Loading...
HomeMy WebLinkAboutPW07-278 - Original - Pivetta Brothers Construction, Inc. - Upper Meridian Valley Creek Culvert Replacement at SE 234th St - 07/09/2007 ill Records Mania- =Bernent.. KENT Document WASHINGTOM 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: Pivetta Brothers Construction, Inc. Contract Number: TOW 0 P8 This is assigned by Mary Simmons Vendor Number: Project Names: Upper Meridian Valley Creek Culvert Replacement at SE 234th Street Contract Effective Date: July 9, 2007 Contract Termination Date:100 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Fielding Department: Engineering Abstract: Removal, disposal and replacing cuvert. ADCL7832 07/02 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Upper Meridian Valley Creek Culvert Replacement at SE 234th Street ' Project Number: 05-3012 BIDS ACCEPTED UNTIL BID OPENING June 12, 2007 June 12, 2007 9:45 A.M. 10:00 A.M. ' DELIVER TO CITY OF KENT, CITY HALL 1 LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS 40 4�se KENT WASHINOTON 7 i 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 Soos Creek Water & Sewer District Details Tab 7 WSDOT Standard Plans Tab 8 Geotechnical Report Tab 9 Permits Tab 10 Detour Plan Tab 11 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Upper Meridian Valley Creek Culvert Replacement at SE 234th Street f Project Number: 05-3012 BIDS ACCEPTED UNTIL BID OPENING i June 12, 2007 June 12, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD ;- DIRECTOR OF PUBLIC WORKS �pE WAS Q. oti�ti C. e - �O� 0NAL�E� � KENT EXPIRES 6/29 WASH IN G T 0 N BIDDER'SNAME Pivetta Brothers Const . Inc CITY OF KENT KING COUNTY, WASHINGTON BIDDER'S DOCUMENTS FOR t Upper Meridian Valley Creek Culvert Replacement at SE 234th Street �► Project Number: 05-3012 BIDS ACCEPTED UNTIL BID OPENING June 12, 2007 June 12, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS KENT WASHINGTON I ORDER OF CONTENTS 1 Call for Bids Contractor Compliance Statement Declaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2—Mmonty 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 Soos Creek Water and Sewer Distnct Details WSDOT Standard Plans Geotechnical Report Permits Detour Plan Prevailing Wage Rates CALL FOR BIDS Notice is hereby given that the City of Kent, Washington,will receive sealed bids at the City Clerk's office through June 12, 2007 up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington All bids must be properly marked and sealed in accordance with this "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 US. Mail All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows Upper Meridian Valley Creek Culvert Replacement at SE 234th Street Project dumber: 05-3012 1 The project consists of removal and disposal of one 36" diameter CMP culvert which will be replaced by a 12' x 5' x 57 LF precast 3-sided concrete box culvert with precast concrete footings The work includes coordination with culvert manufacturers to provide timely fabrication and supply of the box culvert. A maximum of 14 calendar days will be allowed for the SE 234th Street closure to install the box culvert and relocate the utilities during the HPA fish window. The project also includes installing 32 LF of 12" diameter storm sewer pipe, one Type 2 CB, 48"diameter, 70 LF of 8"D I CL 52 water main with 33 LF in a 14"O D steel casing pipe and two 48" diameter manholes including 115 LF of 8" D I CL 52 sanitary sewer pipe with 36 LF in a 14' O D steel casing pipe. The contract also includes dewatenng, asphalt, curb and gutter, concrete sidewalk and landscape restoration The Engineer's estimate for this project is approximately$350,000 Bid documents maybe obtained by contacting City of Kent Engineering Department,Nancy Yoshitake at(253) 856-5508 For technical questions,please call Joe Fielding at(253) 856-5518 Bids must be clearly marked "Bid"with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895 Only sealed bids will be accepted No facsimiles will be considered Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington Copies of the plans and Special Provisions may be purchased at a non-refundable cost of$50.00 for each set Plans and specifications can also be downloaded at no charge at wNvw.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 sixty(60) days after the day of bid opening. Dated this 23rd day of May 2007 ' BY rend acober, City Clerk /44 Published in Kent Reporter on May 30th & June 6th, 2007 Daily Journal of Commerce on May 30th & June 6th, 2007 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order#11246) Date 6-12-07 This statement relates to a proposed contract with the City of Kent named Upper Meridian Valley Creek Culvert Replacement at SE 234th Street Project Number: 05-3012 I am the undersigned bidder or prospective contractor. I represent that- 1. I % have, have not,participated in a previous contract or subcontract subject to the President's Executive Order#11246 (regarding equal employment opportunity)or a preceding similar Executive Order. Pivetta Brothers Construction , Inc . NAME OF BIDDER BY: Signature/Title Mark Pivetta, President PO Box 370 Sumner, WA 93890 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Upper Mend,an Valley Crk Culv RepVPieldmg 1 May 24,2007 Project Number 05-3012 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to An affirmative response is required on all of the following questions for this contract to be valid and binding If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex,race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract 1, 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 12 day of June 2007. By: -- M a For:Pivetta Brothers Construction , Inc . Title- President Date- 6-12-07 Upper Mend,an Valley Crk Culv Repl/Fieldmg 2 May 24,2007 Project Number 05-3012 CITY OF KENT ADMINISTRATIVE POLICY NUMBER 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT- MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps, i1 Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor,consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1 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. Upper Mendian valley Crk Culy Repl/Fieldrng 3 May 24,2007 Project Number 05-3012 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of P i v e t t a Brothers Construction , Inc . Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as Upper Meridian Valley Creek Culvert Replacement at SE 234th Street/Project Number: 05-3012 that was entered into on the (Date) Zbetween 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 12 day of June , 2007. By: (k/ vwel- For- Pivetta Brothers Construction, Inc President Title: Date: 6-12-07 Upper Mendian Valley Crk Culv Repl/Preldmg 4 May 24,2007 Project Number 05-3012 ' PROPOSAL To the City Clerk City Hall Kent,Washington 98032 The undersigned hereby certifies that Pivetta Brothers Construction, Mark Pivetta 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 Upper Meridian Valley Creek Culvert Replacement at SE 234th Street/Project Number: 05-3012 for the City of Kent,Washington, and has read and thoroughly understands the plans and specifications and Contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous 3) Unit prices for all items, all extensions and total amount of bid must be shown 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 SCHEDULEI- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ti 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. Upper Mend,an Valley Crk Culv Repl/Feldmg 5 May 24,2007 Project Number 05-3012 SCHEDULE I- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 21 , 888 . 00 21 , 888. 00 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS Twenty one thousnad eight hundred eighty eight & 00/100 1005 2-02 5 20 Remove Cement Concrete $ 15 . 0% 300 . 00 KSP SQ YDS Sidewalk Per SY Fifteen & 00/100 11007 2-02.5 23 Remove Existing 12" Storm Sewer $ 28 . 0% 644. 00 KSP LN FT Pipe or Culvert Per LF Twenty eight & 00/100 1008 2-02.5 57 Remove Existing 36" Storm Sewer $ 27 . 04 1 , 539 . 00 KSP LN FT Pipe or Culvert Per LF LTwenty seven & 00/100 1010 2-02.5 33 Remove Cement Concrete $ 9 . 0($ 297 . 00 KSP LN FT Curb and Gutter Per LF Nine & 00/100 1012 2-02.5 1 Remove Existing Catch Basin or $ 545 . O J 545 . 00 KSP EACH Manhole Per EA Five hundred forty five & 00/100 100, 275 . 00 100, 275 . 00 1015 7-02.5 1 Procure and Install Precast $ $ KSP LUMP SUM 3-Sided 12' Span x 5' Rise,57 LF Per LS Concrete Box Culvert with Precast Concrete Footings One hundred thousand two hundred seventy five & 00/100 1020 2-02 5 175 Saw Cut Existing Asphalt $ 2 . 00S 350 . 00 KSP LN FT Concrete Pavement Per LF Two & 00/ 100 1025* 2-09 5 700 Shoring or Extra Excavation $ 1 . 01 700. 00 WSDOT SQ Fr Class B Per SF One & 00/100 Upper Mmdian Valley Crk Culy Repl/Fieldmg O May 24,2007 Project Number 05-3012 SCBEDULEI- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT r1030 2-09.5 1 Excavate and Support Two Qwest $ 500 . OQ 500. 00 KSP LUMP SUM Buried Cables and Two Comcast Per LS Five hundred & 00/100 Conduits 1035* 7-085 1,500 Bank Run Gravel for Trench $ 23. 00,E 34, 500. 00 KSP TONS Backfill Per TON Twenty three & 00/100 ($250Min) g p 25 . 0 1 , 250 . 00 1040 4-04.5 50 Crushed Surfacing To Course, $ � KSP TONS 5/8 Inch Minus Per TON Twenty five & 00/100 ($6.00 Min) 1045 4-04.5 135 Crushed Surfacing Base Course, $ 20. 00$ 2, 700. 00 KSP TONS 1 1/4 Inch Minus Per TON Twenty & 00/100 ($600Min) 1050 5-04.5 70 HMA Class B, $ 150. 0� 10, 500. 00 KSP TONS PG 64-22 Per TON One hundred fifty & 00/100 1055 5-04.5 20 Cold Plant Mix for Temporary $ 75. O(� 1 , 500. 00 KSP TONS Pavement Patch Per TON Seventy five & 00/100 1060 8-14.5 25 Cement Concrete Sidewalk $ 60. 0� 1 , 500. 00 KSP SQ YDS Per SY Sixty & 00/100 1065 8-04 5 45 Cement Concrete Curb and Gutter $ 30. 0(� 1 , 350. 00 KSP LN FT Per LF Thirty & 00/100 1070 8-12.5 150 Temporary 6' High Chain Link $ 3.0% 450. 00 KSP LN FT Fence Per LF Three & 00/100 Upper Mend=Valley Crk Culv RepMelding 7 May 24,2007 Project Number; 05-3012 SCHEDULE I- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1075 8-24.5 120 Remove and Relocate Rock Wall $ 2 8. 0($ 3, 360 . 00 KSP SQ FT Per SF Twetny eight & 00/100 1080 2-13.5 150 Geosynthetic Clay Liner(GCL) $ 1 . 0� 150. 00 KSP SQ YDS Per SY One & 00/100 1085 8-33.5 1 Project Sign $ 448 . O(� 448 . 00 KSP EACH Per EA Four hundred forty eight & 00/100 1090 7-05 5 1 Catch Basin, Type 2 $ 2 , 301 . 0($ 2 , 301 . 00 KSP EACH 48 Inch Diameter Per EA Two thousand three hundred one & 00/100 1092 7-04 5 17 Aluminum Storm Sewer Pipe, $ 26 . 0( 442 . 00 KSP LN FT 12 Inch Diameter Per LF Twenty six & 00/100 1095 7-04.5 15 Ductile Iron Storm Sewer Pipe, $ 558. 0( 8, 370. 00 KSP LN FT 12 Inch Diameter, CL 50 Per LF Five hundred fifty eight & 00/100 ' 1100 7-05.5 1 Bolt Down Catch Basin $ 248 . 01 248 . 00 KSP EACH Frame and Vaned Grate Per EA Two hudnred forty eight & 00/100 1105 8-02.5 40 Sod Installation $ 4. O J 160. 00 WSDOT SQ YDS Per SY Four & 00/100 1110 8-01.5 100 Silt Fence $ 2 . Og 200. 00 KSP LN FT Per LF Two & 00/100 Upper Mendian Valley Crk Culy Repl/Fieldmg 8 May 24,2007 Project Number 05-3012 SCHEDULEI- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT j1115 8-01.5 1 Straw Bale Ditch Sediment Dam $ 79 . 0J 79 . 00 KSP EACH Per EA Seventy nine & 00/ 100 1120 8-01.5 80 Street Cleaning $ 140 . 0Q$ 11 , 200. 00 KSP HOURS Per HR One hudnred forty & 00/100 1125 8-36.5 35 Channel Rock Band $ 65 . 01 650. 00 KSP TONS Per TON id : r� j414 Sixty five & 00/100 1130 8-36 5 10 Culvert Rock Band $ 65 . 00 650 . 00 KSP TONS Per TON Sixty five & 00/100 $ 26. 00$ 2, 600. 00 1135* 7-08.5 100 Foundation Material, - KSP TONS Class I and 11 Per TON Twenty six & 00/100 1140 8-01 5 100 Hand Applied Straw Mulch $ ?� 75 . 00 KSP SQ YDS Per SY Zero & 75/100 1145 8-36 5 15 12" - 18" Round Boulders for $ 65 . 0P$ 975 . 00 KSP TONS Box Culvert Per TON Sixty -five &_ OO1100 1150 8-02.5 10 Topsoil, Type A $ 21 . 00,E 210. 00 KSP CU YDS Per CY Twetny one & 00/100 1155 8-15.5 100 Streambed Gravel $ 28 . 0� 2 , 800. 00 KSP TONS Per TON STwenty eight & 00/100 Upper Mendian Valley Crk Culv Repl/Fieldmg 9 May 24,2007 Project Number 05-3012 SCHEDULEI- STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1160* 1-10.5 100 Traffic Control Labor $ 49 . 00$ 4, 900. 00 KSP HOURS Per HR Forty nine & 00/100 1165 1-10 5 140 Construction Signs Class A $ 12. 00$ 1 , 680. 00 KSP SQ FT Per SF Twelve & 00/100 1170 1-10.5 40 Traffic Control Supervisor $ 51 . 00$ 2 , 040 . 00 KSP HOURS Per HR Fifty one & 00/100 1175 1-10.5 1 Temporary Traffic Control $ 5, 600. 00$ 5, 600. 00 KSP LUMP SUM Devices Per LS Five thousand six hundred & 00/100 1180 1-10.5 4 Type III Barricade cade $ $ 1 , 276 . 00 KSP EACH Per EA Three hundred nineteen & 00/100 1185 8-01.5 1 Inlet Protection $ 75 . 00$ 75 . 00 KSP EACH Per EA Seventy five & 00/100 Sub Total $ 231 , 277. 00 8.9% WA State Sales Tax $ 20 , 583. 65 Schedule I Total $ 251 , 860 . 65 s n7..b�to.i. — o�3a 9001 m l�atsal,, 0753 Gan� s Upper Mendian Valley Crk Culy Repl/Fieldmg 10 May 24,2007 ` Project Number 05-3012 SCHEDULE 11- WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT r2000 7-09.5 2 8 Inch Connection to Existing $ 2 , 305. OC$ 4, 610. 00 KSP EACH Water Main Per EA Two thousand three hundred five & 00/100 56 . 00 3 , 920 . 00 2005 7-09.5 70 8 Inch Diameter Ductile Iron, $ $ KSP LN FT C152 Water Main Pipe Per LF Fifty six & 00/100 I905 . 00 1 , 810. 00 2010 7-12 5 2 8 Inch Gate Valve, MJ x FL or $ $ KSP EACH MJ x MJ or FL x FL Per EA Nine hudnred five & 00/100 509 . 00 509 . 00 2015 7-15.5 1 Service Connection $ $ KSP EACH 1 Inch Diameter Per EA Five hudnred nine & 00/100 2020 7-15.5 42 Water Service Line $ 1 . 01 42 . 00 KSP LN FT 1 Inch Diameter Per LF One & 00/100 2025 7-09 5 33 14-Inch O.D., 0.25 Inch Thick $ 250. 00S 8, 250. 00 KSP LN FT Steel Casing Pipe Per LF Two hudnred fifty & 00/100 1 . 00 800. 00 2030* 2-09.5 800 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF One & 00/100 2032 2-02 5 70 Removal and Disposal of Asbestos $ 56. 0 3, 920 . 00 KSP LN FT - Cement Water Main Pipe Per LF Fifty six & 00/ 100 2035* 7-09.5 15 Foundation Material, Class I and II $ 26 . 0( 390. 00 KSP TONS for Water Main Per TON Twenty six & 00/100 Upper Mend,an Valley Crk Culy Replffieldmg 11 May 24,2007 Project Number 05-3012 SCHEDULE II-WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 29 . 00 870 . 00 2040* 7-09 5 30 Pipe Zone Bedding for Water $ $ KSP TONS Main Per TON Twenty nine & 00/100 2045* 7-09 5 120 Bank Run Gravel for Trench $ 23. 00$ 2 , 760. 00 KSP TONS Backfill for Water Main Per TON Twenty three & 00/100 ($2.50Min) 2050* 1-10 5 25 Traffic Control Labor $ 49 . 00$ 1 , 225 . 00 KSP HOURS Per HR Forty nine & 00/100 29, 106 . 00 Sub Total $ 2 , 590. 43 8.9% WA State Sales Tax $ Schedule II Total $ 31 , 696. 43 Upper Mend=Valley Crk Culv Repl/Fieldmg 12 May 24,2007 Project Number 05-3012 SCHEDULE III—SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 98 . 00 11 , 270 . 00 3000 7-17.5 115 Ductile Iron Sewer Pipe, $ $ KSP LN FT 8 Inch Diameter, CL 52 Per LF Ninety eight & 00/100 1 3005 748.5 25 PVC Side Sewer Pipe, $ 171 . 00$ 4, 275 . 00 KSP LN FT 6 Inch Diameter, Sch 40 Per LF One hudnred seventy one & 00/100 ' 3010 7-05 5 1 Manhole Under 12 Feet, Type 1 $ 2 , 8 2 4 . 0 0$ 2 , 824 . 00 KSP EACH 48 Inch Diameter Per EA Two thousand eight hundred twenty four & 00/100 i3015 7-05.5 1 Manhole 12 Feet to 20 Feet, $ 3, 5 7 9. 0 0$ 3, 579. 00 KSP EACH Type 148 Inch Diameter Per EA Three thousand five hudnred seventy nien & 00/100 ' 3020 7-05 5 2 Locking Manhole Frame an 248 . 00 d $ $ 496. 00 KSP EACH Cover Per EA Two hudnred forty eight & 00/100 1 3030* 2-09 5 1,600 Shoring or Extra Excavation, $ 1 • OCl$ 1 , 600. 00 WSDOT SQ FT Class B Per SF One & 00/100 3035* 7-08.5 35 Foundation Material, Class I and II $ 26. 00$ 910. 00 KSP TONS Per TON Twetny six & 00/100 3040 7-17 5 36 14-Inch O.D., 0.25-Inch Thick $ 250 . OCR 9, 000. 00 KSP LN FT Steel Casing Pipe Per LF Two hudnred fifty & 00/100 3045* 7-08 5 50 Pipe Zone Bedding $ 29 . 00$ 1 , 450. 00 KSP TONS Per TON Twenty nine & 00/100 Upper Mendian Valley Crk Culv Repl/Fielding 13 May 24,2007 Project Number 05-3012 SCHEDULE III—SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT t3050* 7-08.5 250 Bank Run Gravel for Trench $ 2 3. 00$ 5, 750. 00 KSP TONS Backfill Per TON Twenty three & 00/100 ($250Min) 3055* 1-10 5 50 Traffic Control Labor $ 49 . OQ$ 2 , 450 . 00 KSP HOURS Per HR Forty nine & 00/100 43 , 604 . 00 Sub Total $ 8.9% WA State Sales Tax $ 3, 880. 76 Schedule III Total $ 47 , 484. 76 1 Upper Mendian Valley Crk Culy Repl/Fielding 14 May 24,2007 Project Number 05-3012 BID SUMMARY 2 Schedule I 51 , 860. 65 Schedule II 31 , 696. 43 Schedule III 47 , 484 . 76 1 TOTAL BID AMOUNT 331 , 041 . 84 }t 71- - 31 G9` da Yam. 33a S 11 {� l i 1 1 Upper Mendian Valley Crk Culv Repl/Fieldmg 1$ May 24,2007 Project Number 05-3012 CITY OF KENT SUBCONTRACTOR LIST (Contracts over$100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price List each bid item to be performed by each designated subcontractor in numerical sequence If no subcontractors will be performing 10% or more of the work,indicate this by writing"None"and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. PROJECT NAME: Upper Meridian Valley Creek Culvert Replacement at SE 234th Street PROJECT NUMBER: 05-3012 Subcontractor Name None over 10% Item Numbers Subcontractor Name Item Numbers Subcontractor Name 1 Item Numbers Subcontractor Name Item Numbers jSubcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers l CONTRACTOR'S SIGNATURE Upper Mendian Valley Crk Culv Repl/Fieldmg 16 May 24,2007 Project Number 05-3012 SUBCONTRACTOR LIST (Contracts over 1 mullion dollars) Name of Bidder: Pivetta Brothers Construction, Inc . Project Name: Upper Meridian Valley Creek Culvert Replacement at SE 234th Street Project Number: 05-3012 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 electncal, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating,Ventilation, and Air Conditioning Subcontractor Name- NA Plumbing Subcontractor Name- NA Electrical Subcontractor Name NA I J AAA"d 6-12-07 Slgnature of Bidder Date Upper Mendian Valley CA Culv Repl/Fieldmg 17 May 24,2007 Project Number 05-3012 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: Pivetta Brothers Construction, Inc. NAME: ADDRESS: PO Box 370 Sumner , WA 98390 PRINCIPAL OFFICE: 1812 Pease Avenue Sumner , WA 93890 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 28 years 1.2 How many years has your organization been in business under its present business name9 28 years 1.2.1 Under what other or former names has your organization operated? NA 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation- 1/19 7 9 1.3.2 State of incorporation Washington 1.3.3 President's name: Mark P i v e t t a 1.3.4 Vice-president's name(s): Wally Clayton 1.3.5 Secretary's name: Mark P I v e t t a 1.3.6 Treasurer's name: Mark P i v e t t a i 1.4 If your organization is a partnership, answer the following: Upper Mendian Valley Crk Culv RepYFieldtng 18 May 24,2007 , Project Number 05-3012 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 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Washington 2.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. Site work and utilities . 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? N o n e 3.2.2 Are there any judgments, claims,arbitration proceedings or suits pending or outstanding against your organization or its officers? None ' 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? None 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes,please attach details ) No 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. 3.4.1 State total worth of work in progress and under contract 3, 600 , 000 . 00 3.5 On a separate sheet,list the major projects your organization has completed in the I 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. ' 3.5.1 State average annual amount of construction work performed during the past five years: 9 , 000 , 000.00 Upper Mend,an Valley Crk Culv RepllFieldmg 19 May 24,2007 Project Number 05-3012 ' 3.6 On a separate sheet,list the construction experience and present commitments of the key individuals of your organization 3.7 On a separate sheet, list your major equipment. 