS: --' �;)q S o(O�D -�`re e-t . icn&, U.�A Q 60-3Q PRINCIPAL OFFICE: aA , -AlC1 G. V%KYA . tz A 9�o3a cor,o t �0 1. ORGANIZATION rt r1.1 How many years has your organization been in business as a Contractor? go \fears 1.2 How many years has your organization been in business under its present business name? ab tiers 1.2.1 Under what other or former names has your organization operated? lJOnd 1.3 If your organization is a corporation, answer the following 1.3.1 Date of incorporation: 1.3.2 State of incorporation Wh„r�0,�Orl 1.3.3 President's name�o�.r�d W,,Loho-ro. 1.3.4 Vice-president's name(s) Ed�wx�xc� K�ydV C.,Co� 1.3.5 Secretary's name: 1.3.6 Treasurer's i LID 360 SE 227th PI Sanitary Sewer-Re-bid(Horn 15 August 22,2006 Protect Numher 06-�OW 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership(if applicable). 1.4.3 Name(s) of general partner(s). 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 2. LICENSING t2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable u�►!56h �'K�c.c�ors L:IC• 1"7�1k*iGl�aaaKlo 2.2 List jurisdictions in which your organization's partnership or trade name is filed. C'ak..I A K*-YA 3r-C;—Ga 13363 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own ' forces l� .lid �cst b%►mo-sr E.0�rAkn v�)oc'14-.1 S«�c- 3.2 Claims and Suits. (If the answer to any of the questions below is yes,please attach details) 3.2.1 Has your organization ever failed to complete any work awarded to it? VA0 3.2.2 Are there any judgments,claims. arbitration proceedings or suits pending or outstanding against your organization or Its officers? la 0 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? AO L3.3 Within the last five years.has any officer or principal of your organization ever been an officer or nnnr.ma ofanotfer or-anzalo when Fi � tCY b complete a construction contract? (If the answer is yes, please attach details ) (Jp 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount,percent complete and scheduled completion date. See A-Ao-r, e 3.4.1 State total worth of work in progress and under contract: 3,L 85 i$R3• — 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount,date of completion and percentage of the cost of the work performed with your own forces. C3eq-- A4-01 4 8 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 16 August 22.2006 Protect Number 06-3002 3.5.1 State average annual amount of construction work performed during the past five years: —� 1 p, tvta,r 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization Sew A4c-c611;cA 3.7 On a separate sheet, list your major equipment Soe,. 4. REFERENCES 4.1 Trade References: it �Pr L4.2 Bank References. %an'V- o� Penv.er+ 4.3 Surety. 4.3.1 Name of bonding company.--Vv-c.ve\.2r% C*xgya`k%A anj (aWML i ep. Osr 'Aw�ex'L cow 4.3.2 Name and address of agent: Nib = 0�1 �lor��wes� 5. FINANCING 9-0 30)C 3olb �o�tna1\ %zR Ot8oLLI 5.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in refection of that bidder's bid. 5.1.1 Attach a financial statement,preferably audited, including your organization's latest balance sheet and income statement showing the following items Current Assets (e g, cash,joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses). Net Fixed Assets; Other Assets; Ciir?eat Liabiiii3i,S (e. accounts pa'abie notes p--- c aGiuid ex^eases g , r y r r r provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). LID 360 SE 227th PI Smituy Sewer-Re-btdffl= 17 Augutt 22,2006 Protect Number 06-3002 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: 5.1.3 Is the attached financial statement for the identical organization named on page one? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e g., parent-subsidiary) 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction9 6. SIGNATURE 6.1 Dated at this 12t day of Sc cr4 x,nbt r 2006. Name of Organization: C. By: cQ- 1 Title: v 6.2 /�� being duly sworn,deposes and says that the 1 information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of c 2006. Notary Public- My Commission Expires; `,,�patttll���i ♦♦♦. ,�aao wyo�,,/ � W 7 i i d 4� S OF ON LID 36O SE 227th PL Sanitary Sewer-Re-bid/Horn 18 August 22,2OD6 Protect Number 063002 ¢ W Z O W 1 0 0 0 OJ O N CJ O O O O) O O N m fp (D M O M h 0 V N O V O OD M [O M V O 0 0 V OJ N th 6 N ((l V .- N N N N 4 M (O M Ol O O O O O N O O O N O O O O O O N N N N N O N O O N f0 O N O O O O O N N N N N N N N N N N ? N N N N N N N N O V N N N N N N M N N N N N N N N N > D @ O LO 0UO O L4 O m om oTm m �LooN @ O W rn mm oU doNDa ( xP mo�Q U , w � o c cN@ nOOU N >U L TL� c @ > > @ O > mmo m rn X Y Y ma F 4: m m (n m(M) m �mn mUl O `o_ o O O U C N u o� mm o E E EE m u m >m o >m R' ~ O C Y C O O C O O N 0 � � > U M >wz @oU `UUm�jc�U � � ma, Z Q d ` C@ T C T v T T T T@@ > j 0 C C C N C @ (0 Q w @ U U y C@ O C@ C C C O C C D D — U D w D C O@ D N R' Nw d�Y T� NY r%jUYY � UIYY mm OE � v9(i H co CO IL rnm(n DmZ m m m u u `T, �my 3NY �� �.�.�% � �. O - @ C C @ - @ @ O O O y 2HHU � � UC7 � U3 � � �(7`cam W W UU� � C7F � U3000m sx 0U m a n N ►' f 2 r0 O H �t N 4 W O m D m W N N W O Q O O M m Q Q Q Q Q Q Q C � " .d 0 c IL Lt' _ M n 3 0 ¢ o m m o z w m v ai m@ u v o m@ '> '> E >Cj (0 m o (0 @ d m c m ? y@ p �. ... r. .i E m a`> > > o > d 3 E v > m m o v N 2 'O = m a@i a@i a@i w a@i a@i m a@i a@i w a@i aDi aDi aDi v a� m m d v aDi aDi 3 v d d w Q W M d C Y (n(n (n(n m m(n (n fn(n N x mmHmLLH of mLL an y LL (n(nLL N Y N C O O f0 V O O O O M M O O O O O O o 0 m 0 0 W O O O O N V O O O O O O O O O O O O O O O N N (p UJ O N I� O O O O 0 0 0 N M f0.1 W O N O) I� r DJ V V 0 0 0 V f�r UJ 0 0 N o 0 0 0 W 1�N r OD M O O N 06 Ld O N O f0 O (n M N N V O> O I� M c- r ID O O M N C O O O N h f a Q O C U a v V W Q 0 3 @@ @ 3 @@ c d d 3 3 @ m 3@ v d m m m w v d v C C d C H r y C C -5 V Z @ @ @ @ @ y @ @ @ @ _ - Soo` 3oaa � owo 75 »33wmM nomo (n0Dm` »» SS0D W W Z W 0 0 0 0 N N N M M N N N (p tp (O (O a O F rn rn m w m rn rn rn rn m m o� rn rn rn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g Q - - - - m - - - - - o o - - rn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O F- 0 � �- '- � � � � � � � � � � � — N N N N N N N N N N N N N N N N N N N N N U L r � N C J r E = E m o c w@ 2ui sa3 vim o m m NEE '@t c (xi� acm o m°' vwEm mamL LL m C `L" O D N K O OK"@ (N L@ (p J -p LL N M O LLJ �M � �a min � -o in wm cD zo wY °' � a` °' mEwopoE Q= c � o a� O N 5 m@ -No ro -a n$ m > v @ W Y O D m v D v a= °o Lu o dyU mo' � � m ✓�,m ¢ K cs �K � `m NL oa N o �� mv�i Jo c 'o fn m a J u m c Q w 3 U O1� o c m D o U) g 3 a 3 m c >m u > > m o@ m@ m L o n a m y m D 3 a U `q 3 O (n > U w j D N S v D U@ O = tYu, r @UFUw 0_)@ O T W Y_ U N@@ >`� @@@ L >— N L N M C M > @ T N N@ =QZ LL' ZQ2 .- > � (72 � 5 Sma > mUSN In to N �NdU)Z SLLY4. @ z0 $ § $ < � � � \\\\\\ \\\\ \ k § : f : ; ! . ] ){/ \\ ` u � m0 > ()> J § alka k2\ m @ o J 3 {it \ { § @ ` 0 }\ j\ \ � ) � ( 0tsa 2 0 r E0 $ CL /§ 7//} _ = _ e @ § § oo 77 \ \{ § < fa � < { ~ CL§§L ® \I k 7fa. - 22- @ § § a ! !] !2! f /_, G @ eo \ }r §! w $ / 0 x (n { w/ �k aw _j Lu § � / � G� 2 § \ § „ „ z § 0e„ 2 q;§�„ $ 0 ° - - - - - E kW / / Q ! � , « � , #§ / � LU CL 2 § * � � � \\} })) \)\ } 2z � @ 0 6� cfr - - a3 < 0 < < , ! I k > � G ka LU§ k / f \ \$ f ( \} / ; r« { ± / () j IL {OOOO - "a mu 0 ®� ® C @ z CO(\ // « \ \\ T \ ƒ f)£ )k - _ /ƒ% }\i \ LL � r . r r KENT SPECIAL PROVISIONS FOR LID 360: SE 227TH PLACE SANITARY SEWER PROJECT NO. 06-3002 Proposal Attachment for Item 3.6 r 1 Current Name Title Experience Commitment Tony DePiano Superintendent 27 years 40% Terry Taylor Operator Foreman 36 years 30% Bob Kiyohara Project Manager 13 years 30% r r All of the above personnel are experienced in all aspects of utilities construction for private and public work. r r r r i DPK, INC. EQUIPMENT LIST FORCE ACCOUNT RATES (12/9105) EQUIP MODEL ' GAS/ HOURLY STANDBY NO. DESCRIPTION YEAR DIESEL SERIAL NO RATE RATE ' K22 MACK TRUCK TRACTOR 1985 DIESEL 1 M2T152C4FM002622 3844 $ 450 K22PT PONY TRAILER END DUMP 1985 NIA 1BN1B1321GK29220C 955 $ 187 K23 MACK TRUCK TRACTOR 1985 DIESEL 1 M2T152C6FM002623 3844 $ 450 K23PT PONY TRAILER END DUMP 1985 N/A 1BN1B1320GK29220B 955 $ 187 ' K24 MACK BOOM TRUCK 1978 DIESEL RD686S4824 000 $ _ K24PT PONY TRAILER END DUMP 1985 N/A IBNlBI328GK29220A 955 $ 1 87 K25 CASE LOADER 580-C 1978 DIESEL 8970121 000 $ K26 CATERPILLER WHEEL LOADER 950A 1976 DIESEL 81,19993 3893 $ 587 ' K27 HITACHI EXCAVATOR UH181 1985 DIESEL 1240131 11746 $ 1891 K28 RAYGO ROLLER 320A 1985 DIESEL 3713523 2815 $ 394 K29 KOMATSU DOZER D31-A-17 1985 DIESEL 33161 3417 $ 530 K30 KOMATSU EXCAVATOR PC120-3 1986 DIESEL 121236 4293 $ 737 K31 CATERPILLAR WHEEL LOADER 950E 1989 DIESEL 122ZO4178 41 79 $ 652 K33 CASE EXTENDAHOE 580K 1990 DIESEL IJJG0023143 2086 $ 3 17 K34 CASE EXTENDAHOE 580K 1990 DIESEL JJG0023064 2086 $ 317 ' K35 CASE EXTENDAHOE 580K 1990 DIESEL JJG0026532 2086 $ 3 17 K36 CASE BACKHOE 580K 1990 DIESEL JJG0021394 2014 $ 302 K37 GMC 2-TON FLATBED 1980 GAS T17DBAV579246 000 $ K38 GMC 1-TON FLATBED 1984 GAS 1GDHC34M6EV531752 000 $ - K39 GMC 1-TON FLATBED 1986 GAS 1GDHC34J7GJ531341 2094 $ 1 33 K40 CHEVY 1-TON FLATBED 1990 DIESEL 1GBJC34J1LE166006 1420 $ 152 K41 CHEVY 1-TON C35BOX 1990 GAS 1GBJC34K5LE189460 21 06 $ 1 37 K43 TRAIL KING TILTBED TRAILER 1990 N/A 1TKCO2428MM107924 475 S 082 K44 F-600 FORD FUEL TRUCK 1973 GAS C61EVR1239 000 $ - K45 INTERNATIONAL WATER TRUCK 1970 GAS 231912G389289 000 $ K46 KOMATSU EXCAVATOR PC120-5 1990 DIESEL 35123 4330 $ 754 K47 MACK TRUCK TRACTOR-HEAVY 1991 DIESEL 1 M2P270C7MM10787 4320 $ 574 ' K47PT PONY TRAILER END DUMP 1991 N/A 1BN1P1537MK91920A 842 $ 166 K48 MACK TRUCK TRACTOR- HEAVY 1991 DIESEL 1 M2P270C7MM010786 4320 $ 574 K48PT PONY TRAILER END DUMP 1991 NIA IBNIP1537MK91920B 842 $ 166 K49 SULAIR COMPRESSOR 1990 GAS 102421 000 $ - ' K50 LAY-MORE SWEEPER 1990 DIESEL 8132206881355 000 $ _ K51 BEMIS ARROWBOARD 1993 N/A 910913201 000 $ K52 CHEVY 25-3500 FLATBED 1994 GAS 1GBJC34K3RE100168 2140 $ 149 K53 CHEVY 25-3500 FLATBED(Mike Ayers) 1994 GAS 1 GBJC34K7RE100142 1841 $ 1 44 K54 FORD SERVICE TRUCK 1981 DIESEL 1FDNK74H9BV314253 coo $ K55 V-180-B LIFT TRUCK 1979 DIESEL 68Y1365 000 $ K56/A DITCH WITCH 3500/H312 1993 DIESEL 3JO808!8KO078 1844 $ 344 K57/A DITCH WITCH 3500/H331 1993 NIA 3KO368!8J0513 1844 $ 344 K59 INGERSOLL-RAND AIR COMPRESSOR 1993 DIESEL 2222000AD328 1014 $ 1 35 K60 ALLIED HOLE HOG 1000C 1993 N/A 9878 000 $ - K61 ALLIED HOLE HOG 10MC 1993 N/A 9849 0 00 $ - K62 KOMATSU EXCAVATOR PC200-LC 1993 DIESEL 68333 64 08 $ 11 02 K64 RAMMER HAMMER S26 1994 N/A 26BO12961 BOl 1480 $ 342 K65 CATERPILLAR WHEEL LOADER 938-F 1997 DIESEL 1KMO1041 3733 $ 603 K66 KOMATSU PC30OLC-5 EXCAVATOR 1997 DIESEL 23418 10378 $ 1808 ' K69 CHEVY FLATBED 1 5 TON 1998 GAS 1GBKC34J8WF046660 21 63 $ 156 K70 CHEVY FLATBED 1 5 TON (Terry Taylor) 1999 GAS 1GBKC34J3XF062931 21 63 $ 1 56 K71 CHEVY PICKUP 1999 GAS lGCECK19VXXZ164334 000 $ K72 CHEVY TRUCK G3 VAN 2000 GAS 1GBJG31 R6Y1160876 0001 $ _ K73 KOMATSU PC120-6 1999 DIESEL 58007 43761 $ 8 05 K74 LINCOLN WELDER N/A A1088760 coo $ K75 BOMAG ROLLER VIB 3-5 TON 1998 DIESEL 101750000218 2041 $ 286 ' K76 HOPAK ALLIED 9700-C 2000 NIA 3700 7 97 $ 1 44 K77 HOPAK ALLIED 9700 1998 N/A 27781 7 84 $ 1 40 K78 HOPAK STANLEY HS 600 580 CASE 1995 N/A 581 $ 1 17 K79 IRAMMER HAMMER E-64 1998 N/A E-640059 2246 $ 482 1 oft K80 ALLIED 730 HYDRAULIC BREAKER 1985 N/A 1281 $ 288 K81 NPK HO-PAC 1986 N/A 520 $ 097 K82 4X15 STEEL PLATES 000 $ K83 5X8 STEEL PLATES 000 $ K84 BX10 STEEL PLATES 000. $ ' K85 8X12 STEEL PLATES 000 $ _ K86 8X20 STEEL PLATES 000 $ K87 4X20 STEEL PLATES 000 $ K88 6X6 DITCH BOXES coo $ K89 8X12 DITCH BOXES 0 00 $ K90 BX16 DITCH BOXES 000 $ K91 BX20 DITCH BOXES 000 $ K92 8X22 DITCH BOXES 000 $ ' K93 8X24 DITCH BOXES 0 00 $ _ K94 ALMAND ECL25 ARROW BOARD 990215425 coo $ K95 ALMAND ECL25 ARROW BOARD 990313408 000 $ K96 SANDBLASTER EBE 350 S 0110445000M 000 $ ' K96 SANDBLASTER EBE 350 DAAM 0110445000D 000 $ K97 SANDBLASTER EBE 350 61030298 000, $ K97 SANDBLASTER EBE 350 DAAM 161030298 000 $ K98 GILCREST 413 PRO PAVER 2148 000 $ K99 CHEVY 1500 SILVERADO(Tony DePiano) 2003 GAS 2GCEK19T231149649 974 $ 1 12 K100 CHEVY 1500 SILVERADO(Pete Steere) 2004 GAS 1GCEK19T34E148719 000 $ K101 ROSCOE RB 38 SWEEPER 000 $ K102 JOB TRAILER- 10'X 32' 1993 MP934259 K103 JOB TRAILER- 10'X 32' 1 1993 MP934261 HOURLY STAND-BY RATE BASED ON 33%OF HOURLY BASE RATE (OPERATING COST NOT INCLUDED RATES ARE ROUNDED TO THE NEAREST$ 10) EFFECTIVE DATES RANGE FROM JAN 2005 TO DEC 2005 t 2of2 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten(10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (120)calendar days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to subnmt all insurance documents,performance bonds and ' signed contracts within ten (10) calendar days after City awards the Contract The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty(60) calendar days after the day of bid opening The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder ' DATE a0p(o �11L�Snc• NAME OF BIDDER BY: nature (Print Name and Title) bag s 10 cam► Address ��r`(!� t►J A q�30� LID 360 SE 227th PL Sanitary Sewer-Re btdfHorn 19 August 22 2006 Pro3ect Tuniher 06-3002 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That We, DPK Inc. ,as Principal, and Travelers Casualty and Surety Company of America , as Surety,are held and firnily bound unto the CITY OF KENT, as Obligee,in the penal sum of ent (5%) of total amount bia Dollars,for the payment of which the Principal and the Surety bond themselves,their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for LID 360: SE 227th Place Sanitary Sewer/Project Number: 06.3002 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obhgee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 12th DAY OF September 2006. DPK, Inc. . ct� PENCTAL Araric rs C ualty nd Surety Company of S Julie M. Glover, Attnrney-iu-fact Received return of deposit in the sum of$ LID 360,SE 227th PI.Sanitary Sewn.Rerbid(Harn 20 August 22.2006 Project Number. 06-3002 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Sm ety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214672 Certificate No. 000293088 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York that St Paul Fir,and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Ttavelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the`Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielskl,Julie M Glover, M J Cotton, Nancy J Osborne, S M Scott, Steven K Bush, Michael A Murphy,Jim W Doyle, Lawrence J Newton, Andy D Prill,Viki Baum, and Theresa A Lamb of the City of Bothell ,State of Washington ,their true and lawful Attorneys)-m-Fact, each in their separate capacity if more than one is named above,to sign execute,seal and acknowledge any and all bonds,recognizance%,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertaking%required or permitted in any actions or proceedings allowed by law ?"*s m d 9 IN WITNESS WHEREOF,the Companies have caused this mstrum6nit I&be signetl~and theft co[i 5orate seals to be hereto affixed,this 22nd day of_February , Farmington Casualty Company ,' _ St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St Paul Mercury Insurance Company - = Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America c St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Gc1.>SMUgY` `>'�tY P�4tPE 64 \P1i IMf` .��q�s Jt�(Y qhp 07aze SEAL EAL ary DI y W4 s9y H+ACR0.TFvOuP FDl aSLni9mo 0 State of Connecticut By City of Hartford ss Gorge NV Y omp,on,Sen r Vic President On this the 22nd day of February 2006 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc,Seaboard Surety Company St Paul Fire and Marine Insurance Company,St Paul Guardian lnsuranee Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument foi the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer Iro.1 In Witness Whereof,I hereunto set my hand and official seal ' upW w•• a My Commission expires the 30dr day of June 2006 Marie C Tetreault,Notary Public cl 58440-9.05 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc,Seaboard Surety Company,St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at am time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached 1,Kon M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and 9 Rued the seals of said Companies this ^ day of J� t�Yl b�� ,20 a Kon M Johans Assistant SecietAry p\'O��r�L SLL`iETy 'LE�0.E 64 PQ\0.M �NSG9 Jp��M8Vgg4 P�0.tTY PNp q4 IMWfTD �..n Y� ��19826 O -'^",WItBJ `ft �.tOP R�RRIF�m y��pRr9RgTF njn o 9T p, • 5 � 1977 1927 I F - � a Hnanoro, s HA91r6aA� < To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www stpaultravelersbond com Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NOWT-COI I,IJSIO!-1T, A4TXTYMU11. A4 NA'ACE (NON-FEDERAL AID) rNON-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 mimmum 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 r LID 360: SE 227th Place Sanitary Sewer Project Number: 06-3002 NAME OF PROJECT k ,-T r,C . NAMIC OF BIDDER'S FIRM SIGNAIUE OF AUTH REPRESENTATIVE OF BIDDER 0U scriheu and sworn w uc■vrc auc this of ,2006. pN EXp�% w i l p(p O N Z : Notary Public in and for the State of Washington, Ot 0Qug� residing at � - r �i 07-21',0 • LID 360 SE 227d�� �berttl Poin u+t 21 Aug 22,20(K Project Number 06 4 E OF `` 1 PERFORMANCE BOND BOND #104832798 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, DPK. Inc. - -- as Principal, and Travelers Casualty and Surety Company of America o t a Corporation organized and existing under the laws of the State of �, ,i�ecticu 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$ * , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *'two Hundred Twenty Thousand Five Hundred Four and 96/100 Dollars ($220,504.96) This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Pincipal, a certain contract, the said contract providing for construction of the LID 360: SE 227th Place Sanitary Sewer/Project Number: 06-3002 (which contract is referred to herein acid is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, f'or non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. 1 IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name aid 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) 1.10 360:SE 2271h PI Sanitary Sewer-Me-bid/Horn 23 August 7,2006 Proieot Number. 16-3002 i PERFORMANCE BOND PAGE TWO TWO WITNESSES: DPK, Inc. CIPAL 13 Y: TITLE: DATE: /l1j-,211d1:11; DATE: 11127146 CORPORATE SEAL:3 Ar - / 1 PRINT NAME DATE: /�/a /Ur0 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: m S. Kuich, Attorney-in-fact DATE: TITLE: Attorney-in-fact! ADDRESS: PO Box 3018 Bothell, WA CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) S,cretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuLne, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body, SECRETARZrOR ASStSVNT SECRETARY LID 360 SF 227th PI sanitary Sewer-Re-bid/Hom 24 Augual 7,2006 Project Number, 11,101, WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-tn Fact No. 217706 Certificate No 001189714 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaianty Insurance Company is a coiporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby make constitute and appoint Darlene Jakfelski Julie M Glover M J Cotton, Nancy J Osborne, S M Scott, Steven K Bush, Michael A Murphy, Jim W Doyle, Lawrence J Newton, Andy D Prlll,Theresa A Lamb,Jim S Kuich, and Chad M Epple of the City of Bothell ,State of Washington ,their true and lawful Attorney(s)-in-Fact each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizanees conditional undertakings and other wtihngs obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeng the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any acvons or proceedings allowed by law 5t� e le' IN WITNESS WHEREOF,the Comm have ceased tins mstrui"oft,,to be sl$neh and dbchi°co orate seals to be hereto affixed,this eplem er day of i Farmington Casualty Cotf'p 'F ;' ? ,Gg' St.Paul Guardian Insurance Company Fidelity and Guaranh Insurance Compauty, ,, � St Paul Mercury Insurance Company idehty and Guaranty Insurance Underwr�ers,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company - t rc wgrf'" _ SWtETy YF�si ay a�iM IMSGN jrf,p�"xs�yq, 9�p�1r 4Nos /N/i°swfryQ �Y� 1982, ap _ •1977 -'•' POPArra J27 A2 LOPRRRq,F>'m fW4�UpPORRTFry�r �P Lw / EL �� C^YHyH FC1•�'$' t i t f i£ n' m HAHrfoH�, 1a�tr6 Q.' ` 1951 NO '® SE AL�o'f 'i SEAL 31 W CIXiN o �CONii. P w 7896,�Q bey ��, v �^� N S4Ri.:�`c� 01s..:A� •� aaD '< a>° q Q111 State of Connecticut By City of Hai ttord ss o191 W I ompson Sen r Vic President 15th September 2006 On this the day of ,before me personally appeared George W Thompson,who acknowledged himself to be the Semoi Vice President of Farmington Casualh Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc, Seaboard Surety Company, St Paul Pore and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Incmance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he,as such,being authorized so to do executed the forcgomg instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer G•T� In Witness Whereof,I hereunto set my hand and official seal �-Z My Commission expires the"loth day of June,3011 AUBI�G * Mane C Ictreault Notary Public 58440-6-06 Printed In U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Compo4v,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insmance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,whicb resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Pact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a oond,recognizance,or conditional undertaking and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President anv Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company s seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal if required)by one or more Atiomeys-in-Pact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President anv Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of arms ney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kon M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety',CompanyAAmerica,#nd Untied States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney,exeeuled by sa aCompanies which is in full force and effect and has not been revoked11 "- IN TESTIMONY WHEREOF,I have hereunto set my hand and ed @t4 s s of�'s�id„NfhPaniiees this day of 20 ,, ,^ q� �y I c � Ken M Johan, Assis[auirSecre[ary ZZ e2 GPSUgJ � vrlr/j, (iD� ORYORA�f'�SM iVR,j,f !Y oae >ybt FH�yf \\���,��,,,,,•������////"" AIN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www stpaultravelersbond com Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER F ATTORNEY"INVA Q WITHO T RED B CONTRACT THIS AGREEMENT, made in triplicate, is entered nto bet ty en the CITY OF KENT, a Washington municipal corporation ("City"), a d I( � C° ' organized under the laws o fe Stj�to of located and doing business at A' (" ontractor"). 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 shalt do all work and furnish all tools, materials, and equipment for: LID 360: SE 227th Place Sanitary Sewer/Project Number: 06-3002 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications,provisions, and plans; the City's general and special conditions; the 2006 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred twenty (120) calendar days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 25 August 7,2006 Project Number 06-3002 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. 1 The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch 19 122, as amended. Contractor shall 1 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. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 26 August 7,2006 Project Number 06-3002 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first heremabove written CITY OF KENT BY: S T OKE, MAYOR ' DAT • o ATTES . RENDA JACOBER, C CLERK 1 tOVE AS TO FORM: T DEPARTMENT CONTRACTOR BY CQ "7Q4? - P AME• TITLE: 77CoS(G�P�Z7 DATE: // .7-7 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 27 August 7,2006 Project Number 06-3002 jWITNESS, if INDIVIDUAL OR PARTNERSHIP- STATE OF WASHINGTON ) ) ss COUNTY OF KING ) On thisoP f day of JVk, 200,:� , before me personally appeared ' and n to me known to be and 1Z� of the corporation/6evidual that e<'c ed 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 and official seal the day and year first above written. 