4. REFERENCES 4.1 Trade References- See attached 4.2 Bank References ff - 4.3 Surety: if 4.3.1 Name of bonding company: � 4.3.2 Name and address of agent: 5. FINANCING I5.1 Financial Statement. Upon Award After bid opening,the City may require the following financial information from any of the three apparent low bidders If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 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; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes), Other Liabilities (e g ,capital,capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 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? Upper Merld,an Valley Crk Culv Repl/Fielding 20 May 24,2007 Project Number 05-3012 ' 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 construction? 6. SIGNATURE 6.1 Dated at this 12 day of June 2007. Name of Organization: Pivetta Brothers Construction, Inc By ��t Title: President Mark Pivetta 6.2 ,being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading Subscribed and sworn before me this 12 day of June 2007. Notary Public• �NM No My Commission Expires: 03-10-0PU 9 ':• �, T ' NIO ARy -�e i Upper Mendian Valley Crk Culv Repl/Fieldmg 21 May 24,2007 Project Number 05-3012 ofLU ymfAmm (gmmm (p mm v> u> u� �nmmin m �nv u� mvmvvvvvvvMeaavcvMMMMMMM (J1 m m N O O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ' W LLI-i W W W W W W W W W W W W W W O O O w O 0 0 o O W o m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N K Of K x of 0 K K 0 N N N N N N N N a' N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m e w m m w m m m p aan aaaaa m U z z z z z z z z z z W O O O O O O O O O O O O O O O p O 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O r 0 0 O m 0 0 0 0 0 0 p 0 0 0 0 0 0 ifl O O O O O 0 0 0 0 0 0 O1 Q O O O O O O O O O m 0 0 0 O r O m O r (A C m V O m O Y m (6 r l0 o v_ v_r QI m O> n m O6 N M ( Ol O (n r O N O m N> Vim A O�V ?� 1� V fD m O V e1' n 0 n �O(D m O) r (p r r r m T� N C4 ,6 r N O 7 - co ao r n W O O N Of m r m 0 r r M m r V r 0 0 0 O r O r M M V O m m m V 0 0 O m r N O r 0 Z m N O m m P n m m M N m M (� 0 �n o M ` m tp (V OJ (n N N N (n (n �n N M r (Q m�n rn m g r <o �n cq (n M u� 9 u� cq r r (n r? u� .- r g m I? n g m in Ln r o m ao 9 (Q V V r N M V N m C) d mmmm (4gmMN I 1 y� nmMNmmcgmmmmNNmwmMmmcqminmmu> mNmNr qm M M M l(1 m m M M M O O M M M M Yl M m M M M M M m m M m M m O m m M m M m m m m M m M m M � N fmV (mV O V N N N N M M N N N N R N N N N N N (mV N N N N N N M N N N N N N N N N N N N N N G G aa O a Q W p Q Z Q a W N Z ¢ = w J 0 0 w C7 Z g O Y x x o 0 E J Z z M H a W O Z F Z m F K J a� K W Zrr Y x Z Z 0 m m W (wIJ -� W (W� O a Y a' W Y g U H 2 Q ~ J W Vw-- O Z Y Q U w U U m K a H F F w Fr K O > x Y O a a a w pka- Y Y z Q Q m U Z U U W x O Q Z x p W U V a Q Q > Lu U U O_ O O = 4 > > (7 a K x Q x z = = U U w x m z O K U Y Z x O z J 0 (n D Q Z N as } } z m 3 A F H U > a x a U � Q W J 3 Q a W U } z Y Y 0 z Q 0 U Y x ILL } W U Y g o o w z z KK J < z z } > x x a m m a w Y o of < o x a z z r u x < N m w O J a a a ¢Q a o o O o o m a H ¢ x o w a o a a a w rr w ¢ 3 ¢ o 0 Om o m a a 0 a a Y a U Y m U x K o , m L m m m cn U Y m m 0 m � U m o o a m 2 U g � � C7 � m J m 20 C7 0 � F- (1) m z z ' 00 w 0 3 w of w Of w ' m O > R Z LU U 000 m F FI- H ~a v~i w ~ F- W Z Z 2 Z Z K f W M F Z J z 0 0 0 i z w w w w Z z O w z m x0 z z v 3 z w g aft- ¢ a ¢ ~ o w w w w o g U) w 2 w , z 2 gLil w -¢ W > > > wwD a� � g g ¢ > cr ? `� tWi0 � 0 � cWitWiw00 '" wmwo U W> aaaUoo a z Z O D U U z z > a a a z O W O Y z Q a w W a ¢ w z 0 o a x x x g g a o O w w w O a U w m o a z z F m g g z z z o ° a w cD W z < < c000fCoR �� � � o � � Qz � ow � �� 3m � � � 3 ° � � � w � fr0W � Zo W (I) m wzzzit � (n a: zw 0nx aq w � � KmW ( gz � �� xx of � �xw � ¢ w ¢ � a s C7 p p O W W 3 a W❑ » O > a U` x 3 w �; W a N w o x w w w w w w w w w w z 2 ❑ ti a � � a33w aaJJagJmNaoow > agF � o3oao3333F- oo3 � 3aozq � - a Z » � � ww o O » » } xHF � a � � wF- afF w w w w aF- F wa W F- -a0 aam0 Q (D (nmv) a30� 00 (90 mrn o) P3 ww0www0w30w a ww0aa Z m w w Q 0 U ' z a m ¢ V a Ja a w m a o z x z u Z } o W a W p m U 0 w J 3 x a to Ww ° c~iz 0i � c~ic~i cn C3 w0Z m � > � Q ma ro � � x � � r- Fra W 2 Z 2 - Nix ¢ ¢ w W CO) � 0) '� a: 0w � of Y y w W » m a Q < a 0 - a a m o o v o m Z a Z a g ' O Y W W J J K O of }Y >) }Y Q J J J J < K K Z J () T J J J W W' W O z JJ � W UJ m Ow I- F F- 0 3 J OJJZ a W w � Ow awJ Uwm z 2 m 3 3 2 u � » wZ O Q> » Y a a w > Z Y i > a 0 w w z a m Q W. W Q 0 0 i a (6 w y z If n 4 z a J Of N m (n O a w �n w V, m E•n O O g � m LL a O 0 a m m 0 U m Y a3a ¢ m a m O O m a w �i h w Se m C) F- Y W m z 0 0 0 0 0 = 3 = z = �0 0 0 z 0 _ Q 0 = 0 0 0 0 j j O W 0 0 0 3 0 0 0 0 0 F ? 0 0 U 0 0 >_ a � � aowo o wg000c- 0a � o oo a s a O 503120000-5 2m0- 0a UUmmUUOU > > UW UUUtUUUUU � AUU a 30 X F M M M M N N N N N N N N N 0 0 0 0 0 rn m Of O1 m O> rn rn m m m Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rn rn OI QI rn O� rn Of rn rn Ol 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o rn rn m m rn m m rn rn m m } J a 2 O U V 0 rn O m N N 0 0 (D O N rn r O O n N r M m o rn M rn m 0 N M 06 m r r o m O o > m m � 0 O W Co rn m m (p N m m ui C'J m v m ' v v r+i r < m m m � M V O o r c O N V C � N N T- FyJ m O n t7 N N r � V N O rn c� rn O th O c m t+1 01 0 m O 0 o m N in M o 0 0 0 O O m m m N m N m v m 0 y rn rn m 0 n d' V O R m r O N N r N n r m N O m N m m m O O V 0 Z O rn N M M O O V n n N N N N LLJ �- M M N M M N N M N M M M (h O O) M m rn rn M V V Q .- m N m cp c� o g q r in �n r m �n M q �n <q M M cq M o o ts q <v q N N N y rn rn rn rb rn oo �'n Mr' v o oe m m rn O> M OJ Ol m M m 1n 0n rn m v v m m m 1n M u9 O, M rn `m u) rn n r in M N N �n a m m c m m m �n m m p, m m rn M m n m 1 cq <q rn m u> m g m OF <q cq m v m N m N o m m ao m cq N m c� N N g m m `$ V N N N N M N V •T R N N N N O N N N N N M N V N N N V M N N N N N C� J J ' W Y a K w a O O W F > o of Q Z O Y Y K a z U)LLI K Y W rwn Z w 2 a w g N N Z O N Q ❑ a 4 a M W w w CO LLI U w J a J a ❑ Z LL a ¢ O mJ Z Z Z W _ Z w F- F Z m m w W Z U 2 U U U o Z "L w S } (p _U w m H x H F ❑ U p m = O z � 2 } } w >>a K Q K ¢ w 7 7 Z z z p ❑ z (L a w w ❑ w w Z w w } Z w Y w Y m Z z Y o O w J > J J J J x o Q W W N w a Z > F- x F- F- ❑ y > d' J O O a Z U' q Y K a 7 m ❑ U O w rr a w F- w a Q w a w O w w z 0 a s O w w a s U ¢ a a x Q Q U m m LL a U' w m Y -� J ❑ a a d a ❑ Y co U V Y a a m f m m mLLJ Z z w 2 O 4 z U C waa 3 O ~ a w Na. V) O � K O ❑ 2 a 2 w m F' F- z a p m w z w a 2 J z z O ❑ o u~i a w w F V) V) rn za wwoz0 F- W w o F- a m z ,� z Z Of W w z Z C7 UO a w a w Z w a as p p z m a U O =' � m r O w F' w w o Z y ~ V) LFL-I. d' ❑ ft K w U) F � W < O U W W r F- > z (� m > a a a < W a W ¢ Cw7 z w w w m E U w w z K > w v~1 ' p O Z D O Q p ❑ F w ?� ¢ a x T W K N CL w W � cc❑ Z z Q w O O d O 3 ri a s awa � a4 aC) z0OF- � a3eaz 'w � 3 "i3a3 > > C) � i � N zU) wzw) 0 w ww Li c U' w> oOxcnw ¢ mNF- wwW > wKawK w z < waC) 3ozz } Wzzww a w cw7 n Z < '~' w m > v~i z Ir w w O °e o 4 w awQ, r F7- o Y f va~i F 0 m ai W ¢ W ¢ w Z a a z W W W w a Of Ctrr a a W m U C7 W n w w ❑ F- w K K ' W 3 W v) Z W p U K x x ❑ w F- w U w 3 w w w > w w F w w a w ❑ K T > ❑ m U U z ❑ m U w w V a'Q N U w 9 0 a w w Z Q w w w w a w Q w w Q a 4 w❑ w O g p Q j p ran Q ri p Q Q c) (0 § U) cnc� 0w zn � w � mv) 3v) V) 0) nUmU) 0U) U) Z, 0 rn a) a6u > awwM > � w33 Z O z ' V O F a 0 d w ZZ ? Ir a z >' p K Z O F- w w w U O N 0 CO Z K w w ai N y Z O w O J y .6 m O w w w w Lu p > K U F- F- } W 2 w � zn' U � ww ❑ ❑ z w w N N Q a O O O o F- Y < ZZ a� aww NNOw z � wa aaaa ¢ wwaz � 3 aiw aim y ' Cc- � p y LL ¢ a a J v 3 a § O Z J1- w } 2 3 w p 3 ❑ ❑ a z z z z 3 3 3 O U x F- W W 3 0 F- F- F- F- F- z w O a z U ) a s a W a s Q a a m a U) N Q } m 3 3 Y U Z z z z > ¢¢ U U W F W W a a Y O W } W W W w Y Y Y J 3 w a J z Z w w Q ❑ Q w w w w O W ❑ a > > F z > m 0 w U ❑ U U U w w w w FQ- Q t1 w w w C7 0 Q F z z J 0 F- Y K Y Y U N m g F- co w 0 K a w w U w w O a 0 0 O u, a a a W m Z O F F k O O w 0 0 0 w O 0 0 0 0 0 0 0 0 o Q 0 a 0 = = J 0 O O O O p O Oy y � y a �; oowm � � � � Y � � � � � � � � � � � - oZ ° � � c� < � � � � � 0po0 a a a O]UwwrnUUgo565 65556 6s 600ooaXoo = x > C) o D� W m r n r A in m �n to N V Y M M M M M M M N N O O a O m Q � m m mmm m m mm m �i m m m m m mm m m m m mmmmm omi m m m m m m W W m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m a O U W o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J O 0 0 0 0 0 0 0 0 o O O 0 0 0 0 0 O o 0 0 0 0 0 O o O o O o O m o 0 0 o O o 0 0 0 0 o O o 0 0 0 0 a 0 0 0 0 0 0 0 0 o O o o a o 0 0 Q O O o C C 0 0 0 0 O o m O M O O o 0 0 m O O m N 0 0 0 O o O o O O O m O O o 0 O O tD ' l7 O O O a 0 0 h 47 m Ip N N M N O h M O m O O O l0 N m O O m 0 u> r � M 'V N O O r N 'Y m A m M m to N m ! m M M N � N N M r N r V N N N N N r r M N M M r M off (MO d' M O O O (O m Y] V O R m N O tD m V Y V M m N O _ f0 m A N O m O M m a O O t� O V n O n V N O M M m M O Z m !D m r O m 0 m m m � Q O r m � M M lA V N O O M m m A N lh m O q N M f4 N N O N (? t4 M O O Q N L m OO m� q m m m N p L9 � � m m m m T C'1 � m m m N N N m N m m N < N N d cq W W q 19 m q 19 m n N m m m ry m m m r n 1? m g m m r A n n m N m q M m m �n m vi o m of o �o ui m 0 M m 0 <0 0 0 m m m m 0 m 0 a 0 N N N Y V V M N N M N O •t N N N M N M M N N N N N N M c'� M O N N Y z ' K w ❑ LL S = m Z Z LL LL z Y Z Q ❑ co C7 J w W U m F- Om a W L�LCI X z w Q O cr Q Q x O O Q S Z w Q 2 m OQ�[ z m J W W y O O W w 3 O aa�a' m N n U ' Z W a' Q y of � J Z F U' Q Q Q ~ > Z p W 7 J J Y Y W ¢ C� a' Q J Z J U K a m J m z a m J it ¢ m m O z 2 ❑ a m m U w '' O Q ¢ ❑ O J O O O O m 3 x U w C) c� m F � m 5wam m � F � ❑ Jamz x m aoIQU U o = g ❑ a W 01 w O coz a 0 Z x0 U W S 2 O j z Of Z fn a m ¢ K z_ K K w > za � off ° z W > a ai cr w of w a W Z Z g w o Z a a a o 0 � O � 4ca � tt9 FQ- a U0> Q> mzOg � � mz mz ai W ❑ � w 3 W Q W W a Q W W a. w > W W W W F W W w W W w W F W of W w af S K K w w w a K Z O p w ❑z a w w ¢ ❑z Q w w z ¢ w w Q FQ- w ¢ w Q Q O Q F a H O w W O O O O w Q a 0 0 O' mK < ff U) � m < w0) T ¢ 3 U) cn3wm3Ir (n w3co (o0) wci0 w 0 N 3 3 0 r~n Z O V F- ~ m M O 0 N v U p � y v� w O ❑ Q z z w Q z n Of a � m m t" y z 7) w ❑ ie 3 N w J o a o w m ❑ O F O J O � Z F- w H O F- 00 F- m F- p J J K Q F- F- H J cn Q ¢ ¢ .6 H z 7 p p J yyx w O U Y U m U U D U N U O 0 U w a Q c) U ¢ p r h a a a 3 U = > m p ❑ > F J K U ~ ZO Y F x Q Q 3 a K z S U z n 2 2 y K w rr J ❑ F- �_ vJ cn U Y ❑ Y 2 H ❑ U ix � Y Y Y W F W Q J ,� J a ❑ ❑ r m K N > ~ N w `� w /n a W J (A N W y J J w N LL W rr Q U 2' ❑ U' O ❑ ❑ W O F- ❑ p '� (n LL O O O lLL 3 m LLIF J W O O O 0 0 0 � W _W Z Z S x 2 W LL w Z li LL K LL ❑ O LL LL W U o LL 0 LL ZD a � Zao < ow0wo 2 CM) a s � Ywo � o a z a s a O�� 2QoU 3 � ga3U 3m (nmtOZ v, � � = � � 3 3 vgv) F- m 3 U S C ErW mmm Q � ,mmm Lu LIJ O U W o 0 � o 0 J o 0 o 0 m W Z � M O a CPm o M m N Y K ¢ � 3Y U Z m m � a � W w 0 w ci a Qo3 i 3 (1) V) O U K F- y V K O T a Y 5 m 3 J Z Q W F- J Z 0 0 d d d O U U l PBC Rvaga&odlen(onsh..don Inc., March 29, 2007 Pivetta Bros. Construction is a licensed General Contractor Our focus is on Civil, Public works construction and Site Development Including but not limited to Storm, Sewer& Water infrastructure and related appurtenances, including above and below grade structures,road and street improvements ' Pivetta Brothers Construction,Inc. Corporate Officers and :Management References President: Vice-President: Mark Pivetta Wally Clayton 1812 Pease Ave 13613 SE 200`h Sumner, WA 98390 Kent, WA 98042 253-862-7890 253-862-7890 31 years in the industry 33 years in the industry Senior Project Manger Bob Mickel—253-862-7890 30 years to industry Superintendent: Jobe Youngblood—253-261-5591 15 years in industry Foreman: Brandon Burrel 10 years in the industry Mike Chase 18 years in the industry Jeff Clayton 18 years in the industry Jake Osborn 9 years in the industry 1 Jerry Mandelke 39 years in the industry Bruce Marbut 26 years in the industry History: Incorporated— 1979 President—Mark A Pivetta Vice President—Wallace C Clayton Corporate Office— 1812 Pease Avenue, Sumner,WA 98390 Contractor Registration - PIVETBC063B9 Bonding Capability - $10,000,000 00+ Web Site Address www pivetta corn A P.O. Box 370, Sumner,WA 98390 1812 Pease Avenue, Sumner, WA 98390 / (253) 862-7890/ Fax (253) 470-5008 $, 1 =�-w Contractor's License No PIVETBC063B9 Pivetta Brothers Construction, Inc. 1812 Pease Avenue Sumner, WA 98390 Office: 253-862-7890 Fax: 253-470-5008 Credit References: Bank Reference: Associated Petroleum Products, Inc Sterling Savings Bank 2320 Milwaukee Way 224 SW 152nd Street Tacoma, WA 98421 Burien WA 98166 Phone 253-627-6179 Phone 253-564-0862 Contact Mike Miller H D Fowler PO Box 160 Bonding Bellevue, WA 98009 Phone 425-746-8400 Travlers Casualty and Surety 1001 Fourth Ave Ste 1800 Shope Concrete Seattle WA 98154 1618 E Main Agent's Phone 800-422-4710 Puyallup, WA 98372 Phone 253-848-1551 Insurance Continental Western Insurance Company 601 Union Street Suite 1000 Seattle, WA 98101 ' Policy# CWP2672508 Pivetta Bros. Construction, Inc. Partial Equipment List Excavators Equipment Number Make Year Model EX-108 Komatsu 1997 PC300LC-6 EX-109 Komatsu 1999 PC100LC-6 EX-111 Hitachi 2001 EX225USRLC EX-113 Hitachi 2003 Z225LC EX-115 Hitachi 2005 Z450LC EX-116 Volvo 2005 EC210BLC EX-117 Hitachi 2006 ZX350 EX-118 John Deere 2006 35D EX-119 Hitachi 2006 ZX135US EX-120 John Deere 2006 50D ZTS Equipment Number Make Year Model WL-102 Volvo 1996 L70B WL-104 Bobcat 1994 853H WL-105 John Deere 2001 544H WL-106 John Deere 2003 TC54H WL-107 John Deere 2005 544JTC WL-108 John Deere 2004 TC54H WL-109 Cat 2004 257B aekhOes e' = a� fl Equipment Number Make Year Model RB-113 John Deere 2004 310SG RIB-1 14 John Deere 2004 310SG RB-115 John Deere 2004 310SG Equipment Number Make Year Model D-101 Komatsu 1978 D31A-16 D-102 John Deere 650 H D-103 John Deere 2005 700J XLT D-104 Cat 1970 D-81-1 D-105 John Deere 450J Equipment Number Make Year Model R-101 Dyna Pac 1986 CA12D R-102 Rosco 1990 Roll Pak R-104 Wacker 1993 RD 880 R-105 Dyna Pac 1999 CA362D R-106 Sakai SV400D ' R-107 Sakai SV200D Page 1 5/29/2007 k 1 " tractors ' Equipment Number Make Year Model S-103 Kawasaki 1995 KAF300B-1 Graders _ Equipment Number Make Year Model GR-102 Huber 1996 M850A GR-103 John Deere 1992 772BH _ Carf Road Truck ORT-101 Bell Truck 1998 B25C ! ORT-102 John Deere 2002 300D fl ! ! I 1 1 1 ! Page 2 5/29/2007 - � 1 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 (100) working days after issuance of the City's Notice to Proceed The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below Receipt of Addendum No.'s 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- 6-12-07 Pivetta Brothers CA sntr tion, Inc NAME W BY: Signature Mark Pivetta , Presidnet (Print Name and Title) PO Box 370 Address Sumner , wA 98390 Upper Mendran Valley Crk Culv Repl/Fieldmg 22 May 24,2007 Project Number 05-3012 z BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Pi vetta Brothers Construction, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of five Percent (5%) of the Total Amunt Bid 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 Upper Meridian Valley Creek Culvert Replacement at SE 234th Street/Project Number: 05- 3012 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do,pay and forfeit to the Obligee the penal amount of the deposit specified in the 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 7th DAY OF June _2007. Pivett� Bro truc ' nc. By. /�/ PR CIPAL Travelers Casualty and Surety Company of America SURETY Mary A. Dobbs, Attorney-in-fact 20 Received return of deposit in the sum of$ Upper Meridian Valley Crk Culv RepWiielding 23 May 24,200 Prgect Number OS-1012 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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-in Fact No. 218146 Certificate No 001406326 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 Firc and Marine Insuianee Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporanom duly organized undet the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized undo 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 IN corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance Underwrites, Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the CompamLs do hereby make,constitute and appoint Pamela A Jardine, Patricia L Russell, Angela D Tonnon, Roxana Palacios,Jeanne M Hegel, Tern L Franklin, Susan L Garred, Heather Allen, Mary A Dobbs, David J Forsyth, Steven W Palmer, and Holly E Ulfers of the City of Seattle ,State of Wasbington ,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,reoognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings iegmred or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Comppantes have caused this instrumein t:o be slgne�mid thefr cor orate seals to be hereto affixed,this 24th day of January 2007 Farmington Casualty Company c t' " St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually 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 L,.SU�� S.WEl� t,RE 64 QIiM IMy,GN ."� NSuga"y g,t-TY aN�� ���`� y,tyQ 1982e'O 19 NCOAFpggtta 9,27 i f m GOPVCR9rf n: a aAflrFOflD tIN(FfA, �b�n�a° �O� 1951 a NqO �� �,aseAL?o ;�SSAL sjj' W conN t ��,¢t'a< N tim�f] �y HH �CF IJfN �Mrvr.��vmt15�AP�a- t „dd/ 6t .•' Y'" State of Connecticut By City of Hartford ss Georg Thompson, enwr ice President On this the 24th day of January 2007 , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Fainungton 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 and that he,as such being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer STARo In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2011 Marie C Tetreault,Notary Public 58440-8-06 Printed In U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Y 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 Mcrwry 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 lull force and effect,reading as follows RESOLVED, that the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority is his or her certificate of authority may preu.ribc to sign with the Company's name and seal with the Company's seal bonds reeogmzames,contracts of indemnty,and other wilting,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 card 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 Secretaiy or Assistant Secretary,or(b)duly executed(under seal,if required)by one or mole Attorneys-m-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 Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other wi mngs obligatory in the nature thci cot and anv such power of attorney or certificate beat mg such facsimile signature or fac,imile 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,Fiderty and Guaranty Insurance Underwriters, Inc Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guaidian 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 �, yr8 q IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the"sots d Companies this / e/ day of 2oa7 X0 ;yy� Kon M Johans Assistant Secretary i rUhSU.Yr` $WC7Y PR+�PagY� Q\I111M`SG9 JP'+,NdUg9 JPtTV gNOd Ir0_^,Y StttY�' a .t f iz HAniFORo i/Np'r`roA0. � � 0rzo 195N t CONN ¢ w 1996 SEAL To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www stpaultravelersbond corn 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 City of Kent Combined Affidavit & Certification Form: Non-Collusion,Minimum Wage(Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not ' less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR, NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Upper Meridian Valley Creek Culvert Replacement at SE 234th Street Project Number: 05-3012 NAME OF PROJECT Pivetta Brothers Construction, Inc. NAME OF BIDDER'S FIRM GNAT RE MXUT14ORIZED REPRESENTATIVE OF BIDDER Subscribed ands Nr&$p before me this 12 day of June , 2007. J� �to V L'C Notary Public in and for the Sta f Washington, FILM residing at Kent , Upper Mendian Valley Crk Culy Rept/Fielding 24 May 24,2007 1 Protect Number 05-3012 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete The bidder's attention is especially called to the following forms Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name..................................0 ' Table of Contents Sheet...........................................................................................13 Call for Bids. .•....,••..••...•..••.••O ContractorCompliance Statement................................................ 