0111111111 �`k OLYN O'ti .......... & 'i' ,4tsstop . ie c r0 y _ =� PUS ,s NOTARY UBLIC, > and for the State �7 of Washington, residing at ra a` My appointment expires Dom- 110 i t LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 28 August 7,2006 Project Number 06-3002 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 1 Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may apse from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage. ' 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit t3. Excess Liability insurance shall be written with limits no less than S 1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 29 August 7,2006 Protect Number 06-3002 EXHIBIT A (continued) 2 The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior wntten notice by certified mail, return receipt requested, has been given to the City 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability D. Contractor's Insurance For Other Losses ' The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any 1 temporary structures, scaffolding and protective fences E. Waiver of Subrogation tThe Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. ' F. Acceptability of Insurers Insurance is to be placed with insurers with a current AM Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 30 August 7,2006 Protect Number 06-3002 ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID DATE1/17/06 DPKIN01 1 17 06 ;othell RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ub International Northwest HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR . 0. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# SURED INSURER Travelers Indemnity Co. INSURER B DPK, Inc. I INSURER C Dave Kiyohara 7829 South 206th NSURERO Kent WA 98032 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE(MM DD/YY E PDATE MMP�DIYY N LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -DAMAGE I U RENTED $ 3 O O,0 0 0 X COMMERCIAL GENERAL LIABILITY DTC0526D5520TIL06 03/01/06 03/01/07 -PREMISES (Ea occurence) CLAIMS MADE a OCCUR I EXP(Any one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 X Stop Gap GENERAL AGGREGATE s2,000,000 GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY[X-] pEc°r I Em Ben. 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 A X ANY AUTO DT810526D5520IND06 03/01/06 03/01/07 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $2500 (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 1000000 A X OCCUR E] CLAIMSMADE DTSMCUP526D5520TIL06 03/01/06 03/01/07 AGGREGATE $ 3.000000 DEDUCTIBLE $^ X RETENTION $10000 $ WORKERS COMPENSATION AND TVVU ti LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTN ERIEXECUTIVE E L EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED E L DISEASE-EA EMPLOYEE $ ' If yes describe under - SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ OTHER ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS T IS AGREED THE CERTIFICATE HOLDER IS ADDED AS ADDITIONAL INSURED AS EQUIRED BY WRITTEN CONTRACT. SEE ATTACHED ENDORSEMENT. E: LID 360 SE 227TH PLACE SANITARY SEWER, PROJECT #06-3002, KENT, ASHINGTON CERTIFICATE HOLDER CANCELLATION CIKENT1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF AVENKENTUE IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 220 4TH AVENUE SOUTH KENT WA 98032 REPRESENTATIVES AUT E CORD 25(2001108) ©ACORD CORPORATION 1988 t COMMERCIAL GENERAL LIABILITY 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies Insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY—CONTRACTORS COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) This Insurance does not apply to "bodily in- to include any person or organization you are re- jury" or "propel damage" caused by "your quired to Include as an add tional insured on this work" Included in the "products-completed ' policy by a written contract or written agreement operations hazard" unless you are required to in effect during this policy period and signed and provide such coverage for the additiona in- executed by you prior to the loss for which cover- sured by a written contract or written agree- age is sought The person or organization does Tent in effect during this policy penod and not qualify as an additional insured with respect to signed and executed by you prior to the loss the independent acts or omissions of such person for which coverage is sought and then only or organization The person or organization is for the period of time required by such con- only an additional ,nsured with respect to liability tract or agreement and in no event beyond caused by "your work" for that additional insured the expiration date of the policy 2. The insurance provided to the additional insured 3. Subpart (1)(a) of the Pollution exclusion under is limited as fo lows Paragraph 2 , Exclusions of Bodily Injury and a) In the event that the limits of liability stated in Property Damage Liability Coverage (Section I — the policy exceed the limits of liability required Coverages) dces not apply tc you if the "bodily by a written contract or written agreement In injury" or "property damage" arises out of "your effect during this policy period and signed and work" performed on premises which are owned or executed by you prior to the loss for which rented by the additional insured at the time "your coverage is sought, the insurance prov ded work" is performed by this endorsement shall be limited to the 4. Any coverage provided by this endorsement to an limits of liability required by such contract or additional insured shall be excess over any other agreement This endorsement shall not n- valid and collectible insurance available to the crease the Iim is stated in Section III —LIMITS additional insured whether primary, excess, con- OF INSURANCE tingent or on any other basis unless a written b) The insurance provided to the additional in- contract or written agreement in effect dunng this sured does not apply to "bodily injury", "prop- policy period and signed and executed by you ertv damage", 'personal injury" or "advertising prior to the loss for which coverage is sought injury' ar sing out of an architect's, engineer's specifically requires that this insurance apply on a or surveyor's rendering of or failure to render primary or non-contributory basis. When this in- any professional services including surance is primary and there is other insurance I I. Thepreparing, a available to the additional insured from any approving or failing to source, we will share with that other insurance by prepare or approve maps, shop drawings, the method descr bed in the policy opinions, reports, surveys, field orders, change orders, or drawings and specify- 5. As a condition of coverage, each additional cations, and insured must II. Supervisory or inspection activities per- a.) Give is prompt written notice of any "occur- formed as part of any related architectural rence" or offense which may result in a claim or engineering activities and prompt written notice of"suit" CG D2 46 10 02 Copyright, The Travelers Indemnity Company, 2002 Page 1 of 2 COMMERCIAL GENERAL LIABILITY b.) Immediately forward all legal papers to us, requirement, the term "Insures against' refers cooperate in the investigation or settlement of to any self-insurance and to any insurer which the claim or defense against the "suit," and issued a policy of insurance that may provide of,)erwise comply with policy conddlons coverage for the loss, regard ess of whether c.) Tender the defense and indemnity of any the additional insured has actually requested claim or"suit" to any other insurer which also that the insurer provide the additional insured insures against a loss we cover under tnis with a defense and/or indemnity under that endorsement This includes, but is not limited policy of insurance 1 to, any insurer which has issued a policy cf d.) Agree to make available any other insurance insurance in whch the additional insured that the addrtiona; insured has for a loss we qualifies as an Insured. For purposes of this cover under this endorsement i Page 2 of 2 Copyright, The Travelers Indemnity Company, 2002 CG D2 4610 02 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE i DIVISION 1 GENERAL REQUIREMENTS..............................................1-1 1-01 Definitions and Terms ........... ....................................................................1-1 1-02 Bid Procedures and Conditions...................................................................1-3 1-03 Award and Execution of Contract................. .............................................1-5 1-04 Scope of the Work ......... . . . . .................................................................1-7 1-05 Control of Work..........................................................................................1-9 1-06 Control of Material . .................................. . ..............................................1-18 1-07 Legal Relations and Responsibilities to the Public ... ................................1-21 1-08 Prosecution and Progress. . . . . ................. . ... ................................ 1-32 1-09 Measurement and Payment.........................................................................1-36 1-10 Temporary Traffic Control..........................................................................1-39 DIVISION 2 EARTHWORK ........................................................................2-1 2-02 Removal of Structures and Obstructions ....................................................2-1 2-03 Roadway Excavation and Embankment .. ..................................................2-2 2-06 Subgrade Preparation............................................. .....2-3 2-07 Watering . . . . .. .................................................. .. ............. .................2-3 DIVISION 4 BASES 4-1 ....................................................................................... 4-04 Ballast and Crushed Surfacing....................................................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................5-1 5-02 Bituminous Surface Treatment...... . ...... . . .. .... . ....... ..........................5-1 5-04 Hot Mix Asphalt.........................................................................................5-1 5-05 Cement Concrete Pavement........................................................................5-4 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS....................7-1 7-02 Culverts........................... . . . . . .................... . .............. .. .. . ... .7-1 7-04 Storm Sewers..............................................................................................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells............................................7-1 7-08 General Pipe Installation Requirements .. ..................................................7-5 7-12 Valves for Water Mains . . ....................................................................7-10 7-17 Sanitary Sewers...........................................................................................7-11 7-18 Side Sewers ................................................................................................7-14 7-19 Sewer Cleanouts..........................................................................................7-15 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom t August 7,2006 Project Number 06-3002 TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION...............................8-1 8-01 Erosion Control and Water Pollution Control ............................................8-1 8-13 Monument Case.................................................. ................................. . .. 8-12 8-28 Pothole Utilities .. .............................. . ....................................................8-12 8-33 Project Signs................................. ..................... . ................................. ...8-13 DIVISION 9 MATERIALS................................... 9-1 ......................................... 9-03 Aggregates .............. ..................................... .................................. . .. ....9-1 ' KENT STANDARD DETAILS..............................................................................A-1 KING COUNTY STANDARD PLANS ................................................................A-2 WSDOT STANDARD PLANS...............................................................................A-3 WAC173-400-075...................................................................................................A-4 HOTMIX ASPHALT ..........................................................................................A-5 TRAFFIC CONTROL PLANS..............................................................................A-6 PREVAILING WAGE RATES.............................................................................A-7 l LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 2 August 7,2006 Project Number 06-3002 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American ' Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions. Finally, all of these documents are a part of this contract Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. ' DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-01.1 General When these Special Provisions make reference to a"Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2)IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 1-01.2(2) Items of Work and Units of Measurement Ea Each ' Eq. Adj. Equitable Adjustment FA Force Account Hr Hour Hund. Hundred Mgal. Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-01.3 Definitions 1 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 - 1 August 7,2006 Project Number 06-3002 Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the ' 2006 Standard Specifications for Road, Bridge, and Municipal construction, as ' prepared by the Washington State Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: ' 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as ' prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current ' edition, and; 3. American Water Works Association Standards, current edition; Incidental Work The terms "incidental to the project,""incidental to the involved bid item(s)," etc , as ' used in the Contract Documents shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the ' Contract). No additional payment will be made. Standard Details A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, ' hereinafter referred to as the"Standard Details" or the "City of Kent Standard Details." Standard Specifications The Standard Specifications for this contract are contained in the following 1 publications. 1. "2006 Standard Specifications for Road, Bridge and Municipal Construction," 1 prepared by the Washington State Department of Transportation(WSDOT) and the American Public Works Association(APWA) Washington State Chapter, ' including all published amendments issued by those organizations. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -2 August 7,2006 ' Project Number 06-3002 ' 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans 3. The current edition of the"National Electrical Code " 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. 1 To the extent any inconsistencies exist among any of the four above-listed documents, each document appearing on this list shall have priority over all ' documents, if any, listed below it These publications are incorporated in this contract by this reference The Contractor should note that these publications contain general conditions to this contract, as well as construction details Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and ' organization to do the work called for in the Contract 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 includes the City's ' review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work If the City determines that ' the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). ' SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.2 Plans and Specifications ' Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased ' from the City at the price specified by the City or in the Call for Bids. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -3 August 7,2006 Project Number 06-3002 SECTION I-02.4(1) IS SUPPLEMENTED BYREVISING THE SECOND ITEM 2 OF THE ' 61H PARAGRAPH. 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. ' SECTION 1-02.4(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-02.4(2) Subsurface Information ' Because of the varying soil composition and ground water levels encountered in ' various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction ' methods or procedures that maybe necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document ' SECTION 1-02.5IS DELETED AND REPLACED BY THE FOLLOWING. ' 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents and a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids." Bid Documents may be requested by mail, or , picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPHAND BYADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRA PH. • ' 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. SECTION 1-02.6IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST ' PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ' ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. t LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -4 August 7,2006 Project Number 06-3002 SECTION 1-02.7IS REVISED BYDELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit ' SECTION 1-02.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Call for Bids." Bids 1 must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail SECTION 1-02.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.11 Combination and Multiple Proposals 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; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from ' submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h)AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders ' 3 The bidder is not qualified or pre-qualified for the work or to the full extent of the bid ' 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: ' 1-03.1 Consideration of Bids The City of Kent also reserves the right to include or omit any or all schedules or ' alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -5 August 7,2006 Project Number 06-3002 A bidder who wished to claim error after the Bids have been opened and tabulated ' shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the , responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity , of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned Thereafter, at the discretion of the City, all Bids maybe rejected or award made to the next lowest, responsive, responsible Bidder. , SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH"60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED BY THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in 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 contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the , City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that , the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. ' No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these t Special Provisions. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -6 August 7,2006 ' Project Number 06-3002 SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 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 1 if the Contractor is a 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). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1- 05.10 (Guarantees), and the Performance Bond language of the contract. SECTION 1-03.7IS DELETED AND REPLACED BY THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City of Kent regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope ofjudicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington ' 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED BY THE FOLLOWING. ' 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor ' and materials required to perform that work shall be incidental and included with the bid item prices in the contract. tSECTION 1-04.2IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD DETAILS"FOLLOWING THE WORDS, "CONTRACT PRO VISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -7 August 7,2006 Project Number 06-3002 SECTION 1-04.2 IS REVISED BYDELETING ITEMS 1 THROUGH 7IN THE SECOND PARAGRAPHANO REPLACING WITH THE FOLLOWING. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, ' and Addenda 1. Change Orders ' 2. The Contract Agreement 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications 7. Kent Standard Details , 8. Bid Packet Information SECTION 1-04.4 IS REVISED BYDELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BYDELETING THE FIFTHPARA GRAPH AND REPLACING IT WITH THE FOLLOWING. ' 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, mcludin any bid item increase or decrease by more than 25 percent from the original planned quantity SECTION 1-04.4IS REVISED BYDELETING THE LAST TWO PARAGRAPHS. SECTION 1-04.S IS REVISED BY DELETING THE STH PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor The Contractor accepts all requirements of a change order by (1) endorsing it, (2) writing a separate acceptance, or(3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment , and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. , SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. , 1-04.6 Variation in Estimated Quantities LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -8 August 7,2006 ' Project Number 06-3002 SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING. ' 1-04.9 Use of Adjacent Properties Limits of construction are indicated or defined on the plans The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its 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 its materials. 1-05 CONTROL OF WORK SECTION 1-05.5IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05 5(2) through 1-05 5(7) of the Kent Special Provisions The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner A City survey crew can stake a finite amount of work in a single day(see Section 1-05 5(6) of the Kent Special provisions herein). The Contractor shall provide staking requests for a reasonable amount of work to the Engmeer at least 3 working days in advance to allow the survey crew ' adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared Up to an additional ' 3 working days may be required depending on work load, to complete the rescheduled work. Note A working day is a consecutive eight hour period between 7:00 AM and 6.00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction The Contractor will allow ample time for City Survey ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -9 August 7,2006 Project Number 06-3002 Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of S 150/hr for City Surveyors to replace the stake, marker or monument that ' was not to be disturbed or damaged by the Contractor's operations This charge will be deducted from monies due or to become due to the Contractor Any claim by the Contractor for extra compensation by reason of alterations or ' reconstruction work allegedly due to error in the Surveyor's line and grade, will not be allowed unless the original control points set by the Surveyor still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade Any such variation ' shall, upon discovery, be reported to the Engineer In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades ' and measurements the Engineer deems necessary for completion of the Work These shall generally consist of one initial set of- 1. Cut or Fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset ' hubs are set. 1-05.5(4) Control Stakes , Stakes that constitute reference points for all construction work will be ' conspicuously marked with an appropriate color of flagging tape It will be the responsibility of the Contractor to inform his employees and subcontractors of their importance and of the necessity for their preservation. , The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become ' necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of$150/hr for City Surveyors to replace the stakes The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 10 August 7,2006 Project Number 06-3002 advance notice of at least two (2) full business days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the required staking. The City will furnish the following stakes and reference marks- 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25 foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (Should slope transitions possibly cause erroneous grading, intermediate points along vertical curves may also be staked) 3. Storm Sewers -Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure After installation and back fill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main- One set of line stakes will be furnished for water mains at 50 foot stations Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 1 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25 foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 25 foot stations. No intermediate stakes shall be provided unless slope transitions might cause erroneous grading. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline. ' LID 360 SE 227tb PI Sanitary Sewer-Re-bid/Horn 1 - 11 August 7,2006 Project Number 06-3002 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent ' wetland perimeters will be set at 25 to 50 foot stations as required 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not In place at the time of the survey request If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor Cut sheets will be supplied when appropriate for curb, storm, sanitary sewer and t water lines Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at his own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional ' staking at the request of the Contractor at the rate of S 150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline , Storm or sanitary sewer Approximately 10-12 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 12 August 7,2006 ProjectNumber 06-3002 ' 1-05.5(7) Stake Verification It shall be the Contractor's responsibility to examine survey stakes before commencing operations. The Contractor shall notify the City if the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of$150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph It may be replaced, but at a charge of$150/hour to the Contractor The Contractor may not ' charge the City for any standby or"down" time as a result of any re-staking and/or resetting procedure. ' SECTION 1-05.8 IS DELETED AND REPLACED BY THE FOLLOWING: ' 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract 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, could be potentially unsafe if its remedy is delayed, 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 may 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. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 13 August 7,2006 Project Number 06-3002 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 SECTION 1-05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 1-05.10 Guarantees The Contractor shall be available approximately sixty(60) calendar days prior to the t expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. , SECTION 1-05.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. , If, after this inspection, the Engineer concurs with the Contractor that the work is ' substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will,by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice 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 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 14 August 7,2006 Project Number 06-3002 schedule indicating when the Contractor expects to reach substantial and physical completion of the work This process shall be repeated until the Engineer establishes the Substantial Completion Date 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and 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, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor ' shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 15 August 7,2006 Project Number 06-3002 During and following the test period, the Contractor shall correct any items of , workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid , item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract SECTION 1-05.12 IS DELETED AND REPLACED BY THE FOLLOWING. , 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 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 of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, 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 subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of , Completion will not constitute acceptance of unauthorized or defective work or material Moreover, the City in establishing the Final Acceptance Date, 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 for a period of one (1) year from the date of acceptance by the City of Kent. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 16 August 7,2006 Project Number 06-3002 Final acceptance shall not constitute acceptance of any unauthorized or defective work or material The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the City may take these or other Contractor performance reports into account. Within ten(10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Soos Creek Water and Sewer District will be replacing the two existing AC water mains with one 10 inch ductile iron water line within SE 227th Place. Construction is estimated to be completed by the end of March 2007. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING_NEW SECTIONS: ' 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. i LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 - 17 August 7,2006 Project Number 06-3002 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2)IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION I-06 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. , 1-06.7 Submittals 1-06.7(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. , 3 Each new submittal shall be sequentially numbered (1, 2, 3, etc ). Each resubmittal shall include the original number with a sequential alpha letter ' added (IA, 1B, 1C, etc.) 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals A Schedule of Submittals shall be completed by the Contractor. The schedule can be modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting(see 1-08.0) of the Kent Special Provisions The Contractor shall submit three (3) copies of a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be made , The Schedule of Submittals must be accepted prior to payment. Identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. Indicate whether the submittal is required for Product Review of Proposed LID 360 SE 227th P1 Sanitary Sewer-Re-bid/Horn 1 - 18 August 7,2006 Project Number 06-3002 Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only Unless otherwise noted the Contractor shall allow a minimum of 14 days for Engineers review of submittals The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the Item submitted does not meet the requirements of the Contract Documents. Re-reviews may require additional time beyond the 14 days 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. 1-06.7(3) Shop Drawings, Product Data and Samples This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals where applicable: 1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data. Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 1. Each submittal shall include all of the items required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 - 19 August 7,2006 Project Number 06-3002 3. Provide verification that the physical characteristics of items submitted, , including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are , compatible with other interrelated items that are existing or have or will be submitted. 4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section Highlight or mark every page of every copy of all Product Data submittals to show the specific Items being submitted and all options included or choices offered. 5. Additional requirements for submittals are contained in the Technical Specification sections and in Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid , item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the , Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED"—Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED"—Accepted subject to minor corrections that shall , be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission No resubmission is required. 3. "AMEND AND RESUBMIT"—Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the changes LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -20 August 7,2006 Project Number 06-3002 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39 04 120 For changes under RCW 39 04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07 2(1) through 1-07 2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts In some cases, however, state retail sales tax will not be included. Section 1-07 2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60 28 050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -21 August 7,2006 Project Number 06-3002 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc , owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount 1-07.2(4) Services , The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional, or other services (as defined in Washington State , Department of Revenue Rules 138 and 244). 1 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -22 August 7,2006 Project Number 06-3002 SECTION I-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has obtained the following permits. King County Right of Way Use Permit Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Promptly notify the City of Kent in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required SECTION 1-07.9(1) IS SUPPLEMENTED BYINSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(l) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening The City will not adjust the Contractor's bid in the event the State or Federal Governments adjust the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3)IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4)IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by City forces or other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn t -23 August 7,2006 Project Number 06-3002 SECTION 1-07.14IS REVISED BY DELETING THE THIRD, FOURTH, AND FIFTH t PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY". 1-07.14 Responsibility for Damage SECTION 1-07.17IS REVISED BY DELETING THE SECOND PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). If a utility is known to have or suspected of having underground facilities within the area of the proposed , excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19 22 030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.17(1) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(2) Payment , All costs to comply with this section and for the protection and repair specified in RCW 19 122 are incidental to the contract and are the responsibility of the Contractor/excavator The Contractor shall include all related costs in the unit bid prices of the contract No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(3) 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, whether public or private, that excavation will occur, and when excavation will occur. This will be accomplished by placing "door hanger"notices on all LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -24 August 7,2006 Project Number 06-3002 residences along the intended construction, describing the work to be done, and the Engineer's name and phone number with the City. 1-07.17(4) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of contacts are provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities or agencies. Soos Creek Water and Sewer Puget Sound Ener2y Contact: Ken Van Den Bergh Contact: Anita Vurovchak (253) 630-9900 (253) 476-6304 Comcast Owest Contact: Jim Nies Contact: Warren Perkins (253) 864-4382 (253) 372-5323 MCI King Countv Inspections Contact: Louise Popelka Contact: Cliff Brown (425) 201-0901 / (206) 296-8122 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. iLID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -25 August 7,2006 Project Number 06-3002 To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings 4. Maintain existing permanent signing. Repair of signs will be at the City's ' expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of stonnwater. Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor fails to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn t -26 August 7,2006 ,t ProjectNumber 06-3002 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks,pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition, and 4 Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access. 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan(TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross, 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles,pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum), and 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds. When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -27 August 7,2006 Project Number 06-3002 The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway, shoulder, street, sidewalk, or pedestrian or bicycle path) left exposed to traffic during working and nonworking hours Unless otherwise specified in the approved TCP, drop-offs left exposed to traffic shall be protected as follows- 1. Drop-offs up to 0 20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists,pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0 20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below 3. Drop-offs more than 0 20 foot, but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channellzmg devices (Type H barricades, plastic safety drums, or other approved devices 36 inches or more in height)placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a mimmum of 3 feet from the edge of the drop-off The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. C. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or impact attenuator will be required at the beginning of the section. For night use, the barrier shall have approved warning lights 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c if all of the following conditions are met. a The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; C. The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -28 August 7,2006 Project Number 06-3002 5. Drop-offs more than 0 50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk, pedestrian or bicycle lane, and are not otherwise covered by No 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c 6 Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required Open trenches within sidewalks, or pedestrian or I bicycle paths shall not be permitted unless a suitable detour route Is provided. Warning signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or any individual utilizing the highway, road, or street facilities being constructed or improved under this contract The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City's TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer The Contractor's employees and agents shall not park private vehicles within or along the traveled way, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes when those public access areas are open to public travel. SECTION 1-07.23(2)IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -29 August 7,2006 Project Number 06-3002 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours , or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due , the Contractor SECTION 1-07.23 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e , regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost, or time saving Traffic Control Plan(TCP), all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flaggers, shown on the TCP approved by the City's Traffic Control Supervisor shall be at the Contractor's sole expense. A At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -30 August 7,2006 Project Number 06-3002 1-07.23(4) 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 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. SECTION 1-07.24 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -31 August 7,2006 Project Number 06-3002 SECTION 1-07.26IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Call for Bids Pnor to undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed,but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at the preconstruction meeting the following: 1. A price breakdown of all lump sum items 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06 7) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -32 August 7,2006 Project Number 06-3002 SECTION I-08.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City The Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor within SE 227th Place, shall be any consecutive 8 hour period between 7:00 a.m and 6:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day Work within 116th Avenue SE is restricted to the period between 9:00 a.m. and 3:00 p.m. under this contract. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6.00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled Permission to work longer than an 8-hour period between 7.00 a.m. and 6.00 p.m. is not required Permission to work between the hours of 10:00 p.m and 7:00 a.m. during weekdays and between the hours of 10:00 p m. and 9:00 a in. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times, considering the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -33 August 7,2006 Project Number 06-3002 but are not limited to, survey crews; personnel from the City's material testing lab; inspectors, and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence 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, 1 Ith 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 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. 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 City may deduct these costs from any amounts due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplement progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the information required in this section, the City may withhold progress payments until a schedule containing required information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's , responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -34 August 7,2006 Project Number 06-3002 SECTION I-08.5 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.5 Time for Completion The entire project, including cleanup, shall be physically completed within the time set forth in the contract. Each calendar day, including Saturdays, Sundays, and holidays, shall be counted when computing the total contract time for completion The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule Rainfall or rainstorms will not be considered as a delay to the Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the immediate project area The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03 3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed(see Section 1-03 3) The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, barriers, illumination and signage complete. (See also Section 1-05.11(1)). SECTION 1-08.8 IS REVISED BYDELETING ITEMS 1 THROUGH 5 IN THE SECOND PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested The Contractor shall be responsible for showing on the progress schedule that the change or event. (1) had a specific impact on the cntical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -35 August 7,2006 Project Number 06-3002 The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1-05 1 1-09 MEASUREMENT AND PAYMENT t SECTION 1-09.2(1)IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number(this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. S. Weight of load The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.9 Payments 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, 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 Chapter 60 28, RCW. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -36 August 7,2006 Project Number 06-3002 At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City; 2. 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, 3. 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 for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City(Item (a) above) jThe Contractor in choosing option(a) or (b) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty(60) days following the Completion date (pursuant to RCW 39 12 RCW 39.76, and RCW 60 28) provided the following conditions are met. 1. On contracts totaling more than 520,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier(RCW 39 12.040). 4. Asbuilt plans have been submitted to owner if required under the contract. In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a"Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -37 August 7,2006 Project Number 06-3002 Department is notified of contract completion in order to obtain releases from that department. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE FOLLOWING. 1 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions SECTION 1-09.13 IS DELETED AND REPLACED BY THE FOLLOWING. 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09 11 of the 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 City's decision The City's decision under LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -38 August 7,2006 Project Number 06-3002 Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being famished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all tunes from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor(TCS). The City's TCS is Rob Knutsen,telephone number (253) 856-5530. SECTION 1-10.2(1) IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS) The TCS shall be responsible for safe implementation of approved Traffic Control Plans (TCP's) provided by the TCM. The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or(206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -39 August 7,2006 ProjectNumber 06-3002 A TCM and TCS are required on all projects that have traffic control The TCM may also perform the duties of the TCS The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment - including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(1)A Traffic Control Manager The duties of the Traffic Control Manager(TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor(TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the approved TCP's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, pedestrian and bicyclist traffic 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. LID 360 SE 227th Pl Sanitary Sewer-Re-bid/Horn 1 -40 August 7,2006 Project Number 06-3002 8. Attending all project meetings where traffic management is discussed 9. Reviewing the TCS diaries daily and being aware of"field"traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to City's TCS 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties SECTION 1-10.2(1)B IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor(TCS) shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non-work periods, the TCS shall be available to the job site within a 45-minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as- a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -41 August 7,2006 Protect Number 06-3002 4. Attending traffic control coordinating meetings or coordination activities as I authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good fi working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications. The TCS may perform the work described by"Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2) IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The Traffic Control Plan (TCP) or Traffic Control Plans (TCP's) appearing in Appendix 6 show a method of handling traffic. All flaggers are to be shown on the Traffic Control Plan (TCP) except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Traffic Control Supervisor(TCS) for review and approval. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT publication M 24-01, and the more stringent requirements of City of Kent Development Assistance Brochure #6-5, Traffic Control Plans The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor(TCS). THE FIRST PARAGRAPH OF SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE t FOLLOWING: 1-10.2(3) Conformance to Established Standards Traffic Control Plans (TCP's), flagging, signs, and all other traffic control devices furnished or provided by the Contractor shall conform to the standards established in the latest approved edition of the Manual on Uniform Traffic Control Devices LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -42 August 7,2006 Project Number 06-3002 (MUTCD) adopted by the Washington State Department of Transportation (WSDOT), and published by the U S Department of Transportation, and the Washington State Modifications to the MUTCD, publication M 24-01 published by 1 WSDOT, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S Government Printing Office, Washington, DC, 20402. Washington State Modifications to the MUTCD, publication M 24-01, may be obtained from the Department of Transportation, Olympia, Washington 98504 City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department. When these publications appear to be in conflict, the decision of the City's Traffic Control Supervisor JCS) shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1-10.2(3) ARE DELETED AND REPLACED BY THE FOLLOWING: When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City venfication that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE FOLLOWING: When a sign or traffic control device becomes classified less than"acceptable" it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project The radios will be capable of having direct contact with the Traffic Control Manager, Traffic Control Supervisor, and project management (foremen, superintendents, etc ) The hours eligible for"Traffic Control Labor"will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a Traffic Control Supervisor (TCS) will be paid for as "Traffic Control Labor"per hour 1-10.3(3) Traffic Control Devices LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn t -43 August 7,2006 Project Number 06-3002 SECTION 1-10.3(3)A IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.3(3)A Construction Signs All signs required by the Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved , product specifically manufactured for sign covering during periods when they are not needed When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28 All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall. (1) be furnished by the Contractor, (2)have a maximum weight of 40 pounds, and (3)be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1- 10 3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for"Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use Is required on the project, shall be promptly replaced by the Contractor without additional compensation. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 1 -44 August 7,2006 Project Number 06-3002 SECTION 1-10.3(3)D IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)D Barricades 1 The barricades shall be constructed in accordance with the details shown in the MUTCD and the Standard Plans The barricade width shall be 10-feet unless another width is specified on the approved Traffic Control Plan (TCP) If it is necessary to add mass to barricades for stability, only bags of sand that will rupture on impact shall be used The bags of sand shall• 1. Be furnished by the Contractor. 2. Have a maximum mass of 40 pounds. 3. Be placed no more than 1 foot above the ground. As may be indicated in the TCP, the Contractor may be required to install signs, warning lights, or both, on barricades SECTION 1-10.3(3)E IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)E Traffic Safety Drums Traffic safety drums shall be manufactured specifically for traffic control purposes, and shall be fabricated from low density polyethylene that maintains its integrity upon impact. The drums shall be of the following general specifications Overall Height: 36 inches minimum Overall Width: 18 inch minimum in the direction(s) of traffic flow. If the front to back dimension is less than 18 niches, only those drums specifically approved by the Engineer will be permitted. Shape: Rectangular, hexagonal, circular, or flat-sided semi-circular. Color: The base color of the drum shall be fade resistant safety orange. Reflective Stripes: The exterior vertical surface shall have at least two orange and two white circumferential stripes. Each stripe shall be 4 to 6 inches wide and shall be reflectonzed If there are non-reflectonzed spaces between the horizontal orange and white stripes they shall be no more than 2 inches wide Reflective stripes shall be 3-M flexible 3810, Reflexite PC 1000, 3-M Diamond Grade, or Avery Dennison W-6100. The traffic safety drums shall be designed to accommodate at least one portable light unit The method of attachment shall ensure that the light does not separate from the drum upon impact, and shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device The Contractor shall obtain the manufacturer's certification documentation for all such devices purchased and shall keep the documentation available for inspection throughout the life of the project. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn t -45 August 7,2006 ProjectNumber 06-3002 When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. If approved by the Engineer, used drums with new reflective sheeting may be used, provided all drums used on the project are of essentially the same configuration The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. The lower unit shall be a maximum of 4 inches high and shall be designed to completely enclose the ballast. The lower unit, with ballast, shall have a minimum weight of 10 pounds and maximum weight of 50 pounds. The base shall be designed to resist movement or creeping from wind gusts or other external forces. The drums shall be designed to resist rolling if overturned Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond use, or provides inadequate reflectivity, a new drum shall be furnished. When no longer required, as determined by the Engineer, the drums shall remain the property of the Contractor and shall be removed from the project. SECTION 1-10.3(3)F IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.3(3)F Barrier Drums The Temporary Barriers shall be installed in accordance with the details shown in the MUTCD, and approved Traffic Control Plan (TCP). The barrier shall be NCHRP 350 compliant, and the Contractor shall provide verification of this requirement. SECTION 1-10.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.4 Measurement No unit of measure will apply to the position of Traffic Control Manager(TCM) and it will be considered incidental to unit contract prices. When the TCM performs the duties of Traffic Control Supervisor(TCS), measurement and payment will be as specified for the TCS. Traffic Control Supervisor(TCS)will be measured for each hour a person is actually performing the duties described in Section 1-10 2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the job site dunng non- working shifts. Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10.2(1) B, and Section 1-10 3(1) of the specifications. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -46 August 7,2006 Protect Number 06-3002 Contractor's TCM, City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. Portions of an hour will be rounded up to a whole hour. Class A Construction Signs will be measured by the square foot of panel area A Class A Construction Sign may be used in more than one location and will be measured for payment for each new installation. Class B construction signs will not be measured for payment Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Where Traffic Safety Drums are specifically shown on a Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS), traffic safety drums will be measured per each, for the maximum number of drums in place at any one time plus the number of drums replaced due to damage by traffic. Traffic Safety Drums will be measured per each. The final pay quantity for Traffic Safety Drums will be the maximum number of barricades in place at any one time, plus the number of drums replaced due to damage by traffic. No measurement will be made for warning lights. Type III Barricades will be measured per each. The final pay quantity for Type III barricades will be the maximum number of barricades in place at any one time,plus the number of barricades replaced due to damage by traffic. No measurement will be made for warning lights. When the approved Traffic Control Plan (TCP)requires that signs be installed on the Type III barricade, the signs will be considered part of the project traffic control and will be measured by the square foot as a Class A construction sign, except that when the sign is relocated in conjunction with the relocation of the Type III barricade, no additional measurement will be made for the Class A construction sign. Temporary Barriers will be measured by the foot of bamer actually installed in conformance to the approved Traffic Control Plan(TCP) The TCP will show the minimum distance of bamer to be installed, but the amount of bamer will be rounded up to reflect the actual bamer distance required to provide this minimum distance as determined by the Engineer. When there is a conflict, the length of the bamer will be determined the Engineer. Additional bamer provided in excess of that amount determined necessary by the Engineer will be at the Contractor's expense. No specific measurement will be made for the Force Account item for Impact Attenuators. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -47 August 7,2006 Project Number 06-3002 SECTION I-10.5 IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for"Traffic Control Labor"per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10 3(1) of the Special Provisions, and as authorized by the Engineer The hours eligible for"Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on weekly basis. The unit contract price for"Construction Sims Class A"per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10 3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control Supervisor The unit contract price for"Traffic Control Supervisor"per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10(1)B. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for"Traffic Control Labor". The lump sum contract price for"Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). Progress payment for the lump sum item "Temporary Traffic Control Devices"will be made as follows 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total Job progress as determined by progress payments. The unit contract price for"Traffic Safety Drum"per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 1 -48 August 7,2006 Project Number 06-3002 l All labor required to perform the work described in Section 1-10 3(1) for the drums will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas. 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign Any warning signs for side streets on the approved TCP are also included If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07 23(3) of the Special Provisions. LID 360 SE 227th P1 Sanitary Sewer-Re-bid/Hom 1 -49 August 7,2006 Project Number 06-3002 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED BY THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining step of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal. LID 360 SE 227th Pt Sanitary Sewer-Re-bid/Horn 2- 1 August 7,2006 Project Number 06-3002 "Saw Cut Existing Asphalt Concrete Pavement" The unit pnce contract price per lineal foot for the above item(s) constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness— 6 inches) x unit bid price — additional compensation 6inches For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be. (8 —6) x $2600 = $0 67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03 3(7)C of the Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City of Kent, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D- 1557. All compaction tests if required will be performed by the City. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 2-2 August 7,2006 Project Number 06-3002 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1)ITEM 6 IS DELETED AND REPLACED BY THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements Fill sections shall be prepared in accordance with the Standard Specification Section 2-03 3(14)C, Method B except ASTM D-1557 shall determine the maximum density SECTION 2-06.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED BY THE FOLLOWING. 2-07.4 Measurement The entire project is served by Soos Creek Water and Sewer District. The Contractor shall contact the District directly to detain water and shall comply with the District's procedures and conditions The Contractor shall be responsible for paying all water use costs as required by the District. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 2-3 August 7,2006 Project Number 06-3002 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BYADDING FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer SECTION 4-04.3(5)IS REVISED BYDELETING THE FIRST PARAGRAPHAND REPLACING IT WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7)IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer SECTION 4-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "_Crushed Surfacing Top Course, 5/8 Inch Minus" The unit contract pnce per ton for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 4- 1 August 7,2006 Project Number 06-3002 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7- 08 3(2)13 of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving 5-02 BITUMINOUS SURFACE TREATMENT 5-02.5 Payment SECTION 5-02.S IS REVISED BY DELETING PARAGRAPHS FIVE AND SIX RELATED TO "ANTI-STRIPPING ADDITIVE"AND REPLACING IT WITH THE FOLLO{{ING. Anti-stripping additive shall be included in the price of asphalt (grade)per ton. The quantity of asphalt matenal shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.1 Description For Section 5-04 delete the Standard Specifications in its entirety and replace with the WSDOT GSP "Hot Mix Asphalt' except as modified herein See Appendix 5. SECTION 5-04.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved mix design, Class B in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5%by total mix weight and anti- stripping compound Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 5- 1 August 7,2006 Project Number 06-3002 SECTION 5-04.3(8)A IS DELETED AND REPLACED BY THE FOLLOWING. 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 Asphalt Cement and Gradation. Extraction tests shall be taken every 500±tons as determined by the Engineer or each day whichever is less 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered Any deviation from the specification will be considered on a case- by-case basis by the Engineer and may require a credit to the City based on Section 5-04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class B shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer The minimum compacted depth of Class B asphalt concrete shall be 1 1/2 inch. Reference Section 8-20 3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.3(10) Compaction , Density shall be at least 92 percent of maximum theoretical density(rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete Class A, B, E, F and G, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 5 -2 August 7,2006 Project Number 06-3002 maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations The quantity represented by each lot will be no greater than a single days production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price Cores used to check density will be approved only when designated by the Engineer At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibllity shall be based on the ability of the mix to attain the specified minimum density(92 percent of the maximum density determined by WSDOT Test Method 705) Asphalt concrete Class D and preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot SECTION 5-04.3(12)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04,3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04 3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. LID 360 SE 227th PI Sanitary Sewer-Re-bidlHom 5-3 August 7,2006 Project Number 06-3002 SECTION 5-04.5IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for"HMA Class B, PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item The unit contract price per ton for"HMA Class B, PG 64-22, Full Width Overlay" shall be full pay for all costs of material, labor,tools and equipment necessary for furnishing, installing and finishing the asphalt for the full-width overlay at the locations shown on the plans, as specified herein and as directed by the Engineer This work shall include the cost to install an asphalt thickened edge in the areas identified on the plans. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for"Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTION 5-04.5 IS REVISED BY DELETING THE LAST THREE (3) ITEMS. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 5-05 CEMENT CONCRETE PAVEMENT 5-05.3 Construction Requirements SECTION 5-05.3(7)IS REVISED AS FOLLOWS: 5-05.3(7) Placing, Spreading, and Compacting Concrete THE SECOND PARAGRAPH IS REVISED TO READ: The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 5-4 August 7,2006 Project Number 06-3002 DIVISION 7 -DRAINAGE STRUCTURES STORM SEWERS SANITARY SEWERS, WATER MAINS AND CONDUITS 7-02 CULVERTS SECTION 7-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.2 Materials Pipe matenal for culverts shall be in accordance with Section 7-04.2 of the Kent Special Provisions except that PVC pipe cannot be used for culvert pipe. SECTION 7-02.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-02.5 Payment The unit contract price per lineal foot for"Culvert Pipe, 12 Inch Diameter"shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to- trench excavation; unsuitable material excavation, hauling, dewatering,backfill and compaction (when native material is to be used), surface restoration, and cleanup The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED BY THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV 9-05.7(2) PVC Pipe . .. . . ............................ ....... ................9-05 12(1) Ductile Iron Pipe Class 50.........................................9-05 13 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: iLID 360 SE 227th PI Sanitary Sewer•Re-bid/Horn 7- 1 August 7,2006 Project Number 06-3002 7-05.3 Construction Requirements All manholes shall be precast concrete units and shall conform to Kent Standard Details 4-1(b), 5-7, 5-8(a) and 5-8(b) unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet All manhole structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Detail 4-8 The ladder shall be secured from top to bottom, inside the structure wall No 4 feet hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to sprig line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch The shelves shall slope at 2 percent to the top of the channel All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, , frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Details as applicable: 4-6(a) 24 inch x 6 inch locking manhole frame and cover Care must be taken to ensure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. SECTION 7-05.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the Standard Specifications, standard plans, City of Kent standard details and the Kent Special Provisions. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 7-2 August 7,2006 f Project Number 06-3002 Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface Final elevation and slope of the frame and cover shall conform to the final street surface All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch ' mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within,but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 7-3 August 7,2006 ProjectNumber 06-3002 SECTION 7-05.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Detail 4-7. Inside drop connections are not allowed SECTION 7-05.5IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 7-05.5 Payment "Manhole Under 12 Feet, Type 148 Inch Diameter" The unit contract price per each for the above item(s) constitutes complete compensation to furnish all labor, material, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications The unit price bid shall include but not be limited to asphalt removal excavation, dewatenng, installing the manhole, connecting new or existing pipes, backfilhng, compacting; vacuum testing, and surface restoration. The unit contract price per vertical feet for"Sewer Drop Connection, 8 Inch Diameter" constitutes complete compensation to install the complete outside non- encased drop connection (or inside drop when specified on the Drawings or special details), including, but not limited to asphalt removal, excavation, placing and compacting selected backfill materials; the concrete footing, the ductile iron pipe for the drop, ductile iron spool and fittings at the outside and inside drop connections; pipe supports; channeling; the ductile iron pipe to span to undisturbed soil; and cleanup and restoration. "Locking Manhole Frame and Cover" The unit contract price per each for the above item constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7-4 August 7,2006 Project Number 06-3002 "Adjust Existing Catch Basin Grate to Finished Grade" The unit contract price per each for the above item constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications This work includes but shall not be limited to: excavating; dewatenng installing, connecting new or existing pipes, backfillmg, compacting, surface restoration, referencing for future locates prior to final overlay, and storm dram stenciling Adjusting the grade by adding or removing risers, grade rings, or sections as required will be include in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer 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, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard Specifications and the Kent Special Provisions: Hot Mix AsphaIt...............................................5-04.2 Manholes, Inlets and Catch Basins...................7-05.2 Sanitary Sewer..................................................7-17.2 SideSewers.......................................................7-18.2 Crushed Surfacing........................................... .9-03.9(3) Gravel Backfill for Pipe Zone Bedding ............9-03.12(3) Gravel Backfill for Foundation. . . ...................9-03.17 Bank Run Gravel for Trench Backfill...............9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(1)A Trenches iIf well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatenng 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 dewatenng operation. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7-5 August 7,2006 Project Number 06-3002 Once commenced, the dewatermg operation shall be continuous until construction and backfilhng 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 damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatermg operation, the complete cost of all repairs shall be home by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatermg 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 maybe an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or H meeting the requirements of Section 4-03 17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7-6 August 7,2006 Project Number 06-3002 Trench excavation shall include the required pavement removal for construction of the trench See Section 2-02 3(3) of the Kent Special Provisions SECTION 7-08.3(1)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-11. Bedding material shall be in accordance with Section 9-03 12(3) of the Kent Special Provisions Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557 ' The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General Soos Creek Water and Sewer will be replacing the two existing asbestos concrete water mains with a single ductile iron water main. It shall be the Contractor's sole 1 responsibility to protect the water mains from damage or disturbance during the sewer main or side sewer installation This shall include, but not be limited to the Contractor's use of blocking, shoring, tunneling,boring, hand excavation, or other means and shall be included in the bid price for PVC SIDE SEWER PIPE, 6 INCH DIAMETER. At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7-7 August 7,2006 ProiectNumber 06-3002 i SECTION 7-08.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)HIS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer SECTION 7-08.3(2)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the j 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 7-08.3(2)K Asbestos Handling and Disposal The Contractor is advised that asbestos is present in asbestos-cement water main pipes coincident with or immediately adjacent to work included in this contract. Should these asbestos-cement water main pipes be exposed or otherwise encountered, the local air pollution control authority shall be notified in accordance with WAC-173-400-075 (see Appendix 4); the Contractor shall also notify the City Engineer in writing Handling and removal of asbestos/asbestos debris may require permits and shall be accomplished by certified asbestos workers only, as required by WAC 296-65-030. Disposal of asbestos/asbestos debris shall meet the requirements of EPA regulation 40 CFR part 61, Section 61 152 and 61.156 and local health department regulations. For this project, the additional cost of working with, or near asbestos-cement water main pipes shall be included in the unit contract price for sewer pipe and other bid items listed in the Proposal. No additional compensation will be paid for the handling, removal and/or disposal of asbestos-cement water main pipes or fittings. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7-8 August 7,2006 Project Number 06-3002 SECTION 7-08.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(3) Backfilling Pipe trench backfill shall be bank run gravel for trench backfill or gravel borrow if, in the opinion of the Engineer, existing trench excavation soils are unsuitable Bank run gravel and gravel borrow shall be from a pit approved by the Engineer and shall be as specified in Section 9-03 19 of the Standard Specifications for bank run gravel and Section 9-03 14(1) of the Kent Special Provisions for gravel borrow Each layer shall be compacted to 95 percent in paved areas and 90 percent in unpaved areas In accordance with ASTM D-1557 in lifts not to exceed eighteen (18) inches The maximum particle size shall not exceed six (6) inches or 2/3 the depth of the layer being placed whichever is less SECTION 7-08.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration Street restoration shall be in accordance with the plans. 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 backfillmg and compacting and before spreading the crushed surfacing Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08 3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving SECTION 7-08.4IS REVISED BYDELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.5 Payment The unit contract price per ton for"Pipe Zone Bedding' constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting Reference Standard Plan B-11. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 7-9 August 7,2006 Project Number 06-3002 i The unit contract price per ton for"Foundation Material, Class I and U"constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications This includes but shall not be limited to excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for"Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications This includes but shall not be limited to- excavating, loading, hauling, mixing, placing, shaping, and compacting The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The Contractor shall follow standard construction practices and any Governmental Agency directives and requirements relating to the exposing, disposing and handling the asbestos-cement water pipe which may apply. The Contractor shall have Ductile Iron Pipe and couplings on-site to expedite repairs should repairs be necessary. 7-12 VALVES FOR WATER MAINS SECTION 7-12.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit The 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. SECTION 7-12.5 IS DELETED AND REPLACED BY THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 7- 10 August 7,2006 Project Number 06-3002 The unit contract price per each for"Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications This work includes but shall not be limited to referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Detail 3-12. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05 12(1) of the Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9-05 13 of the Standard Specifications. All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17-3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determmed by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council acceptance 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.3(2)A General All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City of Kent LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7- l t August 7,2006 Project Number 06-3002 The Contractor shall be responsible to ensure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. Water for cleaning sewer lines shall be in conformance with the requirements of the Soos Creek Water and Sewer District. All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the atr-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place It is the responsibility of the Contractor to ensure all manholes are ready for testing prior to scheduling the testing through the inspector Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole Is ready. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the costs for additional vacuum testing to verify the correction of deficiencies SECTION 7-17.3(2)F IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air-Permeable Materials All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7- 17 of the Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe-The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for his own purposes. However, the acceptance air test shall be made after backfilling has been completed and compacted All wyes, tees, or ends of side sewer stubs shall be plugged with flexible joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures Such plugs or caps shall be readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7- 12 August 7,2006 Project Number 06-3002 Immediately following pipe cleaning, the pipe installation shall be tested with low- pressure air Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4 0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3 5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables Groundwater Pressure p =0.4332 (z) z= Distance between groundwater surface and centerline of pipe in feet. p =Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at his own expense the source or sources of leakage, and he shall repair(if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution—When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs ; against a 12-inch plug, 4501bs. The compressed air acts as a spring Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 Z 50 70 1t0 150 190 228 268 308 348 356 o W 100 140 180 220 260 300 338 374 372 368 150 212 250 290 330 370 390 386 382 378 O w, x w 200 282 322 360 400 404 398 394 390 386 250 352 392 428 418 410 404 400 396 392 WU 1. 300 422 440 430 1 422 416 410 404 400 396 04 350 454 442 434 426 420 414 410 404 402 400 454 444 436 428 422 418 1 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7- 13 August 7,2006 Project Number 06-3002 i SECTION 7-17.3(2)HIS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.5 Payment "Ductile Iron Sewer Pipe, 8 Inch Diameter" "PVC Sewer Pipe 8 Inch Diameter" The unit contract price per lineal foot for the above item(s) shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but 1s not limited to- asphalt removal, trench excavation, unsuitable material excavation, hauling, dewatering, backfill and compaction (when native material is to be used), surface restoration, and cleanup The bid price shall also included fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-18.3(1) General For new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field Such locations shall be marked by a stake or other suitable marker The Contractor shall be responsible for locating a"tee" in the main line opposite each marker and shall construct a side sewer to terminate with a cleanout, as nearly as practical at the property line or permanent easement line as shown on the plans All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. LID 360 SE 227th PI Sanitary Sewer-Re-btd[Hom 7- 14 August 7,2006 Project Number 06-3002 SECTION 7-18.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor's responsibility to field verify the location of existing side sewers Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for"PVC Side Sewer Pipe, 6 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications The bid item price includes but is not limited to- asphalt removal, trench excavation, unsuitable material excavation, hauling, dewatenng; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also included fittings, wyes, tees, plugs, cleanouts andjomt materials, connection to new or existing manholes ' and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used 7-19 SEWER CLEANOUTS SECTION 7-19.3 IS DELETED IN ITS ENTIRETYAND REPLACED WITH THE FOLLOWING: 7-19.3 Construction Requirements Sanitary sewer cleanouts shall be constructed in accordance with Kent Standard Detail 4-2 and the contract plans. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 7- 15 August 7,2006 Protect Number 06-3002 i SECTION 7-19.5 IS DELETED IN ITS ENTIRETY AND REPLACED WITH THE FOLLOWING: 7-19.5 Payment 1 The unit contract price per each for"Sewer Cleanout" shall constitute complete compensation for all materials, labor and equipment required for furnishing and installing the sewer cleanouts as shown on the plans and Kent Standard Detail 4-2 i i 1 i 1 1 i LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 7- 1 f) August 7,2006 ' ProjectNumber 06-3002 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ' SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. ' Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers ' and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and hydroseedmg shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must be experienced in work of ' similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or ' hydroseeding. ' SECTION 8-01.2 IS DELETED AND REPLACED BY THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications Seed... ..............................................8-01.3(2)B and 9-14.2 Fertilizer . ........................................8-01 3(2)B and 9-14.3 ' Straw Bale Barrier. ..........................8-01.3(9)C Straw Mulch............................. . ... .9-14 4(1) ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8- 1 August 7,2006 Project Number 06-3002 8-01.3 Construction Requirements ' SECTION 8-01.3(1) IS DELETED AND REPLACED BY THE FOLLOWING. ' 8-01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water, 2. Building dams, settling basins, energy dissipators, and other measures, to ' control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; , 4. Covering or otherwise protecting slopes until permanent erosion-control ' measures are working, 5. Designing, constructing and stabilizing temporary onsite conveyance channels ' to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be ' provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that , stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; i 7. Wherever construction vehicle access routes intersect paved roads, making ■ provisions to minimize the transport of sediment(dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other ' BMP approved by the Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day(or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the ' recovered sediment shall be deposited at a designated location approved by the Engineer; or ' 8. Discharging excavation dewatering devices into a sediment trap, pond, storage tank or other BMP approved by the Engineer. 1 Should the Contractor fail to install the required TESC measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. Prior to or in conjunction with all clearing or grading, the Contractor shall implement , temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm , dram system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8-2 August 7,2006 , Project Number 06-3002 throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer The Contractor shall Furnish, install, maintain and remove and dispose of water pollution and erosion and sediment control Best Management Practices (BMPs) to prevent sediments and other debris from entering into the storm drainage system and adjacent sensitive areas, including creeks and wetlands All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall ' not constitute a basis for additional working days for this project. The City of Kent Survey crew shall flag the boundaries of the clearing limits in the field as shown on the plans, prior to construction The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to ' insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, ' Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs 1 The TESC facilities shown on the construction plans are the minimum requirements for anticipated site conditions As construction progresses and unexpected seasonal ' conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect ' adjacent properties and to meet water quality standards These measures shall be paid for under the unit contract bid price. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8-3 August 7,2006 Project Number 06-3002 The Contractor shall have adequate materials on the site to respond to weather ' changes and shall modify the system to accommodate seasonal changes If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the ' deficiencies observed by the Engineer or the governmental agency These measures shall be installed and approved by the Engineer Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's ' approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer ' The Contractor shall protect the construction area from damage caused by surface ' water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications , and Special Provisions or as directed by the Engineer at no additional cost to the City The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities Water shall be frequently applied in traffic areas, as required, to achieve dust control 1 at the site in accordance with these Special Provisions. Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never ' expose more than 5 acres of erodible earth between October 1 and April 30 and never ' more than 17 acres of erodible earth between May 1 and September 30 The Engineer may increase or decrease the limits in light of project conditions. Erodible soils not being worked, whether at final grade or not, as well as temporary ' soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum ' May 1 through September 30 7 days maximum LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8 -4 August 7,2006 , Project Number 06-3002 Grass seeding with fast germinating grasses alone will be acceptable only if left ' undisturbed for more than a minimum of six (6)weeks during the months of April through October inclusive, as approved by the Engineer Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. ' Permit requirements from appropriate agencies are included in the Appendix The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include,but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites No additional payment will be made for following permit requirements All costs associated with permit requirements shall be included in the associated bid item unit price. 1 If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance ' responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08 7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements ' SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's certification of compliance for the filter fabric fence which includes Manufacturer's name, address, telephone number, product name by trademark and style, geotextile polymer type(s), and physical properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8-5 August 7,2006 Project Number 06-3002 SECTION 8-01.3(1)C IS REVISED BYDELETING ITEM I AND REPLACING WITH THE ' FOLLOWING: 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass ' treatment facilities and be routed to Its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following ' 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of , Washington 2. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)G Water Quality Monitoring Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU (nepholometnc turbidity units) or less prior to discharging any stormwater during construction from the site into adjacent ' streams. The Contractor shall also test for turbidity at the point of compliance which shall be , 100 feet downstream of the discharge point for waters up to 10 cfs flow at the time of construction or at 200 feet for waters above 10 cfs up to 100 cfs to verify that the added discharge does not exceed 5 NTU to the existing background turbidity of 50 , NTU or less and 10 percent increase in turbidity when the background turbidity is more than 50 NTU These turbidity tests shall be taken periodically(weekly) when stormwater is being , discharged and during any storm event All costs for this work shall be included in the various unit contract bid prices. ' 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.3(2)B Seeding and Fertilizing 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. , LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8 -6 August 7,2006 Project Number 06-3002 All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified herein The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseedmg operation and shall not begin the work until areas prepared or designated for hydroseedmg have been approved Following the Engineer's approval, hydroseedmg of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch. Hydroseed (upland seed mix) to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage 1 and shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application This tracer shall not be harmful to plant and animal life If wood ' cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. ' 1. Grass Seed Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8-7 August 7,2006 Project Number 06-3002 Mix B shall be used exclusively for seeded areas adjacent to grass lawns, , within seeded medians, and within seeded traffic islands In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. , 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily(in the early morning and late afternoon) until the grass is well established as determined by the Engineer Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth 3 Mulch: As needed to meet requirements of Sections 8-01 3(2)D and 9-14 4. ' 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All ' areas which are seeded shall receive fertilizer. Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. , 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: , EROSION CONTROL: , Seed 1701bs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED BY THE FOLLOWING. , 8-01.3(2)D 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 2,000 pounds to the acre in accordance with Section 8-01 of the LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8-8 August 7,2006 ' Project Number 06-3002 Standard Specifications. Mulch shall be incorporated into the slung of seed and fertilizer Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications shall be included in the hydroseeding process Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 3(2)B The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified ' Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)F IS REVISED BYDELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following penods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces Locate all underground utilities prior to the commencement of work Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8-9 August 7,2006 Project Number 06-3002 SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection ' Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time dunng the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with ' no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance ' period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers ' SECTION 8-01.3(9)C IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(9)C Straw Log Barrier Straw log barriers shall be installed per the detail and locations shown in the plans. SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection , Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer At no time shall more than one foot of sediment be allowed to accumulate within a catch basin The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. , SECTION 8-01.3(1 S) IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 8-01.3(15) Maintenance The E.S C facilities shall be inspected daily by the Contractor and maintained as ' necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion , control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8-01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation, and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8- 10 August 7,2006 Project Number 06-3002 This maintenance requirement also applies during any winter shut down. 8-01.3(18) Vehicle Maintenance and Storage tWater used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation A recirculation system for detergent washing is recommended Steam ' cleaning units shall provide a device for oil separation Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area Shut-off and lock valves shall be provided on ' hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be home by the contractor. SECTION 8-01.S IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.5 Payment ' The unit contract price per acre for"Seeding, Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: a. All planter areas or areas disturbed by the Contractor's operations as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. ' LID 360 SE 227th PI Sanitary Sewer-Re-btd/Hom 8- 11 August 7,2006 Project Number 06-3002 The unit bid price per each for"8' Straw Log Barrier for Drainage Way'constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to install the straw barriers wherever specified, shown on the plans or as directed by the Engineer Straw shall be in an air dried condition free of noxious weeds and other materials detrimental to , plant life The unit bid price per square yard for"Straw Mulch" constitutes complete , compensation for all materials, tools, labor and equipment required for applying straw mulch by hand on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dned condition, and free of noxious weeds and other materials detrimental to plant life. The unit contract price per each for"Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure No other further compensation will be made. 