0 1 Date................................................................................................................0 Have/have not acknowledgment.................................................................0 Signatureand address.................................................................................0 Declaration—City of Kent Equal Employment Opportunity Policy..................0 Datedand signed..........................................................................................0 City of Kent Administrative Policy........................................................................0 Proposal ....................................................................................................................0 First line of proposal—filled in...................................................................0 Unit prices are correct and written in words............................................0 Bid the same unit price for asterisk (*)bid items....................................0 City of Kent Subcontractor List(over$100K)................ 0 Subcontractorslisted properly...................................................................0 Signature.............................................................. ........... 0 ..... ......................... Subcontractor List(over$1 million)......................................................................0 Subcontractorslisted properly...................................................................0 I Signature.......................................................................................................0 Contractor's Qualification Statement....................................................................I Filledout and notarized ..............................................................................0 Proposal Signature Page.................... 0 ...................................................................... AllAddenda acknowledged.........................................................................0 Date,signed and addressed.........................................................................0 BidBond Form.........................................................................................................0 Signed, sealed and dated .............................................................................0 Powerof Attorney........................................................................................0 (Amount of bid shall equal 5% of the total amount bid) Non-Collusion Affidavit...........................................................................................0 Signed, dated and notarized........................................................................0 Bidder's Check List.................................................................................................0 The following forms are to be executed after the Contract is awarded- A) CONTRACT This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Upper Meridian Valley Crk Culy Rep]JFteldmg 25 May 24,2007 Project Number 05-3012 �I PERFORMANCE BOND TO CITY OF KENT Bond No. 104954718 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Pi vetta Brothers Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Connecticut , 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$332,811 .47 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of the Upper Meridian Valley Creek Culvert Replacement at SE 234th Street /Project Number: 05-3012 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of two years 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 IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authonty of its governing body. (SIGNATURES ON FOLLOWING PAGE) ' Upper Mendian Valley Crk Culv ReplI ieldmg 26 May 23,2007 Project Number 05-3012 PERFORMANCE BOND PAGE TWO TWO WITNESSES: Pivetta Brothers Construction, Inc. PRINCIPAL BY: - I 9k TITLE: President DATE: z9 0- - DATE: �j 7 CORPORATE SEAL: PRINT NAME DATE: Travelers Casualty and Surety Cawanv of America SURETY CORPORATE SEAL BY: ?Th�e� - " ary A. if s DATE: dune 26, 2007 TITLE: Attorney-in-Fact ADDRESS 1501 - 4th Ave. , Suite 1650 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that II�am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that �I wr K &6L Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by uth 'ty of its governing body. SVCkE'tARV OR ASSISTANT SECRETARY Upper Mendian Valley Crk Culy Repl/Fielding 27 May 23,2007 Project Number 05-3012 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POR'ER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St Paul Merwry 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-In Fact No, 218146 Certificate No. 001406337 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 FirL and Marine Insul ante Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of MmnesOta,that Farmington C asualry Company,Travelers Casualty and Surety Company and Tiavelcis 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 Insmance Company is a cotporatron duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insmance Uudemriters Inc is a corporation duly organized under the laws of the State of WISLO11Siit(hue n collectively called the `Companies'),and that the Companies do hereby make,constitute and appoint Pamela A Jardine, Patricia L Russell, Angela D Tonnon, Roxana Palacios,Jeanne M Hagel,Tern L Franklin, Susan L Garred, Heather Allen,Mary A Dobbs, David J Forsyth, Steven W Palmer, and Holly E Ulfers of the City of_ Seattle State of Washington , their true and lawful Attorney(s)-m-Fact, each in their separate rapacity if more than one is named above,to sign execute,seal and acknowledge any and all bonds,recogmzances,conditional undertakings and other w itmgs obtieatory 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 undutakings required or permitted in any actions or proceedings allowed by law I^*a 11 2. ,5 IN WITNESS WHEREOF,the Cc mgmc0 have caused this mstrumerit to b�eee..signed and their corporate seals to be hereto affixed,this 24th day of January 22 Farmington Casualty Company 4 t St Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company a1 St.Paul Meicut v 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 I oddity and Guaranty Company Iy_ $' 6� �4 � HCdIP01t9tfD _uw.��n you vort�ie m W oxeoRyr �i^` ° : � �4 m 1982 0 �y,977 �927 K €�/`�" ti --_ �` � HAFTFOflD, tnNIF6R0. c F I z SEAL p d cONN �o � COW1 8 w 7886 State of Connecticut Byz City Of Hanford s5 Ceolg I Thompson enrol roe Prevdmt On this the 24th of of January 2007 More me personally y _ p 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 Marne 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, 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 coi porations by hnnself as a duly authorized officer V„TET In Witness Whereof,f hereunto set my hand and official seal My Commnsion evpires the 30th day of tune,2011 �jOUBU� .k Marie C Tetreault,Notary public 58440-8-06 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED 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 Untied States Fidelity and Guaianty 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 Attorneys-in-Pact and Agents to act for and on behalf of the Company and may give such appointee such authouty as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking 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 Tieasurer,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 of (b)duly executed iunder seal,it required)by one or more Attorneys-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,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 Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and uiy 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 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 afI'txed the seals of said Companies this�day of ,20 T r ,�� F- Kon M Johans Assistant Secretary ?���` $irirly 'y F,RF 'O\4M �kSGi cJpN�P6Yq.� pO�lY.1Np q` SF y G y© MCOAPOa4® JIQ i ��coc PaR�r£m W sb SKlALL ni HMTFORD �InRiFapO s t��e NB,D �° i951 N9 * Nk O �`SEAL�on/ �e D coNn t wwi i N 96 F+ y A d 1• �Oi N1N� s�' NNFc afr x�/ �tr raa �°i r�° �17 AfA� To venfy the authenticity of this Power of Attorney,call 1-800421-3880 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 j 1 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Pi vetta Brothers Construction, Inc. organized under the laws of the State of Washington located and doing business at 1812 Pease Ave.,&rmer, VIA. 98390 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for. Upper Meridian Valley Creek Culvert Replacement at SE 234th Street/Project Number: 05- 3012 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 (100) working days The City shall suffer damages if said work is not completed within the time specified Therefore, the Contractor agrees to pay to the City liquidated damages in accordance with Section 1-08.9 of the Standard Specifications, as maybe modified by the Kent Special Provisions. 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. 1 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 Upper Mendian Valley Crk Culv Rep]/Fielding 28 May 23,2007 Project Number 05-3012 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24 115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3)business days) and at places designated by the City 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference 8 Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19 122, as amended. Contractor shall be responsible for compliance with RCW Ch 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Upper Mendian Valley Crk Culv Repl/Fielding 29 May 23,2007 Project Number 05-3012 t IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove wntten. CITY OF KENT BYjZSTTE COOKE, MAYOR DATE: 7 9 7 ATTES BRENDA JACOBER, CI CLERK AP ROVED AS TO F RM: KE T Ll DEPARTMENT 1 CONTRACTOR BY: PRINTNAME: Mark Pivetta TITLE: President DATE: 1 1 t 1 Upper Meridian Valley Crk Culv Rep]/Fielding 30 May 23,2007 Project Number 05-3012 jWITNESS, if INDIVIDUAL OR PARTNERSHIP- STATE OF WASHINGTON ) ) ss COUNTY OF KING ) On this day of -� 200`, before me personally appeared Mark Pivetta and i to me known to be President and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above wntten. AIOTARy C =; ♦ I$OTARY PUBLIC, in and for the Sta :ui�`��BLIC.r� $f Washington, residing at Kent ••�AA •,'F� \ �. My appointment expires 03-10-09 l t t 1 Upper Meridian Valley Crk Culv Repl/Fieldmg 31 May 23,2007 Project Number 05-3012 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. 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. I2. Commercial General Liabil insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability 1 insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. 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 C. Other Insurance Provisions 1 The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 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 ' Upper Meridian Valley Crk Culy Repl/Fielding 32 May 23,2007 Project Number. 05-3012 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 written notice by certified mail, return receipt requested, has been given to the City 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability D. Acceptability of Insurers Insurance is to be placed with insurers with a current AM Best rating of not less than ANH. E. 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 insurance requirements of the Contractor before commencement of the work. F. 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 1 i 1 t Upper Mendian Valley Crk Culv Repl/Fielding 33 May 23,2007 ProjectNumber 05-3012 Client#: 19379 PIVETBRO AC.OR CERTIFICATE OF LIABILITY INSURANCE sii7/2007" ""' J206 RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ibble&Prentice ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 01 Union Street, Suite 1000 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. eattle,WA 98101 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Continental Western Insurance Compan 101 Pivetta Brothers Construction,Inc. INSURER B P O Box 370 INSURER C Sumner,WA 98390 INSURER D 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS IL TR NS DATE MM/DD/YY DATE MM/DD/YY A GENERAL LIABILITY CWP2672508 03/01/07 03/01/08 EACH OCCURRENCE $1 OOOOOO X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $1 OO OOO CLAIMS MADE a OCCUR MED EXP(Any one person) $5 OOO X PD Ded:2,000 PERSONAL&ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO LOC JECT A AUTOMOBILE LIABILITY CWP2672508 03/01/07 03/01/08 COMBINED SINGLE LIMIT $1 OOO OOO X ANY AUTO (Ea accident) , e ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO EA ACC $ OTHER THAN AUTO ONLY AGG $ A I EXCESS/UMBRELLALIABILITY CU2672509 03/01/07 03/01/08 EACH OCCURRENCE $5000000 X OCCUR CLAIMS MADE AGGREGATE $5 OOO OOO DEDUCTIBLE $ X RETENTION $1O 000 $ A WORKERS COMPENSATION AND CWP2672508 03/01/07 03/01/08 WCCRYSTALIMTU- OTH- EMPER ­ LOYERS'LIABILITY ANY PROPRIETORIPARTNERlEXECUTNE WA STOP GAP ONLY EL EACH ACCIDENT $1 000 000 OFFICER/MEMBER EXCLUDED9 EL DISEASE-EA EMPLOYEE $1 OOO 000 Ityes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $1,000,000 OTHER DESCRIPTION OFOPERATIONS/LOCATIONS/VEHI LE /EXCLU N ADDEDENDORSEMENT/C S SIO S BY SPECIAL PROVISIONS Upper Meridian Valley Creek Culvert Replacement. Project No.05-3012. Certificate holder is Additional Insured and coverage is primary and non IS contributory per attached endorsement 1*10 Days Notice of Cancellation for non-payment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATETHEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45* DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 400 West Gowe IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 98032 REPRESENTATIVES AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 2 #S220171/M210764 6DNJU 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25-S(2001/08) 2 of 2 #S220171/M210764 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 ' POLICYNUMBER: CWP2672501 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following. C01%IRRCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Or ation s : Location And Description of Completed Operations Where required by written contract Where required by written contract lnfonnation required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to Lability for"bodily injury"or."property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 0 ISO Properties,Inc.,2004 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - PRIMARY COVERAGE - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): j Any person or organization whom you are required to name as an additional insured on this policy under a written contract or agreement Such written contract or agreement must be executed prior to the"bod- ily injury"or"property damage". No such person or organization is an insured with respect to any occurrence that takes place after expi- ration of the written contract or agreement between you and such person or organization. Location(s)Of Covered Operations: As agreed to in writing in the contract or agreement requiring the person or organization to be added as an additional insured on your policy. Information required to complete this Schedule, c not shown above,will be shown in the Declarations A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following applies. organizabon(s) shown in the Schedule, but only with respect to liability for"bodily injury", "property The insurance provided by this endorsement is damage" or "personal and advertising injury" primary insurance and we will not seek contribu- caused, in whole or in part, by. tion from any other insurance available to the per- son or organization shown in the Schedule unless 1. Your acts or omissions;or the other insurance is provided by a person or or- ganization other than you for only the same opera- 2. The acts or omissions of those acting on your tion and location designated above. Then we will behalf: share with that other insurance by the method de- scribed in subparagraph c. of paragraph 4. Other in the performance of your ongoing operations for Insurance of SECTION IV — COMMERCIAL the additional insured(s) at the location(s) desig- GENERAL LIABILITY CONDITIONS nated above CW 31 3010 04 Includes copyrighted material of Insurance Services Page 1 of 1 Office,Inc.,with its permission KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS.............................................. 1-1 1-01 Definitions and Terms..... ............................................ ..... . .....................1-1 1-02 Bid Procedures and Conditions............................................................... A-3 1-03 Award and Execution of Contract. . .................. ....................... ...............1-5 1-04 Scope of the Work............................ ................. .......................................1-7 j 1-05 Control of Work...... ........................................................ ..........................1-9 1-06 Control of Material .................................................................................... 1-19 1-07 Legal Relations and Responsibilities to the Public.....................................1-22 1-08 Prosecution and Progress............................................................................1-33 1-09 Measurement and Payment........................................................................ 1-37 1-10 Temporary Traffic Control . . .....................................................................1-40 1-11 Other General Requirements.......................................................................1-55 DIVISION 2 EARTHWORK ........................................................................2-1 2-01 Clearing, Grubbing, and Roadside Cleanup................................................2-1 2-02 Removal of Structures and Obstructions ............................... .................. 2-1 2-03 Roadway Excavation and Embankment .....................................................2-4 2-06 Subgrade Preparation................................................... ..2-4 2-09 Structure Excavation.................................................. ................................2-5 2-13 Geosynthetic Clay Liner......................................... ....................................2-6 DIVISION4 BASES .......................................................................................4-1 4-04 Ballast and Crushed Surfacing....................................................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................5-1 5-04 Hot Mix Asphalt.........................................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS.....................................................................7-1 7-00 General Requirements.............. . ................ ............... ........................... . .7-1 7-02 Culverts. . ...... . . ................................... ............................ ............... 7-7 7-04 Storm Sewers..............................................................................................7-11 7-05 Manholes, Inlets, Catch Basins, and Drywells................................ .. ....... 7-13 7-08 General Pipe Installation Requirements......................................................7-19 7-09 Water Mains........ . . ........... ... .......................... ............................ 7-24 7-12 Valves for Water Mains..............................................................................7-29 7-15 Service Connections..... .. . ........................................................................ 7-30 7-17 Sanitary Sewers................ ................. .......................................................7-33 7-18 Side Sewers . . .......................................................................................7-36 fUpper Mendian Valley Crk Culy Rep]/Fielding 1 May 23,2007 Project Number 05-3012 1 TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION...............................8-1 8-01 Erosion Control and Water Pollution Control ......... ..................................8-1 8-02 Roadside Restoration. .. ..... . . ......... . . ..................................... 8-13 8-04 Curbs, Gutters, and Spillways.................................................... ................8-13 8-12 Chain Link Fence and Wire Fence............................................... .............8-14 8-14 Cement Concrete Sidewalks ......................................................................8-15 8-15 Riprap .... 