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal. The unit contract price per each for"Install New Monument, Case and Cover to Finished Grade"constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications This work includes but shall not be limited to* excavating, backfilhng, compacting, surfacing and restoration Reference King County Standard Detail 5-014. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with , Survey Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8 - 12 August 7,2006 Project Number 06-3002 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with crushed rock, then patched with asphalt cold mix Pothole work located in cement concrete shall be backfilled with crushed roack, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements ' The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs Excavation; hauling, dewatering, backfill, compaction, surface restoration, and cleanup are included with this work 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for"Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-33 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 may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street, telephone (253) 856-5600 All project signs (new or refurbished)become the ' property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-33.2 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 ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8- 13 August 7,2006 Project Number 06-3002 Paint . ... .............. . .Good quality exterior enamel Pnmer... . . .. .......... ..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 Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in Kent Standard Detail 6-13. 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 L in the middle Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(3) Design B Fasten three (3) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board Posts shall be of break-away design with no more than 12 25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the ' Engineer. 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. Reference Kent Standard Detail 6-13. 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 extenor 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. 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 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 8- 14 August 7,2006 ' Project Number 06-3002 8-33.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract per each for"Project Sign"price constitutes complete 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 1 LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 8- 15 August 7,2006 Project Number 06-3002 DIVISION 9 -MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BYDELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No 40 6 - 18% US No 200 7 5 max. % % Fracture 75 min Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste,bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED BY THE FOLLOWING. 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation Sieve Size Percent Passing 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 US. No. 10 10 - 50 U.S. No 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent(5%)based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer Where additional materials are required to formulate the street sub-base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom 9- 1 August 7,2006 Project Number 06-3002 * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 Inch square sieve All other sieve values continue to apply. SECTION 9-03.17IS DELETED AND REPLACED BY THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class 11 shall be used to replace unsuitable material removed from unstable pipe trench bottoms Foundation Material Class I and Class IT shall conform to the following gradations- Sieve Passim , Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications Suppliers of recycled cement , concrete products shall have a quality,assurance program reviewed and approved by the City Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3%max (Corps of Engineers CRD-C-107) , Accelerated Expansion (15) days 15% max Soundness 5%max loss Density(solid volume) 155 pcf min Specific Gravity 2.48 min i LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn 9-2 August 7,2006 , Project Number 06-3002 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 3-12 Valve Box and Operating Nut Extender SEWER 4-1(b) Manhole Type 148" & 54" 4-2 4" & 6" Cleanout 4-3(a) Side Sewer Stub Connection 4-6(a) 24"x 6" Locking Manhole Frame & Cover 4-7 Ductile Iron Drop Connection 4-8 Manhole Grade Ring & Safety Steps r LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom A- t August 7,2006 Project Number 06-3002 3000 PSI CONCRETE OLYMPIC FOUNDRY VB 940 WITH PAD IN UNPAVED TWO (2) INCH "DEEP SKIRT" COVER. AREAS THE COVER SHALL BE MARKED "WATER". SEE NOTE 5. SEE NOTE 6 FOR TRANSMISSION ZONE SEPARATION OR OTHER APPLICATIONS SPECIFIED BY THE DIRECTOR. �O • A n F EXTENSION ;� Q AS NEEDED I I i7 .Q I I 0 '• ,' II A 4 a I i to ' • • a 11 w ' II a I t 3'x3'x6" THICK CONCRETE II PAD AROUND VALVE COVER IN UNPAVED AREAS I 1 BASE SECTION: PLAN RICH 24 VALVE BOX BOTTOM, OLYMPIC NO. VBIC OR 2" SQUARE PRE-APPROVED EQUAL OPERATING AND SHALL BE COMPATIBLE NUT WITH TOP SECTION ROCK GUARD, 4 1 e4" DIA. 1/8 MIN. THICK ■ VALVE BOX WITH ■ OPERATING NUT EXTENDER Lu NOTES: 3/4" SOUD 1. EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS STEEL ROD. MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE A MINIMUM OF ONE (1) FOOT LONG. 3. EXTENSIONS SHALL BE SIZED AS NOTED, AND PAINTED C WITH TWO (2) COATS OF METAL PAINT. LA 4. EXTENSIONS ARE MANUFACTURED OR AVAILABLE FROM OPERATING NUT EXTENDER H.D. FOWLER OR PACIFIC WATERWORKS. 5. EARS, LUGS OR STAINLESS CAP SCREWS ON COVER CITY OF KE1VT SHALL BE ALIGNED WITH DIRECTION OF WATER FLOW. ENGINEERING DEPARTMENT S. FOR ADDITIONAL REQUIREMENTS AND USE SEE SECTION VALVE BOX AND 3.7.3 OF THE CITY OF KENT CONSTRUCTION STANDARDS KE"NT OPERATING NUT EXTENDER DESIGNED JB NONE STANDARD DEVIL DRAWN JN SCJdE = CHECKED ND DATE 11-30-D4 Z_1 2 APPRLWE rnr or•[ne J RING AND COVER (SEE STD DET 4-6(o) & 4-6(b)) �— Q 4Z 1 ADJUSTMENT GRADE RINGS (SEE DET 4-8) (,LEVFLIN(, BRICKS MAY BE USED ON TOP RING) e 24" HANDHOLD (TYP) — SEE STD DET 4-8 PRECAST CONE (ECCENTRIC UNLESS OTHERWISE SPECIFIED) 48" OR 54" DROP RUNG SAFETY STEPS (SEE STD DETAIL 4-8) w = PRECAST RISER SECTIONS GROUT X SECTION JOINTS AND PICKHOLES (TYP) (SEE STD DETAIL 4-1(o) FOR FOR GROUTING REQUIREMENTS LADDER (SEE STD DETAIL 4-8) l SLOPE=2% (TYP.) •MORTAR CONSTRUCT (N FIELD CHANNEL & SHELF FILLET TO THE CROWN OF THE PIPE e• e , PRECAST BASE W/ INTEGRAL RISER e �—GRAVEL BACKFILL FOR PIPE BEDDING, 6" MIN 48"0-6' •6"� COMPACTED DEPTH FOR PRECAST BASES ONLY 54"0-8" • FOR SEPARATE CAST REINFORCING STEEL (FOR PRECAST IN PLACE ONLY BASE WITH INTEGRAL RISER) 015 SO IN./FT IN EACH DIRECTION FOR 48" DIA SEPARATE CAST IN PLACE 019 SO IN/FT IN EACH DIRECTION FOR 54" DIA OR SEPARATE PRECAST BASE "0' RING REINFORCING STEEL (FOR SEPARATE BASE ONLY) 0 23 SO IN/FT. IN EACH DIRECTION FOR 48" DIA 0 19 SO IN /FT IN EACH DIRECTION FOR 54" DIA DESIGN ASSUMPTIONS PRECAST BASE JOINT HEIGHT, 8' TO 12'; SOIL BEARING VALUE EQUALS 3300 #/FT (MIN.) HEIGHT. OVER 12' TO 25% SOIL BEARING VALUE EQUALS 3800 B/FT. (MIN.) NOTES: 1 MANHOLES TO BE CONSTRUCTED IN ACCORDANCE 5 MANHOLE RINGS & COVERS SHALL BE IN W/ AASHTO M-199 & (ASTM C 478) UNLESS ACCORDANCE WITH STANDARD SPECIFICATIONS & OTHERWISE SHOWN ON PLANS OR NOTED IN THE MEET THE STRENGTH REQUIREMENTS OF FEDERAL STD, SPECS. SPECIFICATION RR—F-621D. MATING SURFACES ` SHALL BE FINISHED TO ASSURE NON—ROCKING 2 ALL REINFORCED CAST IN PLACE CONCRETE SHALL BE FIT WITH ANY COVER POSITION CLASS A NON—REINFORCED CONC IN CHANNEL & SHELF SHALL BE CLASS C ALL PRECAST CONC 6 ALL BASE REINFORCING STEEL SHALL HAVE A MIN SHALL BE CLASS AX YIELD STRENGTH OF 60,000 PSI & BE PLACED IN 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS THE UPPER HALF OF THE BASE WITH 1' MIN CLEARANCE OR KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM. CITY OF KENT ENGINEERING DEPARTMENT 4. KNOCKOUT • MANHOLE OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER PLUS MANHOLE WALL V KENT TYPE 1 48" 54" THICKNESS MAX HOLE SIZE IS 36" FOR 48" •^ MANHOLE , 42" FOR 54" MANHOLE MIN. DISTANCE DESIGNED JB 57ANDARD DETAIE BETWEEN HOLES IS 8" SME NONE DRAWN JM CHECKED Ew _ DATE 6—II-99 I 4_ APPROVED cur uo"cu `U J r 15' r t0" a a d ° d a d CEMENT CONC. a a /2• CLASS 3000 a ° 3/4" SQUARES = SPACED 3/4" AS �j SEWER—CO INDICATED—HT. 1/8" 10" N ° a 1/8' RAISE — 1/2" 9. WIDE BORDER a d r 4 a = e "o N 2'-O" r ' i100- 9" 8 3/4" 7 3/4' 7 3/4' = 6" OR 8" PVC PIPE (FOR SLEEVE) N FIBER JOINT PACKING i (OPTIONAL) 7" \ 7 3/4" Iz 8 7 8" N o a� a� 15" CAST IRON RING k COVER I CLEANOUT RING IN COVER NOTES: 1 CAST IRON TO CONFORM TO A_S.T.M. A48-56 CLASS 30. 2. COVER SHALL BE OLYMPIC FOUNDRY 4" OR 6.-45• ELL M 1007 OR EQUIVALENT MARKED (BELL x SPIGOT) *SEWER—CO" OR "CO" \` JOINTS AS SPECIFIED IN STANDARD SPECIFICATIONS 4 OR 6"� �` PLUG WYE ALL MATERIALS do INSTALLATION TO CONFORM TO CITY OF KENT STD SPECIFICATIONS k SEWER CODE. CITY OF ICEWT ENGINEERING DEPARTMENT � SLOPE z 4" do 6" CLEANOUT �..YIYY.OY Ld DESIGNED 40 SCALE NONE STANDARD NAIL DRk*N. AA CHECKED DATE 2-1-0 6 A APPROVED �' � Y' L 2"x4" STAKE, STENCIL "SEWER", "SIZE" AND 'DEPTH OF STUB" IN BLACK OR GREEN LETTERS ON WHITE PAINT 18" MIN , \> ' w a cn wl dI� zckf w o 5' TO 10' z a a -1 5'--1 F w z = w PROPERTY 14 GAUGE PLASTIC COATED LINE z INSULATED SOLID COPPER LOCATING WIRE �T6" WYE S CIO I APPROVED WATER o TIGHT PLUGS cz_a 6" TEE a I TEE I SEWER MAIN PLAN 6" TEE SANITARY SEWER MAIN ADAPTER WHERE PREAPPROVED-� BY THE ENGINEER FOR COUPLING DIFFERENT PIPE MATERIALS AS CALLED OUT ON THE PLANS OR DESIGNATED BY THE ENGINEER NOTES: 1. JOINT DEFLECTION SHALL NOT BE GREATER THAN RECOMMENDED BY THE PIPE MFR AND APPROVED BY THE ENGINEER. CITY OF KENT 2 MINIMUM SLOPE SHALL 1%. ENGINEERING OEPARTUENT MAX PERMISSIBLE SLOPE SHALL BE 2 HORIZ TO 1 VERT. UNLESS SPECIFIED OTHERWISE ~• T CONNECTION SIDE SEWER STUB KEN 3. PIPE SHALL BE PVC, CAST IRON, OR DUCTILE IRON CLASS 50, MIN. SIZE 6" SIZE AND 6ES,WD JB im SCALE NONE SIM R0 DETAIL MATERIAL SHALL BE AS SPECIFIED ON THE °RE E PLANS OR APPROVED BY THE ENGINEER cm EN oArE s-++-es 4-3(a) AvaR°vEo un cw..a� 8 WEBS 1/2" (TYP) 3/16" --1 �-- 1/4., SQ if—V_v�N ___i f` 1/2'. SO ALTERNATE COVER SKID DESIGN DETAIL " A (SEE NOTE 1) FOR 5/B::-11 N.0 x 1 1/4" 1 7/8' S S 1/2 HEX HD CAP SCREWS (np) (3 REQUIRED) 'TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION DRILL L23" B C (TYP' 1 3 PL)C. ON COVER DIA. — 25" 2638" 25 1 4" NOTE FOR STORM SEWER APPLICATIONS SAME FRAME & COVER BUT CHANGE THE 1" 24 WORD "SEWER" TO "DRAIN" ON COVER CASTING. I TYP NON—SKID PATTERN (EXCEPT IN SIDEWALK 6" Ar + LOCATIONS—SEE NOTE 1 ) 1 1 2" CORE (TYP) -Do!0 3/4 CORE (TYP ) 3/4" 1 1/4 QoQ ON 23" 3 C `w o o n 23 3 4" , ;;` . B -- ----� 3334" — �=�=5 R — SECTION A—A 2"x3/8" RAISED LETTERS 1" CORE— `v; I CASTT ON COVER "DRAIN" HOLE " "SEWER", OR "WATER" ALTERNATE NON— SKID PATTERN. NON—SKID SEE NOTE 1. PATTERN (TYP.) (3/8" DEPTH) 5/8" 2. NOTES: 1 3/8"J—F } —a 1" MACHINED SEAT (TYP) RATING — H-20 —� �-2 1/2' APPROX. WEIGHT— FRAME — 229 LBS. 25" COVER — 157 LBS CAST IRON SECTION B—B 1. THE ALTERNATE NON—SKID PATTERN SHALL CITY OF KENT UTILIZED WHEN THE COVER IS LOCATED IN THE ENGINEERING DEPARTMENT SIDEWALK. \ NT 24"x 6" LOCKING MANHOLE 2. OLYMPIC FOUNDRY PART NO MH 3OD/T IS THE ...".•-.• FRAME AND COVER PRE—APPROVED PRODUCT ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO DESIGNED SCALE NONE STANDARD DETAIL INSTALLATION o AwN JN CHECvEKED ONJ PATE 6-11-99 APPaoD �„Tu 4-6(a) D.I P. C-110 MJxPExMJ TEE (CUT TO FIT) ONE LENGTH OF DUCTILE IRON PIPE (CL 501 TO D.I.P. C-111 MJ RETAINER GLAND OR SOLID BEARING EA TH APPROVED EQUAL WATER TIGHT D.i P_ C-110 CAP-FLAT, WITH TOP HALF CUT SEAL OFF, LEAVING BOTTOM HALF AS A DAM FLEXIBLE JOINT SHELF BACKFILL W/ COMPACTED MATERIAL AS DIRECTED \ CHANNEL BY THE ENGINEER MATCH CROWN TO EX. D.I P. CL. 50 CITY OF KENT SEWER PIPE N N 6" MIN. A " �1. A -- MAx a e i ' rEMEN P. C-110 MJxPE 99 (QUARTER) BEND LONG EEP PATTERN CL 50 CONC. CLASS 3000 BLOCK POURED IN PLACE CITY OF KENT MANHOLE CONSTRUCT CHANNEL DUCTILE IRON SHELF AREA PIPE ID NOTES; CHANNEL SECTION "A-A" 1. OUTSIDE DROPS MUST BE CONSTRUCTED W/ DUCTILE IRON SHOWN, CONC ENCASED PVC IS NOT CITY OF KENT ACCEPTABLE. � ENGINEERING DEPARTMENT 2. USE RESTRAINED FITTINGS AT ALL DROP CONNECTION T DUCTILE IRON DROP POINTS. ........ CONNECTION DESIGNED Je STANDARD DETAR 3. SNUG RETAINER GLAND AS CLOSE TO MANHOLE FACE AS DRAWN D _ SCALE PRACTICABLE CHECKED Ew DATE +s-x+�aE�u. 4-7 APPRG/ED 3 }/2" I_12" MIN.--i H2" MIN.--I 1" RADIUS _T 3" 3"r 3 1/2" r T MIN- —r 12"i I DROP RUNG I � HANDHOLD MANHOLE STEP � �-12" M!N.-- 11 3/4" MIN. CENTER TO CENTER MIN. ® 065 MANHOLE STEP 6 (^GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER 1 12" 1 11 1/2" lV lJJ 12" (}� 11 3/4" MIN. 6" FOR STEP CENTER CTER 0 3" FOR HANDHOLD 9 1/8" FOR STEP 6 1/8' FOR HANDHOLD 6 POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES: 1 5" 24" 5" O MANHOLE STEPS CONFORMING TO SECTION R, ENTS OFC-478. AST PASHTO M-799 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND ASTM A-615 FOR 1/2" GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE i4 BARSTEPS, AND ALL WISHA AND OSHA SPECIFICATIONS, ARE }' CLEARANCE ACCEPTABLE PROVIDED THEY ARE PRE—APPROVED BY THE DIRECTOR OF PUBLIC WORKS. 02 DROP RUNG STEPS ARE TO BE If8 GALVANIZED DEFORMED REBAR GRADE RING 3O PREFABRICATED LADDERS ARE TO BE /7 GALVANIZED SMOOTH STEEL ® MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY RADIAL AT THE OPTION OF THE MANUFACTURER, CITY OF KENT EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. ENGINEERING DEPARTMENT D PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER \ �i T MANHOLE GRADE RING LEG IS PROHIBITED. USE FLANGED END FOR BOLTING TO WALL IN v KEN STORM DRAINAGE APPLICATIONS. .,.,,..... & SAFETY STEPS © EMBED FOOT OF LADDER IN CONCRETE IN POURED AND/OR DESIGNED JB scALE NONE STANDARD MAX DRAWN im CHANNELED FLOOR. CHECKED DATE 2-02-2004 -8 rPeRarEn �I KING COUNTY STANDARD PLANS DWG NO. 1-001 Shoulder Type Roadway 2-003 Catch Basin Type 1 5-014 Roadway Survey Monument with Case & Cover 6-001 Pavement Markings LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom A-2 August 7,2006 Project Number 06-3002 � � G � 7 � § � § 2 � d § \� e\ $ z \; k\ % ® � ( \ < k � | ƒ w | 2 6 ---- ; / 0 to g ƒ @�:& ` _ !z k°a Ain �l�r S \ § ®K - j§\) \ \ \ /) §� , ` f = k\,) {9 k % q 5 \\ %� gK E ° ( &k § j§\ k\ \ § } $ z § z k \�§o \§ \ \ � ){� § \ | z k ƒ § f @ ¥§ §§/) 77 §§ } : w j » 0 §QK§ » `` § $ ,: -2j ) \ }\\ \ 7 § f §$§f \� / \ \ / /�� \ � � w M �z z O W KyzjO g O z� U' N 03 w �UZ$ O�p�� SZyV W NU � W axUQ��S w Z� J\ NOW y VI Q W� �m '6 �.. 0Z cZ Pak ZY 2090 U OZr .W ZQZOUN 0 zz � w w mz O , m W QHw OY w3_Z a2 WW Ix ZO �ar2W N On SS � Ln NZV Y OG � K00 XW Z � zo O Z 0 UOOLL KW low ON S<i �dgo °�yoamz X 3 m0 o a 02 n �- = XMZ Z Q � m w 2 Wf cz „ z 0 y V � n N � O W o � o z a W U) LLI w Z U y 4 U U Z � zg` U U Z O J wm m Z m.- ~LTiw ocmrn ] w � 80Ow j woo.-r Jy Z O �Vwj 12, yyzy �amz 6� o gg 2� I 0 6 U� U aa0 i. U y� 313aJN0D J dLLI .d. Him .9 .L t l i• '.� ', ,r `.ti. Q \\\ \ rc rc 1 1111 ( (( ( � . � m ., •. fA 9 ZO / 3 i LLJ ••f d� � Y @ 0 \ 0� § < k \ 2 § \ 2 ƒ T� \ CC(/ T° E�� k w / \ } a I co 0 ztr 1 w z � � ) � | > � � ■ � \ 2 � � ~ \ ! / u 2 k � ` § oci / ` \ § ƒ \\\\ } j, § b » ƒ ƒ % \ \ / s ~ e § \ � \ � Q ® � WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-11 Pipe Zone Bedding and Backfill LID 360 SE 227th PI Sanitary Sewer-Re-bid/Hom A-3 August 7,2006 Project Number 06-3002 � ! © 5 \ ! ! t ( ( G , < < •� � � § k| � z• _ t1. � N® / 2 ƒ% Z � \ \ �| \ falloz_ � \ 2! § ® | ;, } \ ® \$ } } f { ! 2 ! ! _ . $ @ � o || ,•w: |.. @ ■ k \ k ) } k� j�§§ � k % b / » | \ $ \ §§ �- § 5kw � ww �| )■7 � �� - @ |/ § 7` \ !k) §! | /{ � �� r __ _m @ , E a = .9 .} k LU $ oN ° & ■§ / ^ ` 2 s ; LU A N| k r; ` 2 !`:)\ //` � ■ § @ @ WAC 173-400-075 f f f i f f f 1 1 f f f f �1 LID 360 SE 227th P1 Sanitary Sewer-Re-bid/Hom A-4 August 7,2006 Project Number 06-3002 WAC 173-400-075: Emission standards for sources emitting hazardous air pollutants. Page 1 of 5 About Us I Contact Us I E-mail Notifications I Search I Help Print Version I No drsponr4fe en espanof NIACs>Title 173>Chapter 173-400>Section 173-400-075 Find Your Legislator 173-400-070 ?,- 173-400.081 Visiting the Legislature WAC 173-400-075 * Agendas,Schedules and Elilissioll standards tot- smirceS eiilltting, hazardoiiS air Calendars p011L1tailtS. Bill Information (1)National emission standards for hazardous air pollutants(NESHAPs) 40 CFR Part 61 and Appendices Laws and Agency Rules in effect on July 1,2004,is adopted by reference The term"administrator"in 40 CFR Part 61 includes the Legislative Committees permitting authority Legislative Agencies (2)The permitting authority may conduct source tests and require access to records,books,files,and R E-mail Notifications other information specific to the control,recovery,or release of those pollutants regulated under 40 CFR Parts 61,62,63 and/or 65 in order to determine the status of compliance of sources of these contaminants A Students'Page and to carry out its enforcement responsibilities (3)Source testing, monitoring,and analytical methods for sources of hazardous air pollutants must conform with the requirements of 40 CFR Parts 61,62, 63 and/or 65 Washington State History and Culture (4)This section does not apply to any source operating under a waiver granted by EPA or an exemption Congress-the Other granted by the president of the United States - Washington (5)Where EPA has delegated to the permitting authority,the authority to receive reports under 40 CFR TV Washington Parts 61 or 63,from the affected facility in lieu of providing such report to EPA,the affected facility is required to provide such reports only to the permitting authority unless otherwise requested in writing by the Washington Courts permitting authority or EPA 1 Transportation Performance Audit (6)Maximum achievable control technology(MACT)standards MACT standards are officially known Board as National Emission Standards for Hazardous Air Pollutants for Source Categories OFM Fiscal Note (a)Adopt by reference Website 40 CFR Part 63 and Appendices in effect on October 1,2004,is adopted by reference.Exceptions are Atkess listed in(6)(b)of this section AAA Wa,;hinirton,. The following list of subparts to 40 CFR 63 which are shown as blank or reserved as of the date listed above, is provided for informational purposes only Subparts K, P,V,Z,FF, NN,ZZ,AAA,BBB, FFF,KKK, SSS,WWW,YYY,ZZZ,BBBB,DDDDD,NNNNN,and 00000 (b)Exceptions to adopting 40 CFR Part 63 by reference. (i)The term"administrator"in 40 CFR Part 63 includes the permitting authority (ii)The following subparts of 40 CFR Part 63 are not adopted by reference. (A)Subpart C List of Hazardous Air Pollutants,Petition Process,Lesser Quantity Designations,Source Category List (B)Subpart E:Approval of State Programs and Delegation of Federal Authorities. (C)Subpart M National Perchlomethylene Emission Standards for Dry Cleaning Facilities as it applies to nonma/or sources (6)Consolidated requirements for the synthetic organic chemical manufacturing industry.40 CFR Part 65, in effect on July 1,2001,is adopted by reference (7)Emission standards for perchioroethyiene dry cleaners. (a)Applicability (i)This section applies to all dry cleaning systems that use perchloroethylene(PCE) Table 1 divides dry -A At A/` .14 '177 Ann-n-7c WAC 173-400-075: Emission standards for sources emitting hazardous air pollutants. Page 2 of 5 cleaning facilities into 3 regulatory source categories by the type of equipment they use and the volume of PCE purchased Each dry cleaning system must follow the applicable requirements in Table 1 TABLE 1 PCE Dry Cleaner Source Categories Dry cleaning facilities with Small area source Large area source Major source purchases purchases less than purchases between more than (1) Only Dry-to-Dry 140 gallons PCE/yr 140-2,100 gallons PCE/yr 2,100 gallons PCE/yr Machines (2) Only Transfer 200 gallons PCE/yr 200-1,800 gallons PCE/yr 1,800 gallons PCEIyr Machines (3) Both Dry-to-Dry and 140 gallons PCE/yr 140-1,800 gallons PCE/yr 1,800 gallons PCE/yr Transfer Machines (i)Major sources In addition to the requirements in this section,a dry cleaning system that is considered a major source according to Table 1 must follow the federal requirements for major sources in 40 CFR Part 63, Subpart M(in effect on July 1,2001) (b)Operations and maintenance record. (i)Each dry cleaning facility must keep an operations and maintenance record that is available upon request (it)The information in the operations and maintenance record must be kept on-site for five years (in)The operations and maintenance record must contain the following information (A)Inspection The date and result of each inspection of the dry cleaning system The inspection must note the condition of the system and the time any leaks were observed (B)Repair The date,time,and result of each repair of the dry cleaning system. (C) Refrigerated condenser information.If you have a refrigerated condenser,enter this information (1)The air temperature at the inlet of the refrigerated condenser, (11)The air temperature at the outlet of the refrigerated condenser, (III)The difference between the inlet and outlet temperature readings,and (IV)The date the temperature was taken. (D)Carbon adsorber information.If you have a carbon adsorber,enter this information: (1)The concentration of PCE in the exhaust of the carbon adsorber,and (11)The date the concentration was measured (E)A record of the volume of PCE purchased each month must be entered by the first of the following month, (F)A record of the total amount of PCE purchased over the previous twelve months must be entered by the first of each month, (G)All receipts of PCE purchases,and (H)A record of any pollution prevention activities that have been accomplished (c)General operations and maintenance requirements. (i)Dram cartridge filters in their housing or other sealed container for at least twenty-four hours before discarding the cartridges (u)Close the door of each dry cleaning machine except when transferring articles to or from the machine (w)Store all PCE,and wastes containing PCE,in a closed container with no perceptible leaks (iv)Operate and maintain the dry cleaning system according to the manufacturers specifications and recommendations (v)Keep a copy on-site of the design specifications and operating manuals for all dry cleaning equipment http://apps.leq.wa.gov/WAC/default.aspx?cite=173-400-075 7/3/20061 r� WAC 173-400-075: Emission standards for sources emitting hazardous air pollutants. Page 3 of 5 (vi)Keep a copy on-site of the design specifications and operating manuals for all emissions control devices (vn)Route the PCE gas-vapor stream from the dry cleaning system through the applicable equipment in Table 2, TABLE 2 Minimum PCE Vapor Vent Control Requirements Small area source Large area source Major source Refrigerated Refrigerated Refrigerated condenser for all condenser for all condenser with a machines installed machines carbon adsorber after September for all machines 21, 1993 installed after September 21, 1993 (d)Inspection. (i)The owner or operator must inspect the dry cleaning system at a minimum following the requirements in Table 3 TABLE 