8-16 8-24 Rock and Gravity Block Wall and Gabion Cribbing.... ......... .....8-17 8-33 Project Signs . . ... ................................... .......... ..................................8-18 8-36 Instream Structures .....................................................................................8-20 DIVISION 9 MATERIALS............................................................................9-1 9-03 Aggregates .............................................................................................. . .9-1 9-14 Erosion Control and Roadside Planting .....................................................9-2 9-30 Water Distribution Materials....................................................... . .. -......9-4 9-36 Geosynthetic Clay Liner..............................................................................9-4 KENT STANDARD DETAILS..............................................................................A-1 SOOS CREEK WATER AND SEWER DISTRICT DETAILS ........................A-2 WSDOT STANDARD PLANS...............................................................................A-3 GEOTECHNICAL REPORT................................................................................A-4 PERMITS.................................................................................................................A-5 DETOURPLAN......................................................................................................A-6 PREVAILING WAGE RATES.............................................................................A-7 Upper Mendian Valley Crk Culv Repl/Fielding 2 May 23,2007 ProlectNumber 05-3012 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 BYADDING THE FOLLOWING. 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour ' M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.3 Definitions ' Upper Meridian Valley Crk Culv Repl/Fielding I - 1 May 23,2007 Project Number 05-3012 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 " I Standard Specifications ' The Standard Specifications for this contract are contained in the following publications: ' 1 "2006 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation(WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, ' prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. Upper Meridian Valley Crk Culv RepUFieldmg 1 -2 May 23,2007 Project Number 05-3012 ' 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. 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 nght 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. Upper Meridian Valley Crk Culv Rep]/Fielding 1 -3 May 23,2007 ProjectNumber 05-3012 SECTION 1-02.4(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, dewatenng, 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. The soils information if any, used for design of this project is , available in Appendix 4. SECTION 1-02.S IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.5 Proposal Form , 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 to 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 THIRD PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH. 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 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST , PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ' ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. Upper Mendian Valley Crk Culv Repl/Fielding 1 -4 May 23,2007 ' Project Number 05-3012 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 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 pnces 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 1-02.14IS 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. Upper Meridian Valley Crk Culv Repl/Fielding 1 -5 May 23,2007 Project Number 05-3012 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 may be rejected or award made to the next lowest responsive, responsible Bidder. ' SECTION 1-03.2IS REVISED BYREPLACING "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 r 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 Special Provisions Upper Meridian Valley Crk Culv Repl/Fieldmg 1 -6 May 23,2007 , Project Number 05-3012 i SECTION I-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: i1-03.4 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 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 two years following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the two-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 of judicial 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 SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD DETAILS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. iUpper Mendian Valley Crk Culv Repl/Fielding 1 -7 May 23,2007 Project Number 05-3012 SECTION 1-04.2 IS REVISED BYDELETING ITEMS 1 THROUGH 7IN THE SECOND PARAGRAPHAND 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 1-04.4IS REVISED BYDELETING THE FIFTHPARAGRAPHAND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes , For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity SECTION 1-04.5IS REVISED BYDELETING THE STHPARA GRAPH 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 1-04.6IS DELETED IN ITS ENTIRETY. 1-04.6 Increased or Decreased Quantities 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 Upper Meridian Valley Crk Culv Rep]/Fielding 1 -8 May 23,2007 Project Number 05-3012 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 Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load, 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 Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of$150/hr for 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. ' Upper Meridian Valley Crk Culv Repl/Fielding 1 -9 May 23,2007 Project Number 05-3012 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 o£ 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 signahzation. 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 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 Upper Mendian Valley Crk Culv Repl/Fielding 1 - 10 May 23,2007 ' Project Number 05-3012 ' 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. 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. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations as required tUpper Mendian Valley Crk Culv Repl/Fielding I - 1 L May 23,2007 ProlectNumber 05-3012 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,]unction 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 ' 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 channehzation, ' traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of$150/hour. 1-05.5(6) Survey Requests , It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 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 maybe 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected 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 Upper Meridian Valley Crk Culy Rep]/Fielding 1 - 12 May 23,2007 ' Project Number 05-3012 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. ' 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. tUpper Meridian Vailey Crk Culy Repl/Fielding 1 - 13 May 23,2007 Project Number 05-3012 SECTION 1-05.10IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty(60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the , guarantee Upon 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 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. Upper Meridian Valley Crk Culv Rep]/Fielding 1 - 14 May 23,2007 ' Project Number 05-30t2 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.I1(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 pnor to the Physical Completion Date. 1 Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days ' During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for ' which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. Upper Meridian Valley Crk Culv Repl/Fielding 1 - 15 May 23,2007 Project Number 05-3012 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. , 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. i � 1 Upper Meridian Valley Crk Culy Rep[/Fielding 1 - 16 May 23,2007 , Project Number 05-3012 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 BY ADDING THE FOLLOWING. 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid Details of known projects are as follows: Relocate gas main, trenching Agency: Puget Sound Energy Anita Yurovchak (253) 381-6714 (cell) Pilchuck Contractors,Inc. (Service Provider) ' Jerimiah Crabb (206) 571-2954 (cell) Scope: Cut and cap existing 2" gas main prior to culvert excavation. Reconnect existing 2" gas main over new concrete box culvert. ' Trenching as required. The Contractor shall allow PSE's Contractor uninhibited access to the construction site and shall schedule his work to avoid all interference with PSE's Contractor. We expect this work to start on July 15, 2007 and be completed shortly after the new concrete box culvert is installed. All costs for coordinating with PSE's Contractor and any required adjustment to the Contractor's schedule or area of work shall be borne by the Contractor. Upper Meridian Valley Crk Culv Repl/Fielding 1 - 17 May 23,2007 ProjectNumber 05-3012 Cut and relocate direct bury electrical wiring, insulate overhead wiring, trenching Agency: Puget Sound Energy , Anita Yurovchak (253) 381-6714 (cell) Potelco, Inc. (Service Provider) , Tracy Coleman (253) 476-6428 Scope: Cut/relocate existing 2-1" direct bury electrical cables prior to culvert excavation. Reconnect/relocate existing direct bury , electrical cables over new concrete box culvert. Trenching as required. Insulate existing overhead wiring prior to culvert installation. Remove insulation from existing overhead wiring after new concrete box culvert installation. The Contractor shall allow PSE's Contractor uninhibited access to the construction site and shall schedule his work to avoid all interference with PSE's Contractor. We expect this work to start on August 20, 2007 and be completed shortly after the new concrete box culvert is installed. All costs for coordinating with PSE's Contractor and any required adjustment to the Contractor's schedule or area of work shall be borne by the Contractor. Contractor shall notify PSE two weeks prior to excavation for the storm sewer pie and box culvert. Relocate direct bury wiring, trenching Agency: Qwest Aaron Williams (253) 372-5323 (206) 478-3664 (cell) Scope: Raise and support a 600 pr and 50 pr direct bury cable to clear the area for the new concrete box culvert. Trenching as required. The Contractor shall allow Qwest's Contractor uninhibited access to the , construction site and shall schedule his work to avoid all interference with Qwest's Contractor. We expect this work to start on August 20, 2007 and be completed by August 31, 2007. The Contractor shall provide support for two , Qwest cables during excavation and installation of the new concrete box culvert. Payment for this work is included in bid item no. 1030. Upper Meridian Valley Crk Culv Repl/Fielding 1 - 18 May 23,2007 ' Project Number 05-3012 Relocate cable wiring in conduit, trenching Agency: Comcast Jim Nies (206) 571-8893 (cell) Scope: Raise and support cable wiring in two existing 2" conduits to clear the area for the new concrete box culvert. Trenching as required. # The Contractor shall allow Comcast's Contractor uninhibited access to the construction site and shall schedule his work to avoid all interference with Comcast's Contractor. We expect this work to start on August 20, 2007 and be completed by August 31, 2007. The Contractor shall provide support for the two existing Comcast conduits during excavation and installation of the new concrete box culvert. Payment for this work is included in bid item no. 1030. SECTION 1-05IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered 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 1-06IS 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: # Upper Mendian Valley CA Culv RepVFieldmg 1 - 19 May 23,2007 Project Number 05-3012 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 Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. The Contractor shall allow a minimum of 21 working days variable depending on the contract unless otherwise noted for the Engineer's review See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. 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 21 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 1 Upper Meridian Valley Crk Culv Repl/Fielding 1 -20 May 23,2007 ' Project Number 05-3012 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. 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. 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. 1 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. ' Upper Meridian Valley Crk Culv Repl/Fielding 1 -21 May 23,2007 Project Number 05-3012 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. 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. Upper Meridian Valley Crk Culy Repl/Fielding 1 -22 May 23,2007 t Project Number 05-3012 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. 1-07.2(2) State Sales Tax—Rule 171 jWAC 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 Upper Meridian Valley Crk Culy Repl/Fieldmg 1 -23 May 23,2007 Project Number 05-3012 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). SECTION 1-07.6IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City of Kent has obtained the following permit: , WA State Dept. of Fish & Wildlife - HPA 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(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening The City will not adjust the Contractor's bid Upper Meridian Valley Crk Culv Repl/Fielding 1 -24 May 23,2007 Project Number 05-3012 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. SECTION 1-07.14IS REVISED BYDELETING THE THIRD, FOURTH, AND FIFTH 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 BYDELETING 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 tOnce 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 buned facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. iUpper Meridian Valley Crk Culv Rept/Fieldmg 1 -25 May 23,2007 Project Number 05-3012 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. 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. Puget Sound Energv Contact: Anita Yurovchak (253) 381-6714 ■ west Contact: Aaron Williams (253) 372-5323/(206) 478-3664 Comcast Contact: Jim Nies (206) 571-8893 Soos Creek Water and Sewer District , Contact: Ken Van Den Bergh (253) 630-9900 Ext. 115 Upper Mendian Valley Crk Culv Repl/Fielding t -26 May 23,2007 , Project Number 05-3012 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. 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 1 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 charinelization 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. Upper Meridian Valley Crk Culv Rept/Fieldmg 1 -27 May 23,2007 Project Number 05-3012 5. Keep drainage structures clean to allow for free flow of stormwater. 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: 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. Upper Meridian Valley Crk Culv Rep]/Fielding 1 -28 May 23,2007 ' Project Number 05-3012 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. 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. Channelizing devices (Type II 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 minimum 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. Upper Meridian Valley Crk Culv Repl/Fteldmg 1 -29 May 23,2007 Project Number 05-3012 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; i e. The drop-off is only one side of the roadway. 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 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. Upper Mendian Valley Crk Culy Repl/Fielding 1 -30 May 23,2007 Project Number 05-3012 1 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 pernianent 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 SE 234th Street shall be closed to through traffic at Upper Meridian Valley Creek. The Contractor shall maintain access to local 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 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(3) IS HEREBYADDED TO THE SPECIAL PROVISIONS: 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 Upper Meridian Valley Crk Culv Repl/Fielding 1 -31 May 23,2007 ProjectNumber 05-3012 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 TCP for a temporary road closure is included in Appendix A-6. At least twenty one calendar days prior to beginning work on the road closure, the Contractor has the option to submit an alternate TCP for the 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 SECTION 1-07.24IS 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. It is anticipated that the City of Kent will have obtained all right of way, easements or right of entry agreements prior to the start of construction Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received SECTION 1-07.26IS 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. Upper Mendian Valley Crk Culy Repl/Fielding 1 -32 May 23,2007 ProiectNumber 05-3012 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYINSERTING THE FOLLOWING PRIOR TO SECTION 1-08.1: 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. Prior 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. SECTION 1-08.4 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 working days of the Notice to Proceed Date The Work Upper Meridian Valley Crk Culv ReplYFieldmg 1 -33 May 23,2007 ProiectNumber 05-30t2 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 shall be any consecutive 8 hour period between 7:00 a.m and 6 00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8- hour 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 maybe scheduled Permission to work longer than an 8-hour period between 7 00 a in 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.m on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations The Contractor shall have no claim for damages or delays should this percussion 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, 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, 11 th 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 Upper Mendian Valley Crk Culv Repl/Fielding 1 -34 May 23,2007 Project Number 05-3012 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 maybe 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 Iand 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. SECTION 1-08.5 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 (100 working days) set forth in the contract. The culvert installation shall be completed within 12 working days. Each working day, including Saturdays, Sundays, and holidays if worked, shall be counted when computing the total contract time for completion. Upper Mendian Valley Crk Culv Repl/Fielding 1 -35 May 23,2007 Project Number 05-3012 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 the culvert, catch ' basin, drain pipe, water and sanitary sewer relocations, sidewalk, curb and gutter, streambed gravel, paving and both lanes of the roadway are ready to be opened to traffic. (See also Section 1-05.11(1)). If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the Contractor, the liquidated damages as described in Section 1-08.9 for each working day of delay. SECTION 1-08.8 IS REVISED BYDELETING ITEMS I THROUGH S IN THE SECOND I 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 critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencmg of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1-05 1. SECTION 1-08.9 IS SUPPLEMENTED BY DELETING THE FIRST PARAGRAPH AND INSERTING THE FOLLOWING PARAGRAPHS IN ITS PLACE: 1-08.9 Liquidated Damages Time is of the essence for this contract. The City considers it imperative that the Contractor substantially complete all work within the time for completion established in the contract The Contractor's commitment to completing these tasks by this date comprises valuable consideration for entering into this contract. Upper Meridian Valley Crk Culy Repl/Fielding I -36 May 23,2007 Project Number 05-3012 If the Contractor fails to perform as specified in Section 1-08 5, the Contractor will be in breach of this contract, and the City, as representative of the public in general, the citizens of Kent, all users who benefit from the South King County transportation network and the property owners adjacent to the project will suffer damages as a result of this breach Without limiting the foregoing, among the damages that these persons and entities will suffer include impacts to the contract work and quality control caused by paving under unacceptable weather conditions. Contract work performed after these dates will impact the performance of other project contracts and will be either more costly to perform or will be substandard Moreover, Contractor's failure to timely complete the work could significantly impact project costs, including costs of mitigating potential environmental impacts. Additionally, any delay arising from Contractor's failure to perform as specified I above will inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risks to roadway users Finally, this delay will cause additional burdens to Kent taxpayers by increasing City time devoted to contract administration, engineering, inspection and supervision. Because the City finds it extremely difficult or impractical to calculate the actual cost of this delay, the Contractor shall pay liquidated damages in the following amounts: 1. If the Contractor fails to substantially complete the work by the time established in the contract, the Liquidated Damages formula established in Section 1-08 9 of the Standard Specifications shall apply the following values in order to determine the amount of liquidated damages per working day ("LD"): a. For the contract amount bid (item"C"), use the original contract amount. b. For the contract time (item "T"), compute the total number of calendar days from the date of issuance of the notice to proceed to the contract completion date. 2. If the Contractor does not achieve substantial completion by the contract completion date, the City will deduct from any money due or to become due to the Contractor, liquidated damages calculated from Section 1-08.9 for each day of delay. The City has used its best efforts to fix this amount of liquidated damages as a reasonable forecast of just compensation for the harm that will be caused from the breach, it is not intended as a penalty. In the event the City grants an extension of time for one or more calendar days prior to any of the established times for completion for a particular schedule(s), the Contractor's date for completion of the work specified herein shall be adjusted forward accordingly. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BYREPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING. tUpper Mendian Valley Crk Culv Repl/Fielding 1 -37 May 23,2007 Project Number 05-3012 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. 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. 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 Upper Meridian Valley Crk Culv Rep]/Fielding t -38 May 23,2007 , Project Number 05-3012 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). The Contractor in choosing option(1) or(2) 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 $20,000.00, 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 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: Upper Meridian Valley Crk Culy Repl/Fielding 1 -39 May 23,2007 Project Number 05-3012 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 excess survey work 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: 1-09.11(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 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 THE FIRST PARAGRAPH OF SECTION 1-10.1 IS DELETED AND REPLACED BY THE FOLLOWING: Upper Mendian Valley Crk Culv Repl/Fielding I -40 May 23,2007 f Project Number 05-3012 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations 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 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. Upper Meridian Valley Crk Culy RepUFieldmg 1 -41 May 23,2007 Project Number 05-3012 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 96-5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 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. Upper Meridian Valley Crk Culv RepVFieldmg 1 -42 May 23,2007 Project Number 05-3012 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-mmute 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, Lb. 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. i4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer Upper Mendian Valley Crk Culv Repl/Fielding 1 -43 May 23,2007 Project Number 05-3012 5 Ensuring that all needed traffic control devices are available and in good i 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 the contract plans 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 Engineering Manager as follows As of February 1, 2007, the following changes will be in effect: 1. All traffic control plans must be prepared by a certified Traffic Control Supervisor (TCS), licensed Professional Engineer - Civil (PE), or under the direct supervision of a certified TCS or licensed PE To be considered complete for intake, each traffic control plan must include the TCS/PE's printed name, signature and certification number or stamp and license number. 2. The Traffic Control Plan (TCP) shall be prepared based on the following: a. Part VI Temporary Traffic Control of the Manual on Uniform Traffic Control Devices (MUTCD); b. Washington State Department of Transportation (WSDOT) Publication Work Zone Traffic Control Guidelines; C. Section K. Work Zone Traffic Control Plans from the WSDOT Standard Plans Copies of the applicable Section K Plans shall be attached to the TCP. The applicable values shown in any table son Upper Mendian Valley Crk Culv Repl/Fielding 1 -44 May 23,2007 Project Number 05-3012 the Section K Plans shall be highlighted or otherwise identified as applying to the specific construction site 3 For civil construction and grade and fill projects, traffic control plans maybe submitted during the review process, prior to permit issuance These plans should reference the associated civil construction or grade & fill permit number, beginning with an RECC or R126 respectively Your traffic control plans will be approved with the final set, and street use/street cut fees will be applied under this permit. 4 Hourly fees for plan review and inspections shall apply to all work performed in public nghts-of-way and public works development permits that require additional reviews, inspections or re-inspections beyond that covered by normal development fees. The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten working 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 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 (MUTCD) adopted by the Washington State Department of Transportation (WSDOT), and published by the U S Department of Transportation, and the L Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT, except as modified by the more stringent requirements contained within the Cate of Kent Development Engineering Manager document included in Section 1- 10 2(2). 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 (TCS) 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 verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant Upper Meridian Valley Crk Culv Repl/Fieldmg 1 -45 May 23,2007 Project Number 05-3012 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 WITH 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). I THE LAST PARAGRAPH OF SECTION 1-10.3(1) IS DELETED AND REPLACED BY THE FOLLOWING: 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 perfonned by a Traffic Control Supervisor (TCS) will be paid for as "Traffic Control Labor" per hour. SECTION 1-10.3(3)IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.3(3) 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 W 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 Upper Mendian Valley Crk Culy Repl/Fielding 1 -46 May 23,2007 Project Number 05-3012 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 I 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. SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-10.3(7) Portable Changeable Message Sign (PCMS) The PCMS shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk fRegardless of the technology, the PCMS shall meet the following general requirements: 1. Be light emitting and must not rely solely on reflected light. 1 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. tUpper Mendian Valley Crk Culv Repl/Fielding 1 -47 May 23,2007 Project Number 05-3012 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 5. The PCMS message, using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light. , 7. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message 9. Be equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. The PCMS shall be operated by an easy to use controller that provides the following functions: 1. Select any preprogrammed message by entering a code. , 2. Sequence the display of at least five messages. 3. Blank the sign 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed Portable changeable message sign(s) shall b e available, o n s ite, for the 1 ife o f the project. Upper Mendian Valley Crk Culv Repl/Fielding t -48 May 23,2007 Project Number 05-3012 The Contractor shall operate the PCMS in accordance with the approved traffic control plans or as directed by the Engineer The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: 1. Each PCMS must be located so that it provides the maximum legibility distances from all of the approach lanes. 2. Each phase of the PCMS message will be limited to no more than two displays. 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message, they will conform to ' guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor(TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. 1-10.3(8) Sequential Arrow Signs (SAS) When an approved Traffic Control Plan (TCP) includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD and the following. 1. The SAS shall have the following three mode selections: a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode, and C. A flashing Caution mode. 2. The panel display for the SAS shall be 96 inches by 48 inches 1n size, unless otherwise specified on the TCP approved by the City's Traffic Control Supervisor 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance. The dimmed mode shall be used for night time operation of sequential arrow panels t4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device. tUpper Mendian Valley Crk Culv Repl/Fieldmg 1 -49 May 23,2007 Project Number 05-3012 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation. The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ventilated, vandal-resistant box. A photometric control, with manual override, shall automatically dim the lights during hours of darkness. The location and use of the SAS will meet the following guidelines: 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. 1-10.3(9) Truck Mounted Impact Attenuator (TMA) The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. TMA's shall be selected from the approved TMA's listed on the Qualified Products List. The Contractor shall have a spare TMA and operator(if necessary) available to replace a damaged or disabled TMA. Replacement shall be accomplished as soon as the damaged TMA has been removed The Contractor shall immediately repair to the manufacturer's specifications, all damage to a TMA not deemed extensive enough to warrant replacement as determined by the Engineer. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V"with the "V" at the center of the unit. The TMA shall be positioned to separate and protect construction zone work activities from normal traffic flow. Upper Meridian Valley Crk Culv Rept/Fielding 1 -50 May 23,2007 Project Number 05-3012 jDuring use, and during those times when the TMA is not parked outside of the 12- foot safety zone, the attenuator shall be in the full down-and-locked position. For stationary operations, the truck's parking brake shall be set. 1-10.3(10) 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 IS inches, 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 reflectorized. 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. 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. Upper Meridian Valley Crk Culv Repl/Fielding t -S t May 23,2007 Project Number 05-3012 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. 1-10.3(11) Type III Barricade 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. 1-10.3(12) Temporary Barrier 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. 1-10.3(13) Impact Attenuator The Impact Attenuators shall be installed in accordance with the details shown in the MUTCD, and approved Traffic Control Plan (TCP). The impact attenuators 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 Upper Mendian Valley Crk Culv Repl/Fielding 1 -52 May 23,2007 Pm3ect Number 05-3012 be paid when the Engineer authorizes the TCS to be on the job site during 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 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. Traffic Control Vehicle will be by the day on the days when a vehicle or vehicles are actually being used to perform the work described in Section 1-10.3(2) More than one vehicle may be used to perform this work, however all vehicles used on any day will be measured as one unit for that day Vehicles required to be furnished by any other specifications such as Sections 1-10 2(1) and 1-10 3(6) may be used for doing the work required by Section 1-10 3(2), however those vehicles will not be measured for payment under this section. 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. Type III Bamcades 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. 1 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. SECTION 1-10.5IS 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 tUpper Mendian Valley Crk Cuty Rep?/Fielding 1 -53 May 23,2007 Project Number 05-3012 Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on weekly basis. The unit contract price for "Construction Signs 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 1-10.2(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"Tyne III Barricade"per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". 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 Upper Mendian Valley Crk Culv Repl/Fielding 1 -54 May 23,2007 ProlectNumber 05-3012 L 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. ' DIVISION I IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 1-11 OTHER GENERAL REQUIREMENTS 1-11.1 Coordination of Work with City At least a three (3) business day notification shall be required on all request for Engineering services other than inspection. All requests shall be coordinated with the City Engineer All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. 1-11.2 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 street clean, the Contractor shall perform removal operations on a more frequent basis If the Engineer determines that 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 I 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 questions 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. Upper Mendian Valley Crk Culv Repl/Fielding t -55 May 23,2007 Project Number 05-3012 All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 1-11.3 General Restoration The Contractor shall restore to a condition equal to the original condition improvements as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences,pavement markings, mailboxes,traffic signs, traffic signal loops, landscaping, irrigation system, lawns, trees, buildings and foundations, piping systems, septic tanks and dram fields, public and private utilities, etc , which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. Also see Sections 1-07 16 and 1- j 07.17 of the Standard Specifications and Kent Special Provisions. Payment for the above said work including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items unless a specific bid item is included in the proposal. 1-11.4 Landscape Restoration Restoration of landscaping shall be performed by a qualified landscape gardener whose principal business is this type of work. The name and qualification of the landscape gardener shall be submitted to the Engineer for approval prior to beginning of construction. Particular care shall be exercised to see that the topsoil is preserved and replaced in its original location. It shall be the Contractor's responsibility to strip such topsoil from the trench or construction area, and stockpile it in such a manner that it maybe replaced by him, upon completion of construction, or to furnish and install new topsoil in accordance with Section 9-14 of the Standard Specifications Topsoil shall be defined four (4) inches of soil in lawn and planted areas. Trees and shrubbery shall be carefully removed with the earth surrounding their roots, wrapped in burlap and replanted in their original positions within four(4) days. Trees and shrubbery removal and transplanting will be done only by a landscape gardener Ornamental trees or shrubbery destroyed or damaged by the Contractor, whether in public or private property shall be replaced by the Contractor with material of equal quality and no additional compensation will be allowed for such replacement. NOTE: Those trees indicated on the plans as non-restorable are not required to be restored. As such, said trees shall be marked by the Engineer prior to the construction. Wherever it may be necessary for the Contractor to trench through any lawn areas, the sod shall be carefully cut and rolled and properly replaced after ditches have been water settled or otherwise properly compacted. Should the existing sod be deemed Upper Meridian Valley Crk Culv Repl/Fieldmg 1 -56 May 23,2007 Project Number 05-3012 unsuitable for reuse, the Contractor shall supply and install new sod. All work shall be done in a manner calculated to leave the lawn area clean of earth and debris and in a condition equal to that which existed before work was started. jPayment for this work includes all labor, materials, tools and equipment and shall be incidental to the contract work and all related costs shall be included by the Contractor in the unit price of other bid items, Upper Mendian Valley Crk Culv Repl/Fielding t -57 May 23,2007 ProlectNumber 05-3012 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.5IS DELETED AND REPLACED BY THE FOLLOWING: 2-01.5 Payment Clearing and grubbing shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract pnce of other pay items of the Contract 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 IS REVISED BYREPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: None The salvaged materials listed above shall be removed, hauled and stored at the following site(s) N/A All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final SECTION 2-02.3(3)IS DELETED AND REPLACED BY THE FOLLOWING. 2-02.3(3) Removal of Pavement, Sidewalks and Curbs 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. Upper Meridian Valley Crk Cu1v Repl/Fielding 2- 1 May 23,2007 Project Number 05-3012 1 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 strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint SECTION2-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 2-02.3(5) Asbestos Removal, Handling and Disposal The Contractor is advised that asbestos is present in an existing asbestos-cement water main pipe on SE 234th Street Installation of the new concrete box culvert will require the removal of portions of the water main. The Contractor shall follow standard construction practices and all governmental agency directives and requirements related to the exposing and handling of asbestos-cement water main pipe which may apply. The Contractor shall obtain any necessary permits and give all required work only as required by WAC 296-65 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. Following removal of necessary portions of the pipe, the open ends of remaining pipe shall be plugged as approved by the Engineer. 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal. The unit contract price per lineal foot for"Removal and Disposal of Asbestos- Cement Water Main Pipe" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the asbestos- cement water main as necessary to construct the project as shown on the plans. The bid item price includes but is not limited to- excavation, plugging open ends of remaining pipe and cleanup The bid price shall also include permits, approvals and all requirements thereof Upper Mendian Valley Crk Culv Repl/Fielding 2-2 May 23,2007 Project Number 05-3012 The actual lineal feet of asbestos-cement water main removal and disposal is unknown and shall be determined in the field by the Engineer. The City has entered a quantity in the proposal for the item "Removal and Disposal of Asbestos-Cement Water Main Pipe" for the purpose of providing a common proposal for all bidders. iThe unit contract price per lineal foot for"Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfillmg with gravel borrow, and compaction. The unit contract price per each for"Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfillmg, with gravel borrow and compaction Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. The unit contract price per square yard for"Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications The unit contract price per lineal foot for"Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. "Saw Cut Existing Asphalt Concrete Pavement" The unit price contract price per lineal foot for the above item 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 6 inches 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: Upper Meridian Valley Crk Culv Rep]/Fielding 2 -3 May 23,2007 Project Number 05-30I2 $2.00 (8—6) x 6 = $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 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED BY THE FOLLOWING: 2-06.3(l) Subgrade for Surfacing i 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. Upper Meridian Valley Crk Culv Repl/Fielding 2-4 May 23,2007 Project Number 05-3012 SECTION 2-06.5IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-06.5 Measurement and Payment The cost for woric required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-09 STRUCTURE EXCAVATION 2-09.1 Description �- This work includes roadway excavation and earth embankment construction. SECTION 2-09.3(1)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-09.3(1)E Backfilling and Earth Embankment Culvert trenches shall be backfilled with Bank Run Gravel for Trench Backfill in accordance with the Geotechnical Engineering Report included in the Appendix. Roadway embankments shall also be constructed with Bank Run Gravel for Trench Backfill Backfill shall be placed and uniformly compacted in horizontal lifts and to a minimum of 90 percent of the maximum dry density within a horizontal distance of 24 inches beyond the sides of the culvert Backfill beyond 24 inches from the sides of the culvert shall be compacted to 95 percent of the maximum dry density The maximum dry density shall be determined in accordance with ASTM D-1557 test procedures Heavy vibratory equipment shall not be allowed to encroach within a minimum distance of 24 inches from the sides of the culvert The lift thickness used during placement and compaction will depend on the moisture and gradation characteristics of the soil and type of equipment being used If necessary, the material should be moisture conditioned to near-optimum moisture content prior to compaction. Compaction must be achieved by mechanical means Jetting, pending, or flooding cannot be used for compaction During fill and Backfill placement, sufficient testing of in-place density should be conducted to verify that adequate compaction is being achieved. The roadway embankment shall be performed in accordance with Section 2-03 3(14) Embankment Construction. SECTION 2-09.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-09.4 Measurement Only one determination of the original ground elevation will be made on this project. Measurement for structure excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Structure excavation shall be measured per cubic yard to the maximum pay widths shown on the Plans. Upper Mendian Valley Crk Culv Repl/Fielding 2-5 May 23,2007 Project Number 05-3012 If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, but use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office Upon award of the contract, copies of the original ground cross-sections will be famished to the successful bidder on request to the Project Engineer. Bank run gravel for trench backfill shall be measured per ton to the maximum pay widths shown on the Plans. SECTION 2-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-09.5 Payment The unit contract price per lump sum for"Excavate and Support Two Qwest Buned Cables and Two Comcast Conduits" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary or incidental to excavate and support the two existing Qwest buried cables and two Comcast conduits prior to and during the box culvert installation as shown on the plans and described in the specifications. Coordination with Qwest and Comcast shall be incidental to this bid item. DIVISION 2 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 2-13 GEOSYNTHETIC CLAY LINER 2-13.1(1) Description This work includes furnishing and installing a geosynthetic clay liner(GCL) on subgrade as a component of the restored stream channel and in limited areas of the restored wetland as shown on the Drawings. 2-13.1(2) References a ASTM D2216, Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil-aggregate Mixtures. b. ASTM D4632, Standard Test Method for Breaking Load and Elongation of Geotextiles (Grab Method) C. ASTM D4643, Standard Test Method for Determination of Water(Moisture) Content of Soil by the Microwave Oven Method. d. ASTM D4759, Standard Practice for Determining the Specification Conformance of Geosynthetics. Upper Meridian Valley Crk Culv Repl/Fielding 2 -6 May 23,2007 Project Number 05-3012 i e. ASTM D4873, Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples. f. ASTM D5084, Standart Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. g. ASTM D5887, Standard Test Method for Measurement of Hydraulic Conductivity of Saturate Porous Materials Using a Flexibile Wall Permeameter. h. ASTM D5888, Standard Guide for Storage and Handling of Geosynthetic Clay Liners i. ASTM D5889, Standard Practice for Quality Control of Geosynthetic Clay Liner. j. ASTM D5890, Standard Test Method for Swell Index of Clay Mineral Components of GCLs. k. ASTM D5891, Standard Test Method for Fluid Loss of Clay Mineral Components of GCLs. 1. ASTM D5893, Standard Test Method for Mass per Unit Area of GCLs. m. ASTM D6243, Standard Test Method for Determining the Coefficient of Soil and GCL or Geosynthetic and GCL Friction by the Direct Shear Method n. ASTM D6465, Standard Guide for Acceptance Testing Requirements for Geosynthetic Clay Liners. o. ASTM D6496, Standard Test Method for Determining Average Bonding Peel Strength Between the Top and Bottom Layers of Needle-Punched Geosynthetic Clay Liners. 2-13.1(2) Definitions Bentomte: Clay soil, comprised primarily of sodium montmorillonite, characterized by high- swelling potential and low hydraulic conductivity. Geosynthetic Clay Liner(GCL): Manufactured liner material consisting of a layer of granular bentonite encapsulated by geotextl les Installer: The party responsible for field handling, transporting, storing, deploying, seaming, and temporary restraining (against wind and thermal/solar expansion) of the GCL Lot: Group of consecutively numbered rolls from the same manufacturing line. GCL Manufacturer: The party responsible for the production and quality of the GCL. Minimum Average Roll Value (MARV): Minimum value of a limited series of tests that represents a value two standard deviations lower than the overall average value. Ninety-five percent of any individual samples will have values greater than the MARV for any given property. Upper Mendian Valley Crk Culv Repl/Fieldmg 2-7 May 23,2007 Project Number 05-3012 Overlap: The width of a GCL panel in contact with an adjacent GCL panel; the distance measured perpendicular from the overlying edge of one panel to the underlying edge of the other. 2-13.1(3) Submittals Submit the following 2 weeks prior to scheduled manufacturing of products for this project. 1. A sample of geosynthetic clay liner (GCL)proposed for this project Include with the sample the roll number, lot number and MQC test data documented for the particular production run from which the sample was taken. 2. Manufacturer's description of proposed GCL documenting the product will meet or exceed specified product requirements. 3. Available and historical data documenting proposed GCL will meet specified interface residual shear strength 4. Written instructions for storage, handling installation, seaming and repair of proposed GCL. Submit the following 1 week prior to the scheduled installation: 1. Manufacturer's certificates of compliance with specified product requirements 2. Manufacturer's Quality Control (MQC) test results performed on materials produced for this project. 3. Name of Installer, resume of installation supervisor/field engineer to be assigned to the project and list of projects completed by Installer that involved GCLs. 4. A copy of Manufacturer's quality control plan including list of quality control tests performed and typical testing frequencies, recommended installation procedures. Submittals Upon Completing Installation: 1. Manufacturer's warranty against manufacturer defects (material not in compliance with this specification), covering the full material replacement cost not including installation 2. Certificate stating the GCL has been installed in accordance with the Contract Documents. 2-13.1(4) Installer Qualifications Minimum Installer qualifications shall be: 1. Having experience in a similar capacity involving GCLs on at least five projects and having installed a minimum of 1,000,000 square feet of GCL or; 2. Provide a Manufacturer representative, with field experience on at least five GCL projects, to be on site for a minimum of one (1) day until the Installer has demonstrated ability to perform installation and quality control in compliance with these Specifications. Upper Meridian Valley Crk Culv Rept/Fieldmg 2-8 May 23,2007 Project Number 05-3012 2-13.2 Materials Geosynthetic Clay Liner(GCL) shall meet the requirements of the following section: Geosynthetic Clay Liner(GCL) 9-36 2-13.3 Construction Requirements 2-13.3(1) Delivery, Storage, and Handling Minimum requirements for GCL delivery, storage, and handling shall be: 1. Comply with manufacturer's instructions. 2. Protect GCL against damage during transportation to the site, during storage at the site, and prior to installation. 3. Deliver materials to the site only after the Owner or their designated representative accepts required pre-construction submittals. 4. Deliver material covered with a waterproof, tightly fitting, and plastic covering resistant to ultraviolet degradation. 5. Ship less than one month prior to scheduled installation. 6. GCL labeling, shipment, and storage: Comply with ASTM D4873 and D5888 7. Provide with the following information marked on each roll: a. Manufacturer's names, product identification, lot numbers, roll numbers, roll dimensions and roll weight b. Mark any special handling requirements on the outside surface of the wrapping, i.e , "Do not stack more than three rolls high", etc. 8. Handle rolls in a competent manner preventing damage to the product or to its protective wrapping. Follow handling procedures outlined in ASTM D5888. 9. Supply(unhydrated, less than 20% moisture content) and deliver to the site undamaged. 10. Maintain protective wrapping during shipment and storage. If the wrapping is damaged prior to installation, the outer wrap of GCL must be discarded before installation, or the roll rejected if the moisture content of the bentomte exceeds 36 percent 11. Provide a storage area that is relatively flat and well drained. During storage, elevate the GCL rolls off the ground and adequately cover to protect them from the following. a. Site construction damage b. Precipitation C. Chemicals that are strong acids or strong bases d. Flames, sparks, temperatures in excess of 49 deg C (120 deg F) e. Any environmental condition that might damage the GCL 12. Preserve integrity and readability of roll labels. 13. Use appropriate handling equipment meeting Manufacturer's recommendations to load, move, or deploy GCL rolls. 14. Installer is responsible for off-loading, storage, and transporting material from storage area to installation site. 15. Reject any roll that does not have an identifying roll number and lot number. Upper Mendian Valley Crk Culy Repl/Fteldmg 2-9 May 23,2007 Protect Number 05-3012 2-13.3(2) Subgrade Verify in writing to the Owner that the surface on which the GCL will be installed is i acceptable. Verify that the subgrade surface meets the requirements of Section 2-06 2-13.3(3) GCL Installation Maintain roll numbers on partially used rolls such that each GCL roll number can be readily identified prior to GCL installation. Do not install in the presence of excessive moisture, precipitation, ponded water, or high winds Install only after the Owner accepts subgrade. Place same non-woven geotextile surface against geomembrane that was placed against geomembrane during interface shear test Deploy GCL manually or by use of , spreader bar attached to loader or backhoe. Use equipment to deploy the GCL that is track or rubber tired mounted. Equipment is subject to approval by the Owner Equipment must not cause rutting of the subgrade surface. Repair any damage to the subgrade or GCL that occurs during deployment. Do not make sharp turns with deployment equipment. Do not drive over the GCL, unless a proper demonstration has been performed to assure survivability of the GCL. Do not trap moisture beneath GCL, or objects that could damage the GCL. Avoid wrinkles during installation, if present, remove or otherwise repair Cover all GCL with the materials specified on the Drawings the same day that the GCL is deployed. 2-13.3(4) Panel Overlap ' Overlap a minimum of 12 inches along roll length. Overlap a minimum of 12 inches at ends of rolls. Orient panels parallel to stream center line. Minimize number of field seams in corners, odd-shaped geometric locations, and outside corners Shingle panel overlaps on all slopes and grades such that surface water flows across the seam flap not under it. 2-13.3(5) Panel Seams Spread loose bentonite or bentonite paste at the rate of 4 ounces per lineal foot of overlap. Use time spreader if powder bentonite is used to reduce wind-blown particles. Do not sew or use mechanical connections Loose bentonite or paste bentonite seaming of GCL is not required if MQC testing verifies the hydraulic conductivity of the overlapped seam without loose bentonite or paste bentonite is less than or equal to 3 x 10-9 cm/sec. 2-13.3(6) Protection Deploy no more panels in one shift than can be welded or secured under streambed materials during that same shift Remove GCL that becomes hydrated to the point where the remaining bentonite moisture content is less than 36 percent. Upper Meridian Valley Crk Culv Repl/Fielding 2- 10 May 23,2007 Project Number 05-3012 2-13.3(7) Repair Remove punctured, tom, or hydrated material. Cover removed area with same type of GCL material with same side in contact with the subgrade. Overlap new GCL 12 ' inches in all directions over repair area. Spread loose bentomte or bentomte paste at the rate of 4 ounces per lineal foot of overlap 2-13.3(8) Quality Control Field quality control is the responsibility of the Installer(Contractor) who must document that the installation proceeds in accordance with this specification. The Contractor and Owner must inspect: ' 1. The underlying surface for entrapped particles or debris that could damage the GCL. 2. The surface of the GCL for punctures, tears, thinning, or other evidence that the ' material may not meet specified requirements 3. Evidence of broken needles or metal fragments If such materials or items are ' found, perform procedure described in Section 2-13 3(6) to repair the GCL. 4. The GCL for evidence of hydration such as wet areas or swelling 5. The Owner may periodically measure the panel overlap distance and the ' bentomte seam (if necessary) to check the location of the seams over the overlap and the amount of bentonite being used 6. The Owner must approve installation of each panel of the GCL before it is covered 7. In-Place Moisture Content: a. Owner may sample installed GCL and test it for moisture content at the rate of one sample per day. b. This rate may be increased at the discretion of the Owner after a precipitation event. ' C. Samples will be taken after installation at roll edges within overlapped areas (i.e , within 6 inches of the roll edge) d. The moisture content as measured by ASTM D2216 or ASTM D4643 ' must be less than 36 percent or segments of the GCL will be rejected OR the entire roll will be removed Localized wet areas can be removed and patched with the OWNTER'S approval. Additional testing will be done on adjacent panels if localized wet areas are found. ' 2-13.3(9) Acceptance 1. Contractor retains ownership and responsibility of GCL until acceptance by the ' Owner 2. Owner will accept GCL installation when: a All required documentation from the Manufacturer and Installer has been received and accepted. b. Test reports verifying material properties have been received and accepted. G. The CQA Inspector has completed final inspection and any noted defects have been repaired. Upper Mendian Valley Crk Culv Repl/Fielding 2- t t May 23,2007 Project Number 05-3012 2-13.4 Measurement Measurement for"Geosynthetic Clay Liner (GCL)" will be by the square yard ' (horizontal projection) for the ground surface area actually covered. No allowances will be made for ground slope or for seam overlap material. , 2-13.5 Payment Payment will be made in accordance with Section 1-04.1 for: The unit contract price per square yard for"Geosynthetic Clay Liner (GCL)"will be ' full pay for all materials, labor, equipment, and other incidental costs for furnishing, installing, and quality control testing (including manufacturer services) of the GCL as shown on the Drawings and described in the Specifications ' 1 1 Upper Mendian Valley Crk Culv Repl/Fielding 2- 12 May 23,2007 , Project Number 05-3012 DIVISION 4 - BASES ' 4-04 BALLAST AND CRUSHED SURFACING ' 4-04.3 Construction Requirements ' SECTION 4-04.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5)IS 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. ' SECTION4-04.3(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 4-04.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing op Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1 1/4 Inch Minus" ' The unit contract price 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. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. eUpper Meridian Valley Crk Culv Rep]/Fielding 4- 1 May 23,2007 Project Number 05-3012 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground ' utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7- 08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. ' 5-04 HOT MIX ASPHALT ' SECTION 5-04.2IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.2 Materials Recycled materials for the pavement sections may 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. SECTION 5-04.3(8)A IS 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. ' Upper Meridian Valley Crk Culv Repl/Fielding 5- 1 May 23,2007 Project Number 05-3012 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 Hot Mix Asphalt 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 maximum density as determined by WSDOT Test Method 705. The level of , compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be , no greater than a single day's production or approximately 400 tons, whichever is less. ' Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying , material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. , At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibil>ty of the mix design. Compactibihty 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). ' Upper Mendian Valley Crk Culv Repl/Fielding 5 -2 May 23,2007 ' Project Number 05-3012 Hot Mix Asphalt 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 IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS 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 matenal, 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"Cold Plant Mix for Temporary Pavement Patch" ' shall be full pay for all costs of material, labor, tools and equipment necessary for fumishmg, 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 5-04.5IS REVISED BYDELETING 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 Upper Meridian Valley Crk Culv Rep]/Fielding 5-3 May 23,2007 Project Number 05-3012 DIVISION 7 - DRAINAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS WATER MAINS AND CONDUITS 7-00 GENERAL REQUIREMENTS 7-00.1 Requirements for All Utilities The following requirements apply to all underground utility or conduit installations and related construction including the concrete box culvert. 