3 Minimum Inspection Frequency Small area source Large area source Major source Once every 2 Once every week Once every week weeks (u)An inspection must include an examination of these components for condition and perceptible leaks (A)Hose and pipe connections,fittings,couplings,and valves, (B)Door gaskets and seatings, (C)Filter gaskets and seatings, (D)Pumps, (E)Solvent tanks and containers; (F)Water separators, (G)Muck cookers, (H)Stills, (1)Exhaust dampers;and (J)Cartridge filter housings (m)The dry cleaning system must be inspected while it is operating. (Iv)The date and result of each inspection must be entered in the operations and maintenance record at the time of the inspection. (e)Repair. (i)Leaks must be repaired within twenty-four hours of detection if repair parts are available. (d) If repair parts are unavailable,they must be ordered within two working days of detecting the leak (iii)Repair parts must be installed as soon as possible,and no later than five working days after arrival. (iv)The date and time each leak was discovered must be entered in the operations and maintenance record (v)The date,time,and result of each repair must be entered in the operations and maintenance record at the time of the repair (f)Requirements for systems with refrigerated condensers.A dry cleaning system using a refrigerated condenser must meet all of the following requirements (i)Outlet air temperature. http://apps.leg.wa.gov/WAC/default.aspx?cite=173-400-075 7/3/2006 WAC 173-400-075: Emission standards for sources emitting hazardous air pollutants. Page 4 of 5 (A)Each week the air temperature sensor at the outlet of the refrigerated condenser must be checked (B)The air temperature at the outlet of the refrigerated condenser must be less than or equal to 45OF (7 2°C)during the cool-down period (C)The air temperature must be entered in the operations and maintenance record manual at the time it is checked (D)The air temperature sensor must meet these requirements (1)An air temperature sensor must be permanently installed on a dry-to-dry machine, dryer or reclaimer at the outlet of the refrigerated condenser The air temperature sensor must be installed by September 23 1996, if the dry cleaning system was constructed before December 9, 1991 (II)The air temperature sensor must be accurate to within 2'F(1.1'C) (III)The air temperature sensor must be designed to measure at least a temperature range from 32"F(00 C)to 120OF(48 9'C),and (IV)The air temperature sensor must be labeled"RC outlet' (u)Inlet air temperature (A)Each week the air temperature sensor at the inlet of the refrigerated condenser installed on a washer must be checked (B)The inlet air temperature must be entered in the operations and maintenance record at the ume it is checked (C)The air temperature sensor must meet these requirements: (1)An air temperature sensor must be permanently installed on a washer at the inlet of the refrigerated condenser The air temperature sensor must be installed by September 23, 1996,if the dry cleaning system was constructed before December 9, 1991 (II)The air temperature sensor must be accurate to within 2'F(1.1"C) (III)The air temperature sensor must be designed to measure at least a temperature range from 320F(00 C)to 120'F(48 9'C). (IV)The air temperature sensor must be labeled'RC inlet" (in)For a refrigerated condenser used on the washer unit of a transfer system,the following are additional requirements (A)Each week the difference between the air temperature at the inlet and outlet of the refrigerated condenser must be calculated (B)The difference between the air temperature at the inlet and outlet of a refrigerated condenser installed on a washer must be greater than or equal to 20°F(11 1°C). (C)The difference between the inlet and outlet air temperature must be entered in the operations and maintenance record each time it is checked (iv)A converted machine with a refrigerated condenser must be operated with a diverter valve that prevents air drawn into the dry cleaning machine from passing through the refrigerated condenser when the door of the machine is open, (v)The refrigerated condenser must not vent the air-PCE gas-vapor stream while the dry cleaning machine drum is rotating or,if installed on a washer,until the washer door is opened,and (vi)The refrigerated condenser in a transfer machine may not be coupled with any other equipment (g)Requirements for systems with carbon adsorbers_A dry cleaning system using a carbon adsorber must meet all of the following requirements* (i)Each week the concentration of PCE in the exhaust of the carbon adsorber must be measured at the outlet of the carbon adsorber using a colonmetric detector tube (u)The concentration of PCE must be written in the operations and maintenance record each time the ' concentration is checked http://apps.leg.wa.gov/WAC/default.aspx?cite=173-400-075 7/3/2006 1 WAC 173-400-075: Emission standards for sources emitting hazardous air pollutants. Page 5 of 5 (tl[)If the dry cleaning system was constructed before December 9, 1991,monitoring must begin by September 23, 1996 (iv)The colorlmetrlc tube must meet these requirements (A)The colonmetnc tube must be able to measure a concentration of 100 parts per million of PCE In air (B)The colorlmetrlc tube must be accurate to within 25 parts per million (C)The concentration of PCE In the exhaust of the carbon adsorber must not exceed 100 ppm while the ' dry cleaning machine Is venting to the carbon adsorber at the end of the last dry cleaning cycle prior to desorption of the carbon adsorber (v)If the dry cleaning system does not have a permanently fixed colorlmetric tube,a sampling port must be provided within the exhaust outlet of the carbon adsorber The sampling port must meet all of these requirements (A)The sampling port must be easily accessible; (B)The sampling port must be located 8 stack or duct diameters downstream from a bend,expansion, contraction or outlet,and (C)The sampling port must be 2 stack or duct diameters upstream from a bend,expansion,contraction, Inlet or outlet [Statutory Authority RCW 70 94 152 05-03-033(Order 03-07),§1734100-075,filed 1110/05,effective 2/10105 Statutory Authority RCW 7t,v4'331 02-15-068(Order 02-09),§173-400-075,filed 7"l 1102,effective 8111102 Statutory Authority Chapter 70 94 RCW,RCW 70 r14141,[7 9-+4]152,[70 94 1331 ,[.0 N is In and 43 214 0lAl 01-17-062(Order 99-06),§173-400-075, filed 8/15101,effective 9/15101 Statutory Authority [RCW 70 04;37,70 114 5 t v and chapter 70 vc RCW]00-23-130(Order 98- 27) §173400-075,filed I IJ22/00,effective 12123/00 Statutory Authority RCW 70 94 86n,70 o4 510 and 70 94 S91 98-15-129 (Order 98-04) §173-400-075 filed 7121198.effective 8/21198 Statutory Authority Chapter,u 94 RCW 96-19-054(Order 94-35), §173400-075 filed 9113196,effective 10114196,93-05-044(Order 92-34),§173400-075,fled 2117193,effective 3/20/93,91-05- 064(Order 90-06),§173400-075,filed 2/19791,effective 3122191 Statutory Authority RCW 70 94 331,70 tf14 l05 and 70�4 -10 85-06-046(Order 84-48),§173400-075,filed 3l6/85 Statutory Authority Chapter 70 04 RCW 84-10-C19(Order DE 84-8),§ 173-400-075,filed 4/26/84 Statutory Authority Chapters 4;21A and 7U 1;4 RCW 83-09-036(Order DE 83-13),§173400-075 filed 4/15183 Statutory Authority RCW 70 94 331 80-11-059(Order DE 80-14),§173400-075,filed 8/20180 Statutory Authority RCW 43 21A 080 and 7U 94 o31 79-06-012(Order DE 78-21),§173400-075,filed 518179,Order DE 76-38,§173400-075 filed 12/21/76 Formerly WAC 13-04-0751 ' Comments about this site I Privacy Notice(Accessibility Information(Disclaimer I hi+. //onnr• Inn i.i� nnv/%A/Af-MnfatlIt- acne?r-if•a=17'1-4nn-n7s 7/3/2006 HOT MIX ASPHALT 1 ' LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn A-$ August 7,2006 Project Number 06-3002 ' 5-04 HOT MIX ASPHALT Deiete Section 5-04 in its entirely and replace it with tI e fol!o.4ng' 5-04 HOT MIX ASPHALT (October 1,2005 APWA GSP) ' 5-04.1 Description This work shalt consist of providing and placing one or more layers of plant-mixed hot mix asphalt(HMA) on a prepared foundation or base in accordance with these Specifications and the lines,grades, thicknesses,and typical cross-sections shown in the Plans. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous,stable, and workable mixture. HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing courses HMA Class E is designated as a pavement base course_With the exception of HMA Class D.all mixtures are considered dense graded HMA. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02 1(6) Anti-Stripping Additive 9-02.4 Aggregates 5-04.3(8)A2 Blending Sand —9-03 8(4) Mineral Filler 9-03.8(5) The contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler. e a tra s II t op" f ili rec a *besed p t Pod a o r t t l ge w ' c a g c M e fro e en f H A f man exis' g st pit . Re ed ateri Is It n H A s When aggregates or a source for the production of aggregates is provided by the Contracting Agency, the approximate percentage of asphalt binder required in the mixture for the particular class of pavement will be set forth in the special provisions. The percentage is based upon a midlfne gradation mix design for the source provided. The grade of asphalt binder shall be as required by the contract. Prior to the submittal of the ' mix design, the Contractor shall provide a written designation of the grade of PG asphalt binder to be used. The Contractor may propose the substitution of alternate grades of performance grade (PG)asphalt binder at no cost to the Contracting Agency. The proposal ' will be approved if the proposed alternate asphalt binder has an average 7-day maximum pavement design temperature that is equal to or higher than the specified asphalt binder and has a mini num pavement design temperature that is equal to or lower than the specified asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA 5-04_J(3) Hot ivfix Asphalt?avers HMA pavers shall be self-contained, power-propelled units, provided with an internally- ' heated vibratory screed or stake-off assembly ana snail be capable of spreading and finish;ng courses of HMA plant mix, material in lane widths required by the paving section sho-wn in the Plans ' The screed or strike-off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Extensions will be allowed provided they produce the same results, including , ride, density, and surface texture as obtained by the primary screed or strike off assembly. Extensions without, augers, vibration and heated screeds shall not be used in the traveled way When laying HMA, the paver shall be operated at a uniform forward speed consistent , with the plant production rate and roller train capacity to result in a continuous operation.The auger speed and flight gate opening shall be adjusted to coordinate with the operation. ' The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver.The controls shall be capable of sensing grade from an outside ' reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. , The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The paver shall be equipped with automatic feeder controls, properly adjusted to maintain a uniform depth of material ' ahead of the screed Manual operation of the screed will be permitted in the construction of irregularly ' shaped and minor areas These areas include, but are not limited to, gore areas, road approaches, tapers and left-turn channelization. When specified in the contract, reference lines for vertical control will be required. , Lines shall be placed on both outer edges of the traveled way of each roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade ' prepared for paving is supenor to the established tolerances and when, in the opinion of the Engineer,further improvement to the line, grade,cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device ' may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the fist course of HMA when approved by the Engineer. Whenever the Engineer , determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire,and ' accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Project Engineer ' may suspend work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. The prime coat shall be applied over the full length of the project, and HMA shall not be placed until the prime coat has cured for 5 days unless otherwise approved by the Engineer. Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, thcv shah be patched::nth HMA, as described in Section 5-04 3(5)A, in advance of placing the HMA The Contractor shall maintain the completed prime coat by blading or brooming with equipment and procedures approved I by the Engineer,until the HMA pavement is placed After the maintenance, patching or repair work has been completed and immediately prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt, dust,or other foreign matter. When the prime coat application is not specified in the Special Provisions or shown in ' the Plans, the Contractor shall prepare the untreated roadway as described above and shall omit the prime coat treatment The HMA shalt be constructed on the prepared subgrade. In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. The Contractor shall prepare untreated shoulders and traffic islands by blading and compacting to provide a sound base for paving and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5-02.3(2)A at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section 5-02 3(2)A but shall be compensated for the item of work preparation of untreated roadway. 5-04.3(5)C Crack Sealing When the proposal includes a pay item for crack sealing, all cracks and joints %-inch and greater in width shall be cleaned with a stiff-bristled broom and compressed air and then shall be filled completely with sand slurry. ' The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent Portland cement, water(if required), and the remainder clean U S. No. 4-0 paving sand The components shall be thoroughly mixed and then poured into the cracks and joints until full The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slung After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of 1-06 will not apply to the Portland cement and paving sand used in the Sand Slurry. 5-04.3(5)D Soft Residual Herbicide Where shown in the Plans, the Contractor shall apply one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor's expense. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations. 5-04 3(7)A Mlx Design , The Contractor shall obtain representative samples from mineral aggregate stockpiles, and blend sand sources to be used for HMA production and submit them for ' development of a mix design Sample submittal shall include asphalt binder grade and sources, production mix gradation and combining ratios of mineral aggregate stoCbp-ies and olend sand that will be used in production.This will be the basis for the mix design , and job mix formula The Contractor shall allow 20 calendar days for this approval and design once the aforementioned information and material has been received.Additional time may be required if the proportions will not make an adequate design as determined by the Engineer, or if the Contractor requests more than one asphalt binder , source approval The Contractor is also advised that production of the HMA shall not commence until the job mix formula has been established. Adjustments to the job mix formula may be made per Basis of Acceptance. , The Contractor shall obtain the Engineer's approval prior to changing the source of asphalt binder during the production of HMA. Blending of different asphalt binder grades sources will not be permitted. ' 5-04.3(8) Mixing After the required amounts of mineral materials and asphalt binder have been introduced into the mixer the HMA shall be mixed until a complete and uniform coating ' of the particles and a thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the maximum temperature recommended by the asphalt binder manufacturer. A maximum water content of 2 percent in the mix, at discharge,will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of ' these problems, the moisture content shall be reduced as directed by the Project Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the ' daily operation but in no event shall the HMA be held for more than 24 hours HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage , facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the , working shift. 5-04.3(8)A Acceptance Sampling and Testing—NMA Mfxture 1. General. Acceptance of HMA shall be as provided under nonstatistical or , commercial evaluation. Commercial evaluation will be used for Commercial HMA and for other classes of HMA ' in the following applications: sidewalks, road approaches, ditches, slopes, paths,trails, gores and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. ' The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 2 Aggregates. Class of HMA A B D E F G Stabilometer Value Min. 37 35 -- 35 35 35 Coheslometervalue Min 100 100 100 50 100 Percent Aa Vmds 2-d 5 2-4 5 2-4.5 2-4.5 2-4.5 Modified Lottman Stripping Test Pass Pass Pass Pass Pass Pass C Gradation. The materials of which HMA is composed shall be of such sizes, gradings, and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed in the table which follows. The percentages of aggregate refers to completed dry mix, and includes mineral filler when used Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 11/4 square -- — 100 — 1 square -- — 90-100 — — 3/4 square 100 — 100 V 5/8 square 67-86 12 square 90-100 100 60-80 80-100 100 ' 3/8 square 75-90 97-100 — --- 97-100 US No.4 46-66 30-50 34-56 38-70 50-78 US No.8 -- 5-15 — -- — 1 U.S No. 10 30-42 25-40 30-50 32-53 _ U.S. No 40 11-24 10-23 11-24 U.S. No 200 3.0-7.0 2 0-5.0 2 0-9.0 2 0-8.0 3 0-7.0 5-04.(8)B Basis of Acceptance 1. HMA will be accepted based on its conformance to the project job mix formula (JMF). For the determinalion of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combining ratios and the average gradation of the completed mix. Based on this submittal from the Contractor, the Engineer will determine the asphalt binder content, anti-strip requirement, and ignition furnace correction factor in the mix design process. Using the representative samples submitted and proposed proportion of each, trial mix tests will be run to determine the percentage of asphalt binder, by weight, to be added. The JMF thus established shall be changed only upon order of the Engineer. The intermingling of HMA mixtures produced from more than one JMF is prohibited. Each strip of HMA pavement placed during a working shift shall conform to a single job mix formula established for the class of HMA specified unless there is a need to make an adjustment in the JMF. No HMA shall be produced for use on the project until the amount of asphalt binder and anti-strip additive to be added has been established. 2. Job Mix Formula—Statistical Acceptance content a maximum of 0 3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will he made without the approval of the Materials Engineer. l+UmmerGoi HFv"A.^�CCepta.^.Ce :he contractor shall submit a certification that , the mix design submitted meets the requirements of Proportions of Materials Verification of the mix design by the Contracting Agency is not required. The Project Engineer will detefmine anti-strip requirements for the HNIIA. 4. Hot Mix Asphalt Mixture S A Sampling , 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. 2. Samples for compliance of gradation and asphalt binder content will be ' obtained on a random basis from the hauling vehicle. The Contractor shall provide adeSL ate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall , allow the sample to be taken without the Engineer entering the hauling vehicle. B. Definition of Sampling Lot and Sublot For the purpose of acceptance ' sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF), placed and represented by randomly selected samples tested for acceptance. All of the test results ' obtained from the acceptance samples shall be evaluated collectively and shall constitute a lot. Only one lot per JMF will be expected to occur. The JMF(Job Mix Formula)is defined in Basis of Acceptance. The Contractor may request a change in the JMF. If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of available tests and a new lot will begin. The quantity represented ' by each sample will constitute a sublot. Sampling and testing for statistical evaluation shall be performed on a random basis at the frequency of one sample per sublot, with a minimum of five sublots per class of HMA Sublot size shall be determined to the nearest 100 tons to provide not less than five uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. Sampling and testing for nonstatistical evaluation shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of HMA under nonstatistical , evaluation, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities,with a maximum sublot size of 800 tons. C. Test Results. The Engineer will fumish the Contractor with a copy of the ' results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF)of the completed sublots after three sublots have been produced. The , CPF will be provided by the midpoint of the next paving shift after sampling. 1 Contractor_ However, if the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency and the HMA will be compensated at a CPF of 0 75. If rejection occurs after placement and the CPF is greater than 0 75, compensation for the re,,erted HIVIA will be at the calculated CPF ::rdh an addition of 25 percent of the unit con",act price added for placement and rernoval costs 3. A Partial Sublot. In addition to the preceding random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in gradation or asphalt binder content Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested The material will then be evaluated ' for price adjustment in accordance with the statistical evaluation section. This material will be considered a separate lot. 4. An Entire Sublot. If an entire sublot is rejected in accordance with Section 1-06 2, four additional random samples from this sublot will be obtained and the sublot evaluated as an independent lot with the original test result included as a fifth test with the new independent lot instead of with the original lot. 5. A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is ' satisfied that specification material can be produced; a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action,or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action,or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0 75. 