7-00.1(3) Construction Requirements for All Utilities 7-00.1(3)A Dewatering Pipe trenches shall be kept free from water during excavation, pipe laying and jointing, and pipe embedment, in an acceptable manner. Surface water shall be diverted, and ground water shall be kept pumped down, or otherwise removed, to the extent necessary to keep the trench free from water and the bottom stable Before trenching operations begin, the Contractor shall have available on the site of the work sufficient pumping equipment and/or other machinery to assure that the provisions of the above paragraph can be maintained ' Additional measures may be necessary to insure proper construction conditions, including such items as allowable ditch widths. They shall be the responsibility of the Contractor. If well points are used, they shall adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough ' facilities and personnel to maintain continuous operation once commenced Such continuous operation shall be the responsibility of the Contractor. In the event of failure of dewatering equipment, such that the dewatering operation is stopped, the Contractor shall immediately notify the Engineer and restore the operation of the dewatering equipment at once. In the event of damage to other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. All dewatenng operations shall be adequate to assure the integrity of the finished project, and shall be the responsibility of the Contractor. Upper Meridian Valley Crk Culv Repl/Fielding 7- 1 May 23,2007 Project Number 05-3012 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 (pipe, channels, ditches, etc ) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met ' 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable , method of treatment. 5. The Contractor may discharge to the existing sanitary sewer system with Soos Creek Water and Sewer District approval. Call Ken Van Den Bergh at (253)630-9900 Ext. 115 for permission to discharge to existing sanitary sewer system. 6. Should no feasible alternative exist and upon approval of the City, the Contractor may apply to the Department of Ecology for a"Temporary Modification of Water Quality Standards". This order, if approved, will allow an unavoidable violation of state water quality criteria, particularly the turbidity criterion, on a short-term basis Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration 7-00.1(3)B Pipe Clearances At locations of pipe crossing between new or existing pipes the minimum vertical ' clearance should be one-half foot. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1 - 2 PSF Styrofoam cushion between the pipes The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. , It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the mimmum clearances. Upper Meridian Valley Crk Culv RepllFieldtng 7-2 May 23,2007 Project Number 05-3012 7-00.1(3)C Adjustment, Resetting and Relocation of Utilities Adjustment or resetting of existing improvements to finished grades or new ' improvements including but not limited to catch basins, manholes, utility valves, water meter boxes and/or assemblies, blowoffs, grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be accomplished by the Contractor The final adjustments shall be done after the final lift of asphalt is placed when located within an asphalt area Necessary relocation of City utilities shall be done by the Contractor. All construction in performing adjustment, resetting or relocation of existing utilities shall conform to the Standard Specifications, Standard Plans and City of Kent Standard Details for new construction. Also see Section 7-05.3 of the Kent Special ' Provisions. Locating all existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site 7-00.1(3)D Street Restoration Street restoration shall be in accordance with the following unless specified otherwise on the plans or in the special provisions. 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. Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. Upper Meridian Valley Crk Culv Repl/Fteldmg 7-3 May 23,2007 Project Number 05-3012 In all cases, the asphalt, crushed surfacing, and gravel base thickness for the patch , shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall ' increase to a minimum of 2" greater than the existing section. 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. 7-00.1(3)E Trench Excavation and Backfill Trench excavation shall include the required pavement removal for construction of the trench See Section 2-02.3(3) of the Kent Special Provisions. Trench backfill in paved (street, sidewalk) areas or other areas where minor settlement would be detrimental as determined by the Engineer, shall be placed in successive layers not exceeding eighteen (18) inches in loose thickness, except that the layers of the top two (2) feet shall not exceed eight (8) inches in loose thickness Each layer shall be compacted to at least 95% of maximum density in paved areas and 90% in unpaved areas measured in accordance with ASTM D 1557 (Modified Proctor) by use of such compaction equipment as called for in Section 2-03.3(14)C of the Special Provisions. , The trench shall be backfilled with Gravel Backfill for Pipe Zone Bedding as specified in the proposal. See Section 9-03 12 of the Special Provisions All materials shall be from a pit approved by the Engineer The maximum particle size shall not exceed 6" or 2/3 the depth of the layer being placed, whichever is less. Pipe trench backfill for lateral runs crossing existing or proposed improved City streets, shall be 1-1/4 inch minus crushed rock. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions 7-00.1(5) Payment Payment for dewatenng and temporary diversion shall be included in the unit bid t price for pipe in place. Payment for the above adjustments, resettings and relocations including all labor, ' materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the Qpropnate bid item. Upper Mendian Valley Crk Culv Repl/Fielding 7-4 May 23,2007 Project Number 05-3012 ' Payment for the street restoration, including all labor, materials, tools and equipment shall be considered incidental to the construction, and all costs thereof shall be included by the Contractor in the unit contract price of other bid items, except for the HMA Class B, PG 64-22. Payment for this item shall be at the appropriate unit contract price. ' 7-00.2 Requirements for Drainage Storm Sewers, and Sanitary Sewers Also see Sections 7-00.1, 7-02, 7-04, 7-05, 7-17 and 7-18 L7-00.2(2) Materials All pipes shall be of the type and material specified in the bid proposal, shown on the plans and specified herein. All materials used for construction of sanitary sewer storm drainage systems and appurtenance 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 are requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications and the manufacturer's recommended installation procedures. See the following Section for specific materials. Culverts.......................................................7-02 Storm Sewers..............................................7-04 Manholes, Inlets and Catch Basins.............7-05 Sanitary Sewers.... ........ . . . ....................7-17 Side Sewers.................................................7-18 7-00.2(3) Construction Requirements 7-00.2(3)A Pipe Bedding A continuous and uniform bedding shall be provided in the trench for all buried pipe Pipe bedding classifications and materials shall also be in accordance with Standard plan B-I I and Sections 7-02.3(1), 7-04.3(1)B and 7-17.3(1)B of the Standard Specifications unless specified otherwise and shall be subject to change by the Engineer depending on the field conditions All bedding material prior to use shall be subject to the approval of the Engineer The responsibility for obtaining said approval shall rest solely with the Contractor. PIPE TYPE BEDDING TYPE MATERIAL CMP Class B Gravel Backfill for Pipe Bedding RIGID Class C Section 9-03 15 of Standard Specifications 1 Upper Mendian Valley Crk Culy Repl/Fielding 7 - 5 May 23,2007 Project Number 05-3012 Bedding material shall be tamped in layers around the pipe to adequately support and ' protect the pipe. The Contractor shall use compaction equipment as called for in Section 2-03 3(14)C of the Kent Special Provisions to obtain adequate compaction of the bedding material Unless otherwise approved by the Engineer, adequate ' compaction shall be construed to mean to at least 95% of the maximum density measured in accordance with ASTM 1557 The pipe shall be protected from damage when compacting At least two feet of cover is required over the pipe prior to using heavy compaction equipment. 7-00.2(3)C Miscellaneous Pipe Connections Where indicated on the plans or where directed by the Engineer, connections shall be , made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and in a workmanlike manner satisfactory to the Engineer ' 7-00.2(3)D Pipe Fittings and Joints, Transition Couplings , Connections of Ductile or Cast Iron pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). 7-00.2(3)E Nonacceptable Repairs External or internal grouting or repair by use of collars of the new sanitary or storm ' sewer line will not be an acceptable means of repair, should repair be necessary 7-00.2(3)F Pipe Laying,Jointing and Testing 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. The storm sewer and sanitary sewer main lines will be T V. camera inspected. It will be the Contractor's responsibility to string each line in conjunction with said T.V. , inspection Said string shall be nylon and of sufficient strength to pull the cable camera utilized by the City in its inspection operation through the sewer lines. The Contractor shall also be responsible to insure that the sewer mains are in fact ' ready for T.V. camera inspection. The City will provide the initial camera inspection at no cost to the Contractor Should, however the sewer main need reinspection as determined by the Engineer, for any reason attributed to the Contractor's responsibility, the Contractor shall pay all costs for said reinspection Also, should delays be encountered during the initial inspection which are attributed to the Contractor's responsibility as determined by the Engineer, the Contractor shall reimburse the City at the prevailing wage and equipment rate for the time loss associated with said delay. Also, charges for the above said reinspection and/or time delays shall be paid by the Contractor prior to release of the project retamage. Also see Section 7-04 and 7-17 herein. Upper Mendian Valley Crk Culv Repl/Fielding 7-6 May 23,2007 Project Number 05-3012 All new City storm dram extensions, 24-inch diameter and smaller shall be TV camera inspected by the Utility Department prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection Casting and the top rings must be removed for paving, and grouted in place after paving 7-02 CULVERTS ' SECTION 7-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.1 Description This work shall consist of procurement, delivery and installation of a three sided 1 precast concrete culvert with precast concrete footings as listed in the Proposal Precast concrete culvert construction shall consist of three sided boxes with supporting footings along the length of the culvert. The minimum hydraulic opening shall be as shown on the reference plans The minimum length of precast culvert segments shall be 5 feet. The maximum length shall not exceed 10 feet. ' SECTION 7-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.2 Materials Materials for the precast concrete culverts shall meet the requirements of Section 6- 02 2 of the Standard Specifications except that Type III cement shall not be used. Fly ash shall be Class F Class C will not be accepted SECTION 7-02.3 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.3 Construction Requirements 7-02.3(1) Structural Analysis and Design 1 7-02.3(1)A Dead Loads and Earth Loads Dead load of precast concrete........................................................................150 PCF Unit weight of saturated soil or gravel backfill........ .....................................125 PCF Lateral Earth loads (equivalent fluid pressure, submerged, at-rest)...............90 PCF jStructures shall be checked for the following cover depths: Minimumcover.......... . . ............................................................................0 ft Maximumcover................................... . ............ ....................................5 ft tUpper Meridian Valley Crk Culy Repl/Fielding 7-7 May 23,2007 Project Number 05-3012 7-02.3(1)B Live Loads LiveLoad............................................................... . ... ............. HS-25 (AASHTO) n ' Impact. . ................. .. ... . . . . ............ ............................... 30/n Lateral earth pressure from approaching wheel...........................100 PSF Uniform lateral pressure from earthquake, where H=wall .... 12 times H height in feet , Wheel loadings for the HS-25 truck should be arranged to produce the maximum stress/force for each element of the structure The culvert alignment is skewed to the roadway passing over it Therefore, wheel load arrangements shall be chosen to simulate traffic crossing the culvert at a right angle or to simulate traffic parallel to the culvert. , 7-02.3(1)C Settlement The culvert shall be designed for a maximum differential settlement of 1" across the width of the culvert. 7-02.3(1)D Analysis , Structural effects of the loads are to be evaluated based on the elastic method of structural analysis. Design moments, shears and thrusts are to be determined by matrix computer analysis or other means capable of modeling the frame behavior of the culvert including the effects of sidesway. The effects of differential settlement may be reduced by one-half to account for the effects of long-term creep. 7-02.3(1)E Design Design shall be based on the maximum stress/force resultants at critical member sections and/or member connections caused by the most severe combination of the design loads Ultimate strength design shall be in accordance with the most recent edition of the AASHTO Specification for Design of Highway Bridges. Service load , design shall be based upon the reinforcement stresses listed below. For Dead Load+Live Load& Impact...........................................................36,000 psi For Live Load & Impact Only(fatigue).........................................................21,000 psi 7-02.3(1)F Foundation Design a The maximum allowable foundation pressure shall be 2,000 psf under full live load and dead load The allowable bearing may be increased by one-third for short term loads, such as impact and seismic. 7-02.3(1)G Detailing Cover to the top mat of reinforcement in the top of the culvert shall not be less than 2 inches. Minimum cover shall be 1-1/2" at all other locations Upper Meridian Valley Crk Culy Repl/Fieldmg 7-8 May 23,2007 , Project Number 05-3012 ' Joints between members shall provide both a water tight and a structural secure connection. Watertight joints maybe created by premolded-elastomenc seals and/or by site cast cementatious-grout. All grouted joints shall include cast keys or other approved details. Minimum shear key depth at wall-to-base unit joint shall be 2 inches. Culvert ends shall be cast to provide a smooth face (without grout keys) 7-02.3(2) Concrete 7-02.3(2)A Classification of Structural Concrete All concrete for the precast culvert shall be Class 6000 concrete as defined by Section 6-02 3(l) of the Standard Specifications in addition to the following requirements, Minimum cementatious content (cement plus fly ash).............660 lbs/cy Maximum water/cementatious ratio ......... .... ...... . .................0.38 Air entrainment....... .......... .. .. ... ...................................... . .4% to 6% Minimum fly ash content..........................................................75 lbs/cy 7-02.3(2)B Proportioning and Mix Design All concrete mix design shall conform to the requirements of Section 6-02 3(2) of the Standard Specifications. Admixtures shall conform to Section 6-02 3(3) of the Standard Specifications. 7-02.3(3) Shop Drawings of Design Submittals tThe Contractor shall submit the following before the culvert is cast. Shop drawings shall conform to the requirements of Section 6-02 3(28)A of the Standard Specifications. Submit six copies of each submittal. • Design calculations and fabrication shop drawings for each structure. Drawings and design calculations shall be stamped by a licensed professional engineer in the State of Washington. Shop drawings will not be approved prior to review and approval of the design calculations • Concrete mix design and test reports. • Material certifications, including cement, fly ash, aggregate, and reinforcement. • Method of curing • Batch ticket information and concrete testing results. • Shipping weights ' • Quality control program description. • Installation instructions. 7-02.3(4) Casting and Inspection Before casting the culvert, the Contractor and Fabrication Inspector shall have ' possession of an approved set of shop drawings and an approved mix design Placement of concrete shall conform to the applicable portions of Section 6-02.3(6) of the Standard Specifications. Precast culvert units shall not be removed from the Upper Mendian Valley Crk Culv Repl/Fielding 7-9 May 23,2007 Project Number 05-3012 forms until the concrete has attained a minimum compressive strength of 70 percent , of the specified design strength In accordance with Section 6-02.3(28)B of the Standard Specifications Forms may be steel or plywood faced, providing they impart the required finish to the concrete Form release compound shall be approved for potable water use. The Contractor and the Engineer shall inspect the precast concrete units to verify the , quality of the work prior to delivery to the site. If the precast units and workmanship are defective, they will be rejected. , 7-02.3(5) Curing Curing of the precast culverts shall be in accordance with Section 6-02.3(28)C of the Standard Specifications except that concrete temperature need not be monitored by thermocouples embedded in the concrete. 7-02.3(6) Concrete Strength ' The concrete strength at stripping and verification of design strength shall be in accordance with Section 6-02 3(28)D of the Standard Specifications 7-02.3(7) Finishing Concrete for the precast culvert shall be finished with a Class 3 surface finish in accordance with Section 6-02.3(14)C of the 1998 version of the Standard Specifications In addition, cracks in excess of 0.02 in and/or large void defects shall , be repaired with epoxy injection or as directed by the Engineer at no additional expense Failure to satisfactorily complete repairs directed by the Engineer will be cause for rejection of the precast culvert unit. The beginning and end sections shall be formed without grooved or channeled interlocking edge on the exposed exterior side. Supplemental patching or grouting to fill in a pre-formed groove is not acceptable. 7-02.3(8) Tolerances. As a minimum, dimensional tolerances shall conform to Section 6-02.3(28)F of the Standard Specifications. 7-02.3(9) Handling and Storage Handling and storage shall be in accordance with Section 6-02.3(28)G of the Standard Specifications , Each section shall be clearly marked by waterproof paint. The following information shall be shown on the inside surface of the vertical leg of section: Upper Meridian Valley Crk Culv Repl/Fielding 7- 10 May 23,2007 Project Number 05-3012 • Section number beginning with the downstream end section. • Number or name of bid item • Date of Manufacture. 7-02.3(10) Shipping Shipping to the project shall be in accordance with Section 6-02 3(28)H of the Standard Specifications Once at the construction site, the contractor will be responsible for providing equipment for off-loading precast members The manufacturer shall provide appropriate lifting slings and hardware as necessary to properly lift the precast members and shall have a representative on site during lifting operations to verify lifting, placement and joint grouting procedures are followed. 