6. An Entire Lot.An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1-06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 percent 5-04.3(9) Spreading and Finishing The HMA shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the HMA mixture Unless otherwise directed by the Engineer or specified In the Plans or in the Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths; HMA Class E 0.35 foot HMA Class A and B 0.35 foot when used for Base Course HMA Class A, B, and F 0.25 foot HMA Class G 0.10 foot HMA Class D 0.08 foot The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed within one working day Acceptance of pavement compaction will be based on the statistical evaluation and CPF so determined. For compaction lots falling below a 1 00 pay factor and thus subject to price reduction or rejection, cores may be used as an alternate to the nuclear density gauge tests. , When cores are taken by the Contracting Agency at the request of the Contractor, they shall be reouested by noon of the next workday after paving. The cost for the coring expenses when the core results indicate the specified level of relative density within a lot has not been achieved, will be deducted from any monies due or that may become due the Contractor under the contract at the rate of$125 per core. At the start of paving, the Contractor must demonstrate to the Engineer that the HMA is , compactable by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation A test section will be considered to have established compatibility, based on the results of three density determinations, , when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1 00 compaction pay factor shall be used ' until a gauge correlation factor is known, and until the HMA is considered compactable. When construction of the test section(s) has demonstrated that the HMA is not compactable, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the HMA is compactable If the Contractor does not construct test section(s), the HMA is considered compactable and all HMA placed , will be evaluated according to Section 5-04.3(10)B_ HMA Class A, B, E. F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test , point evaluation shall be performed in accordance with instructions from the Engineer The number of passes with an approved compaction train, required to attain the maximum test point density,shall be used on all subsequent paving , HMA Class D and preleveling HMA shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the Engineer may , also isolate from a normal lot any area that is suspected of being defective in relative density Such isolated material will not include an original sample location. A minimum of 5 randomly located density tests will be taken The isolated area will then be evaluated for price adjustment in accordance with the statistical evaluation section, considering it as a separate lot. 5-04.3(11) Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of , the freshly laid HMA only when the placement of the course must be discontinued for such a length of time that the HMA will cool below compaction temperature. When the work is resumed, the previously compacted HMA shall be cut back to produce a slightly beveled edge for the full thickness of the course. , due to the Contractor the surn of $500 00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found When Portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation ties aoove the plan grade minus the spec,fed plan depth of Portiand cement concrete pavement. Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to Tie required tolerance by grinding or other means approved by the Project Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the roadway shall be paved before the utility appurtenances are adjusted to the finished grade 5-04.3(14) Planing Bituminous Pavement The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface. Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation The surface of the underlying ' pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The planings shall become the property of the Contractor and shall be removed from the right-of-way. The planings may be utilized as RAP, within the requirements of Section 5-04 2 or 9-03.21. The Contractor shall dispose of all other debris resulting from the planing operation in a Contractor-provided site off the right-of-way. For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment_ The controls shall be capable of sensing the proper grade from an outside reference line, or a mat-referencing device- The automatic controls shall also be capable of maintaining the desired transverse slope The transverse slope controller shall be capable of maintaining the mandrel at the desired slope(expressed as a percentage)within plus or minus 0.1 percent. 5-04.3(15) HMA Road Approach HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Project Engineer. The work shall be performed in accordance with Section 5-04. 5-04.3(16) Weather Limitations HMA for wearing course shall not be placed on any traveled way between October 1 of any year and April 1 of the following year without written approval from the Project Engineer. Asphalt for prime coat shall not be applied when the ground temperature is lower than ' 50'F,without written permission of the Engineer. HMA Class D shall not be placed when the air temperature is less than 60"F. 1 HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: Surface Temperature Limitations Compacted Thickness Sub-Surface (Feet) Surface Course Courses percent from the amount shown in the documents, an adjustment in payment will be made The adjustment in payment(plus or minus) will be based on the invoice cost to the Contractor. No adjustment will be made when the Contractor elects not to use a ' Ccntractimg Agency-provided source, or when no source is made avadabie oy the Co,^.tr acting Agency rAddPd for PG binder) 5-04 4 Measurement , HMA Cl _PG_or HMA for_CI _PG_or Commercial HMA will be measured by the ton in accordance with Section 1-09 2,with no deduction being made far the weight of asphalt binder, blending sand,mineral filler,or any other component of the HMA. , If the Contractor elects to remove and replace HMA as alloyed by Section 5-04 3(8)A, the material removed will not be measured. Preparation of Untreated Roadway will be measured by the mile once along the centerline of the main line roadway. No additional measurement will be made for ramps, auxiliary lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01 mile. No specific unit of measure will apply to the force account item of Crack Sealing. Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01 ' mile or by the square yard,whichever is designated in the proposal. Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface , marked prior to excavation. Asphalt for Prime Coat will be measured by the ton in accordance with Section 1-09 2. Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the proposal. Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with , Section 1-09-2. Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured , by the linear foot along the line and slope of the completed joint seal. Planing Bituminous Pavement will be measured by the square yard. ' Temporary Pavement Marking will be measured by the linear foot as provided in Section 8- 23.4. Removing Temporary Pavement Marking will be measured by the linear foot as provided in Section 8-23-4- Water will be measured by the M gallon as provided in Section 2-07.4. ' No specific unit of measure will apply to the calculated item of Anti-Stripping Additive. No specific unit of measure will apply to the calculated item of Job Mix Compliance Price Adjustment. No specific unit of measure will apply to the calculated item of Compaction Price Adjustment. specified if there is no bid item and e fog seal is required, it shall be applied and the work shall be+chided in the unit contract paces of the other work items. "Longitudinal Dart Seat", per linear foot. I I fe L'llu oontract price per Lnear Toot for"Longitudinal Joint Seai"shall be full payment fcr all costs incurred ±o perform the work described in Section 5-04,3(11). "Planing B:lurninous Pavement", per square yard. The unit contract price per square yard for"Planing Bituminous Pavement"shall be full payment for all costs incurred to perform the work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for"Temporary Pavement Marking"is described in Section 8-23.5. "Removing Temporary Pavement Marking",per linear foot. ' Payment for"Removing Temporary Pavement Marking"is described in Section 8-23.5. "Water", per M gallon. Payment for"Water'is described in Section 2-07 5. "Anti-Stripping Additive", by calculation. "Anti-Stripping Additive"will be paid for in accordance with Section 1-09.6 except(hat no overhead, profit or other costs shall be allowed. Payment shall be made only for the invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the quantity of anti-stripping additive used, For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor "Job Mix Compliance Price Adjustment,"by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.5(1)A. "Compaction Price Adjustment,"by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section I5-04 5(1)B. 5-04.5(1) Quality Assurance Price Adjustments All HMA will be subject to price adjustments for Quality of HMA and Quality of HMA Compaction based on the Acceptance Plans in effect for each class of HMA within the contract. For the purpose of providing a common proposal for all bidders, the Contracting Agency has estimated a calculated amount for all price adjustment items and has entered these amounts in the proposal to become a part of the total bid by the Contractor. 5-04.5(1)A Price Adjustments for Quality of HMA Stabsticai analysis of quality of gradation and asphalt binder content will be determined based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"P' All aggregate passing 1,314, 518, 1/2,and 3/8 sieves 2 ' All aggregate passing No.4 sieve 6 All aggregate passing No. 10 sieve 10 All aggregate passing No. 40 sieve 6 Pay Factor and unity %-Ith regard to sign multiohed by 40 percent The Compaction Compliance Price Adjustment will be calculated as the product of CIPAF, the quantity of HNIA in the compaction control lot in tons, and the unit contract price per ton of HMA. 1 - t i - 1 1 t - 1 - 1 _ 1 t . 1 t 1 t t t t TRAFFIC CONTROL PLANS t t t t t t t t t t t t LID 360 SE 227th PI Sanitary Sewer-Re-bid/Horn Project Number 06-3002 A-6 August 7,2006 r a .? �-- r 3 ` ` 1 I � J � � 3 too i 1� r o 3 co �- - Q'Z IR r N s rQ � d cr co F_ lit Y " 1 � i yk .,ldo } W , O N � ; _ 3st ^' _ o ,, 3? Q 3 v p (.0 ? sz W v� L In 9 3 1 ed ■ a PREVAILING WAGE RATES � 1 I � LID 360 SE 227th PI Sanitary Sewer-Re-btd/Hom A-7 August 7,2006 Project Number 06-3002 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 The PREVAILING WAGES listed here include both the hourly wage rate and lhehoijrly rate of fringe benefits On public works projects, workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Coop Key KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1N 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $4247 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS 1 ACOUSTICAL WORKER $41 43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41 33 1M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1M 5D FLOOR SANDER $41 40 1M 5D ' MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $41 40 11M 5D SHINGLER $41 40 1M 5D STATIONARY POWER SAW OPERATOR $41 40 1M 5D STATIONARY WOODWORKING TOOLS $41 40 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $85 75 11M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 81- BOATMEN $42 02 1T 5D 81- ENGINEER WELDER $42 07 1T 5D 81. LEVERMAN,HYDRAULIC $43 64 1T 5D 8L 1 MAINTENANCE $41 51 1T 5D 8L MATES $42 02 1T 5D 8L OILER $41 64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 1E SP ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 1 Page ' 1 KING COUNTY Effective 08-31-06 x+xxtxxx+++:tx++xrx+xxxxxxxxx+rxxxxxx++rxx+x++x+xx+xxxxxx+xx+x+xxxx++++r++++xx+xxxxxxxxxxxxxxxxr+++++xxxx+xx++x++x (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $50 53 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1 D 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 1 D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION , CABLE SPLICER $52 38 4A 5A CERTIFIED LINE WELDER $47 88 4A 5A GROUNDPERSON $34 87 4A 5A HEAD GROUNDPERSON $36 75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47 88 4A 5A JACKHAMMER OPERATOR $36 75 4A 5A JOURNEY LEVEL LINEPERSON $47 88 4A 5A LINE EQUIPMENT OPERATOR $40 87 4A 5A POLE SPRAYER $47 88 4A 5A POWDERPERSON $36 75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $55 22 4A 60 MECHANIC IN CHARGE $60 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 30 2K 5B FENCE ERECTORS FENCE ERECTOR $1871 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1N 5D GLAZIERS JOURNEY LEVEL $4241 1H 513; HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $44 68 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INLAND BOATMEN CAPTAIN $37 34 1K 5B COOK $31 23 1K 5B DECKHAND $3090 1K 5B ENGINEER/DECKHAND $33 65 1K 5B MATE,LAUNCH OPERATOR $35 32 1K 5B Page 2 , KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 63 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 IN 5D BALLAST REGULATOR MACHINE $34 36 1N 5D BATCH WEIGHMAN $29 68 1N 5D BRUSH CUTTER $34 36 1N 5D BRUSH HOG FEEDER $34 36 1N 5D BURNERS $34 36 IN 50 CARPENTER TENDER $34 36 IN 5D CASSION WORKER $3520 1N 5D CEMENT DUMPER/PAVING $34 84 1N 5D CEMENT FINISHER TENDER $3436 1N 5D CHANGE-HOUSE MANOR DRY SHACKMAN $34 36 IN 5D CHIPPING GUN(OVER 30 LBS) $34 84 IN 5D CHIPPING GUN(UNDER 30 LBS) $34 36 IN 5D CHOKER SETTER $34 36 IN 5D CHUCK TENDER $34 36 1N 5D CLEAN-UP LABORER $34 36 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1N 51D CONCRETE FORM STRIPPER $34 36 1N 5D CONCRETE SAW OPERATOR $34 84 IN 5D CRUSHER FEEDER $29 68 IN 5D CURING LABORER $34 36 IN 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 1N 5D DITCH DIGGER $34 36 1N 5D DIVER $35 20 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1N SO DRILL OPERATOR,AIRTRAC $35 20 1 N 5D DUMPMAN $34 36 1N 5D EPDXY TECHNICIAN $34 36 IN 5D ' EROSION CONTROL WORKER $34 36 1 N SO FALLER/BUCKER,CHAIN SAW $34 84 1N 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1 N 5D construction debris cleanup) ' FINE GRADERS $34 36 1N 50 FIRE WATCH $29 68 1N SD FORM SETTER $34 36 1N 5D GABION BASKET BUILDER $34 36 1N 5D ` GENERAL LABORER $34 36 1N 5D GRADE CHECKER&TRANSIT PERSON $34 84 1N 50 GRINDERS $34 36 1N 5D GROUT MACHINE TENDER $34 36 1N 5D 1 Page 3 i - KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note , Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1N 5D HAZARDOUS WASTE WORKER LEVEL A $3520 1N 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1N 5D HAZARDOUS WASTE WORKER LEVEL C $3436 7N 5D HIGH SCALER $3520 1N 5D HOD CARR[ER/MORTARMAN $3484 1N 5D JACKHAMMER $3484 1N 5D LASER BEAM OPERATOR $3484 1N 5D MANHOLE BUILDER-MUDMAN $3484 1N 5D MATERIAL YARDMAN $3436 1N 5D MINER $3520 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1N 5D PILOT CAR $29 68 1N 5D PIPE POT TENDER $3484 1N 5D PIPE RELINER(NOT INSERT TYPE) $3484 1N 5D PIPELAYER&CAULKER $3484 1N 5D PIPELAYER&CAULKER(LEAD) $3520 1N 5D PIPEWRAPPER $3484 1N 5D POTTENDER $3436 1N 5D POWDERMAN $3520 1N 5D POWDERMAN HELPER $3436 1N 5D POWERJACKS $3484 1N 5D RAILROAD SPIKE PULLER(POWER) $3484 1N 5D RE-TIMBERMAN $3520 1N 5D RIPRAP MAN $3436 1N 5D , RODDER $3484 1N 5D SCAFFOLD ERECTOR $3436 1N 5D SCALE PERSON $3436 1N 5D SIGNALMAN $3436 1N 5D SLOPER(OVER 20-) $3484 1N 5D SLOPER SPRAYMAN $3436 1N 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1N 5D SPREADER(CONCRETE) $3484 1N 5D STAKE HOPPER $3436 1N 5D STOCKPILER $3436 1N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1N 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1N 5D TOOLROOM MAN(AT JOB SITE) $3436 1N 5D TOPPER-TAILER $3436 1N 5D TRACK LABORER $3436 1N 5D TRACK LINER(POWER) $3484 1N 5D TRUCK SPOTTER $3436 1N 5D TUGGER OPERATOR $3484 1N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1N 5D VIBRATOR $3484 1N 5D VINYL SEAMIER $3436 1N 5D WELDER $3436 1N 5D WELL-POINT LABORER $3484 1N 5D Page 4 1 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $3436 1N 5D L PIPE LAYER $34 84 1 N 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $978 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 I PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 ' WELDER $11 56 1 PAINTERS JOURNEY LEVEL $32 73 2B 5A PLASTERERS JOURNEYLEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $54 34 1G 5A I POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1T 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1T 5D 8L BACKHOES, (OVER 75 HP) $42 35 1T 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1T 5D 8L BOBCAT(SKID STEER) $39 57 1T 5D 8L BROOMS $39 57 1T 5D 8L BUMP CUTTER $42 35 1T 5D 8L CABLEWAYS $42 84 1T 5D 8L CHIPPER $42.35 1T 50 8L COMPRESSORS $39 57 1T 5D 8L CONCRETE FINISH MACHINE•LASER SCREED $39 57 1T 5D 8L CONCRETE PUMPS $41 93 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1T 5D 8L CONVEYORS $4193 1T 5D 8L Page 5 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1T 50 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1T 5D 8L CRANES, 45 TONS-99TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS- 199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1T 50 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99TONS) $4284 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43 39 1T 5D 8L CRANES,TOWER CRANE OVER 17T IN HEIGHT,BASE TO BOOM $43 96 1T 5D 8L CRUSHERS $42 35 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 IT 5D 8L DERRICK,BUILDING $42 84 1T 5D 8L DOZERS,D-9&UNDER $41 93 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1T 5D 8L DRILLING MACHINE $42 35 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1T 50 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1T 5D 8L GRADE ENGINEER $41 93 1T 5D 8L GRADECHECKER AND STAKEMAN $39 57 1T 5D 8L GUARDRAIL PUNCH $42 35 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 1T 50 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42,35 1T 5D 8L LOCOMOTIVES,ALL $42 35 1T 5D 8L MECHANICS,ALL $42 84 1T 5D 8L MIXERS,ASPHALT PLANT $42 35 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1T 50 8L OPERATOR PAVEMENT BREAKER $39 57 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1T 5D 8L POWER PLANT $39 57 1T 5D 8L PUMPS,WATER $39 57 1T 5D 8L Page 6 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code QUAD 9,D-10,AND HD•41 $42 84 1T SO 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1T 50 8L EQUIP RIGGER AND BELLMAN $39 57 1T SD 8L ROLLAGON $42 84 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1T 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1T 5D 8L SAWS,CONCRETE $41 93 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1T 50 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1T 5D 8L SCREED MAN $42 35 1T 5D 8L SHOTCRETE GUNITE $39 57 1T 5D 8L SLIPFORM PAVERS $42 84 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1T 5D 8L SUBGRADE TRIMMER $42 35 1T 5D 8L I TOWER BUCKET ELEVATORS $41 93 1T 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1T 5D 8L TRACTORS,(OVER 75 HP) $42 35 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1T 50 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1T 5D 8L TRENCHING MACHINES $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1T 51) 8L 1 TRUCK MOUNT PORTABLE CONVEYER $42 35 1T 50 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1T 5D 8L YO YO PAY DOZER $42 35 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34 75 4A 5A SPRAY PERSON $33 00 4A 5A TREE EQUIPMENT OPERATOR $33 43 4A 5A TREE TRIMMER $31 10 4A 5A TREE TRIMMER GROUNDPERSON $23 43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $52 01 1G 5A ' RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $2789 1H SG 1 Page 7 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18 12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $1836 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $5201 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 51 18 5C RESIDENTIAL TERRAZZOfrILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZOfrILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 61. SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $51 84 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 ' PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 213 5A HOLE DIGGERIGROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29 30 2B 5A Page 8 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Cade TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 28 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 2B 5A TELEVISION GROUND PERSON $15 96 26 5A TELEVISION LINEPERSOWINSTALLER $21 17 2B 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $4033 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 81- DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 1 i 1 Page 9 t BENEFIT CODE KEY- EFFECTIVE 08-31-06 4ttkWWk#i####kWtkiW!#itith thiWtrtwkti tY 4#++it4ti#t+tt#tttt#t#4tt##W####t#tM#ttti t+4t###k+t+++##ft#4#ihk##k##W#4titiWk+tiR OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATF OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE , AND ONE-HALF TIMES THE 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 THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAYS HALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE-EIGHT(8) HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR W EEKDAY I N A FOUR- TEN H OUR S CHEDULE,SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY S HALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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 BENEFIT CODE KEY-EFFECTIVE 08-31-06 -2- 1 Q, THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN(10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE Of WAGE T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 600PM SATURDAY TO 600AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE iU 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)SFLALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATEOF WAGE V ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)SHALL BE PAID AT ONEAND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SA PURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)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 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 THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS W ORKED 0 N 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 ORON 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 G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED 0 N SUNDAY SHALL BE P AID A T TWO TIMES T HE HOURLY RATE OF WAGE A LL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES 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 i BENEFIT CODE KEY-EFFECTIVE 08-31-06 -3- 2 K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE P 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 TWO TIMES THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY,THE FRIDAY AFTERTHANKSGIVING DAY,AND CHRISTMAS DAY(11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) 1 HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6). ] HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7) N HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9) Q PAIDHOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, T14ANKSGIVING DAY, AND CHRISTMAS DAY(6) R. PAIDHOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY (7 1/2) S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7) T. PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10) BENEFIT CODE KEY-EFFECTIVE 08-31-06 -4- i5 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(9) 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) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) B PAID HOLIDAYS NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) D. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL_ DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11) I PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING 1 DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) L HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FFJDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY_ PRESIDENTS'DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY,M EMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9) V PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9) W. PAID HOLIDAYS NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRIS TMAS DAY(10) X 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,EMPLOYEE'S BIRTHDAY(11) 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'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET BENEFIT CODE KEY-EFFECTIVE 08-31-06 -5- OVER 175'TO 250'-$5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO , THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEP FH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$l 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$l 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$I 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0 75, LEVEL B $0 50, AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A&B $1 00, LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $l 00, LEVEL B $0 75,LEVEL C $0 50, AND LEVEL D $0-25 [ I i [ i t [