7-02.3(11) Erection and Installation ' Manufacturer shall provide an on-site representative during placement of the culverts Contractor should assume 8 hours of such representative's time. Representative will provide quality assurance that culverts are placed in accordance with Manufacturer's procedures. Representative may be asked to be on-site during lifting and piece placement or joint grouting. SECTION 7-02.4 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.4 Measurement No specific unit of measurement will be applied to the procurement and installation Lof the precast culvert. 7-02.5 Payment Payment will be made in accordance with Section 1-04 1 of the Standard Specifications for. "Procure and Install Precast 3-Sided 12' Span x 5' Rise, 57 LF Concrete Box Culvert with Precast Concrete Footings", lump sum. 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) Aluminum Storm Sewer Pipe....................................9-05.11 i y Upper Meridian Valley Crk Culv Repl/Fielding 7- 11 May 23,2007 Project Number 05-3012 PVCPipe....................................................................9-05 12(1) Ductile Iron Pipe Class 50 ...................... ...........9-05 13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.3(1)A General , All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City of Kent Utility Department and accepted prior to , placing final crushed rock surfacing and pavement All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.5 Payment Payment 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. Trench excavation, unsuitable material excavation, hauling, dewatenng; backfill and compaction(when native material is to ' be used), surface restoration, cleanup, 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 shall be included by the Contractor in the unit contract price for each of the following "Aluminum Storm Sewer Pipe, 12 Inch Diameter", per linear foot. "Ductile Iron Storm Sewer Pipe, 12 Inch Diameter, CL 50", per linear foot. Upper Meridian Valley Crk Culy Repl/Fielding 7- 12 May 23,2007 , Project Number 05-3012 ' 7-05 MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Details 4-1(a), 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 Manholes under 5 feet in height shall conform to City of Kent Standard Detail 4-1(a). All manholes and Type II and III CB 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 spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Details as applicable (see 7-05 5). 4-6(b) Watertight cover for sanitary sewer manhole Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type 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. Upper Mendian Valley Crk Culv Repl/Fielding 7- 13 May 23,2007 Project Number 05-3012 Block lettering is required on the top surfaces of storm drain castings, and shall read , as follows "OUTFALL TO STREAM,DUMP NO POLLUTANTS" Vacuum Testing Sewer Manholes 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 air-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 Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Details 5-1(a) through 5-1(g), 5-2(a) and 5-2(b) as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Detail 5-9 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. 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. Upper Meridian Valley Crk Culv Repl/Fielding 7- 14 May 23,2007 Project Number 05-3012 ' 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. SECTION 7-05.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes or Catch Basins Manholes or catch basins being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05 3(2) of the Standard Specifications. SECTION 7-05.3(3)IS SUPPLE3,1ENTED 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 or Soos Creek Water and Sewer District, repair and/or clean said system to the satisfaction of the Engineer Upper Meridian Valley Crk Culy Repl/Fielding 7- 15 May 23,2007 Project Number 05-3012 NOTE- Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 1. Description Work s hall i nvolve c onnecting t he n ew s ewer utility to the existing sewer Bypassing and hauling any sewage during the connections shall also be included in this Work 2. Materials Materials shall be as shown on the Drawings, as described in pipe and manhole bid item descriptions, and as modified and supplemented herein. Valves, fittings, replacement manholes and thrust blocks shall meet the material specifications for each as described in their respective bid items. 3. Construction Requirements Work shall be as described in Section 7-05.3(3) of the Standard Specifications and as modified and supplemented herein. A. Delete the last sentence in the second paragraph of Section 7-05.3(3). B. "All pick holes and joints shall be sealed inside and outside with a sand and Portland Cement Concrete mortar to provide a watertight seal CONTRACTOR shall submit the mix design and any pertinent material safety data sheets (MSDS) on any proposed non-shrink, quick set concrete grout for approval prior to using said grout. Jet Set Grout is not allowed. The manhole shall be watertight. C. Connection to the sanitary sewer manhole shall be made using a concrete coupling, a sand collar manhole adapter, a Kor-N-Seal boot, or accepted equal Any leaks in entry couplings or other areas created while connecting to the existing manhole shall be sealed with Strata Tech ST-520 injection resin or accepted equal." ' D. Install a Romac Style 501 Long Barrel coupling(or equal) between the ductile iron and sewer pipes. CONTRACTOR shall verify the location and depth of all existing utilities affected by the connection prior to the start of any of this Work. CONTRACTOR shall pothole and verify all fittings prior to scheduling a shutdown of the existing system for connections. CONTRACTOR shall provide for uninterrupted flow of sewage in the existing system, furnish and remove any necessary temporary protective facilities, and divert flows to the new facilities upon completion of the Upper Mendian Valley Crk Culv Repl/Fielding 7- 16 May 23,2007 Project Number 05-3012 ' Project. CONTRACTOR shall coordinate all connections to the existing sewage system with the OWNER prior to commencing any of this Work If the connection to the existing system involves turning off the utility, CONTRACTOR shall notify the OWNER of the time and duration of the shutdown at least 48 hours prior to the shutdown CONTRACTOR shall be responsible for any damage caused to any customer's system due to the shutdown and subsequent recharging of the system. CONTRACTOR shall not operate any valve of the sewer system, at any time, without prior approval of the OWNER OWNER may require assistance from CONTRACTOR in notification of customers. The CONTRACTOR shall furnish and install temporary air relief valves and blow-offs as needed to aid in draining and filling the existing and proposed pipes. Draining the existing force main will require the CONTRACTOR to haul the sewage to a discharge manhole. The CONTRACTOR shall have all required equipment and materials at the site prior to starting any Work involving a connection to the existing system. The CONTRACTOR shall be responsible for properly disposing of any i sewage in the existing pipes and pumping and hauling sewage from affected lift stations during the connection. The CONTRACTOR shall coordinate with the OWNER to discharge the sewage into an existing manhole near the construction site. 4. Measurement Permanent connections to existing sewer manhole and temporary connections to the existing system to bypass sewage around the connection point shall be incidental to the unit price bid per linear foot of pipe. SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. jNOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: Upper Meridian Valley Crk Culy Rep]/Fielding 7- 17 May 23,2007 Project Number 05-3012 NC ) DUMPING ! ---- ! ,.,.�.. MI ING ! *` DRAINS To) STREAM I The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. SECTION 7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-05.5 Payment "Catch Basin, Type 2, 48 Inch Diameter" The unit contract price per each for the above item constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications This work includes but shall not be limited to* excavating; installing, connecting new or existing pipes, backfillmg; compacting, surface restoration; removal and disposal of existing 12" CMP stand pipe; and storm dram stenciling. "Bolt Down Catch Basin Frame and Vaned Grate" The unit contract price per each for the above item(s) 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. "Manhole Under 12 Feet, Type 148 Inch Diameter" "Manhole 12 Feet to 20 Feet, Type 148 Inch Diameter" The unit contract price per each for the above item(s) constitutes complete compensation to furnish all labor, materials, 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 excavation, dewatenng, installing and sealing the manhole, safety steps, connecting new or existing pipes, backfillmg, compacting, vacuum testing, and surface restoration Upper Meridian Valley Crk Culv Rep[/Fielding 7- 18 May 23,2007 Project Number 05-3012 1 All work shall be approved in writing by Soos Creek Water and Sewer District before payment. "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 1 furnish and install the new frame and cover as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. 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 and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications, 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 Asphalt............................................ . 5-04.2 Culverts . . .. .......... ......................................7-02.2 StoneSewers....................................................7-04.2 Manholes, Inlets and Catch Basins ..................7-05.2 Sanitary Sewer.... . ................. . ....................7-17 2 Side Sewers.......................................................7-18 2 Crushed Surfacing............................... ... .........9-039(3) Gravel Backfill for Pipe Zone Bedding ............9-03 12(3) Gravel Borrow .. . . . ... .........9-03 14(1) Foundation Material Class I and Class II ........9-03.17 Bank Run Gravel for Trench Backfill...............9-03.19 Streambed Gravel.. .. . ........ . .................9-03.22 SECTION 7-08.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatenng and shall be sandpacked and/or other means Upper Meridian Valley Crk Culv Repl/Fielding 7- 19 May 23,2007 Project Number 05-3012 used to prevent pumping of fine sands or silts from the sub-surface. A continual t check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatermg operation Once commenced, the dewatermg operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of 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 dewaterng operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from 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 dewaterng operation shall be evaluated individually to determine exact requirements, however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03 17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Upper Meridian Valley Crk Culv Rep[/Fielding 7-20 May 23,2007 ' Project Number 05-3012 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(I)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 BY ADDING THE FOLLOWING. 7-08.3(2)B Pipe Laying- General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-mch 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. jAll pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED 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). ` Upper Meridian Valley Crk Culv Rep]/Fielding 7-21 May 23,2007 Project Number 05-3012 SECTION 7-08.3(2)H IS 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 SECTION: 7-08.3(2)J Pipe Laying- PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(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(l) 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(4) IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(4) Plugging Existing Pipe ` Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements, Upper Mendian Valley Crk Culv Rep]/Fielding 7 -22 May 23,2007 Project Number 05-3012 Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4-inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inch greater than the existing section. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and bank run gravel for trench backfill shall be measured by the ton, including haul. SECTION 7-08.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for"Pipe Zone Bedding"constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material for water main and sanitary sewer 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-55 20-00 ` Upper Mendian Valley Crk Culy Repl/Fielding 7-23 May 23,2007 Project Number 05-3012 The unit contract price per ton for"Foundation Material, Class I and IF 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. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the j following sections of the Kent Special Provisions: Ductile Iron Water Pipe . . ................9-30 1(1) Fittings for Ductile Iron Pipe................9-30.2(l) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material...................................9-03.12(3) Foundation Material..............................9-03.17 7-09.3 Construction Requirements SECTION 7-09.3(8) IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9- 03.17 Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor Upper Mendian Valley Crk Culv Repl/Fieldmg 7-24 May 23,2007 Project Number 05-3012 i SECTION 7-09.3(9) IS DELETED AND REPLACED BY THE FOLLOWING: 7-09.3(9) Bedding the Pipe hi most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557 The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to 1 prevent any damage to the pipe or its protective coatings. Material larger than six-inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found unsuitable. SECTION 7-09-3(13)IS REVISED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or"pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09-3(19)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09-3(19)A Connections to Existing Mains Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, Soos Creek Water and Sewer Department, and affected water customers Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved in writing by Soos Creek Water and Sewer District. The City and District shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt existing as to what ` Upper Meridian Valley Crk Culv Repl/Fielding 7-25 May 23,2007 Project Number 05-3012 is required, the Contractor shall coordinate with the City and Soos Creek Water and Sewer District prior to construction. See Soos Creek Water and Sewer District specifications in Appendix 2. The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(20)IS DELETED AND REPLACED BY THE FOLLOWING. 7-09.3(20) Detectable Marking Tape Instead of tracer tape, 14 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Details and shall extend the full length of the line. SECTION 7-09.3(23)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test r Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi, unless otherwise required in the Special Provisions or by Soos Creek Water and Sewer District. SECTION 7-09.3(24)IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24) Disinfection of Water Mains All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. The Specifications include detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. Following the pressure test and the flushing procedure, the Contractor shall arrange with the Public Works Inspector for coliform (purity) test to be taken by Soos Creek Water and Sewer District. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample SECTION 7-09.3(24)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24)A Flushing The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flush water The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. Upper Mendian Valley Crk Culv RepVFieldmg 7-26 May 23,2007 Project Number 05-3012 All discharges to the storm system shall be tested for total residual chlorine using a portable"HACH" kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/I). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. SECTION 7-09.3(24)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(24)B Requirements of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. The Soos Creek Water and Sewer District Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)MIS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made Alt closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5- 1 6 percent Cl), in accordance with AWWA Standard C651 Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4IS REVISED BY DELETING THE FIRST PARA GRAPH AND REPLACING WITH THE FOLLOWING: 7-09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. Upper Mendian Valley Crk Culy Repl/Fielding 7 -27 May 23,2007 Project Number 05-3012 SECTION 7-09.S IS DELETED AND REPLACED BY THE FOLLOWING: 7-09.5 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 "Pipe Zone Bedding for Water Maid'constitutes i 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"Foundation Material, Class I and II for Water Maid' 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 for Water Main" 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 native materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per lineal foot for"8 Inch Diameter Ductile Iron, C152 Water Main Pipe" 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, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends All work shall be approved in writing by Soos Creek Water and Sewer District before payment. The unit bid price per each for"8 Inch Connection to Existing Water Maid' 1 constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap or cut into the existing asbestos cement main and make the connection, complete in place as shown on the plans and described in the specifications The unit bid price shall include but not be limited to excavation, dewatenng, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions), and connections to existing valves, crosses, and tees Upper Mendian Valley Crk Culv Repl/Fieldmg 7-28 May 23,2007 , Project Number 05-3012 and similar fittings shall be included in this bid item. The cost to coordinate this work with Soos Creek Water and Sewer District and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item Also included shall be any costs resulting in work that is required to be performed at other than normal working hours All work shall be approved in writing by Soos Creek Water and Sewer District before payment. The unit price per lineal foot for "14-Inch O.D , 0.25-Inch Thick Steel Casing Pipe" shall constitute full payment for all work, labor, materials, and equipment necessary to furnish and install the steel casing pipe. Work shall include but not be limited to the following. • Trench excavation, bedding, laying and welding the pipe, backfilhng with native material and compacting the backfill, installing casing spacers and end seats, and filling casing with sand after installation of utility pipe. • Utility marking tape. • Clearing, grubbing, pavement removals, grading for haul roads, trenching operations, and disposal of debris. • Dewatering and installing clay dams where necessary • The cost of any special drainage improvements or conditions associated with any easement or agency permit requirements, unless specifically included in another bid item. • All costs associated with furnishing and maintaining temporary cold or hot mix patches on all disturbed paved surfaces. • All costs involved in maintaining and/or replacing any public or private utilities, structures, or other improvements that are disturbed or damaged by the CONTRACTOR unless specifically included in another bid item. Imported backfill materials shall be paid under separate bid items. All work shall be approved in writing by Soos Creek Water and Sewer District before payment. 7-12 VALVES FOR WATER MAINS SECTION 7-I2.2IS REVISED B Y SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING. 7-12.2 Materials Materials shall meet the requirements of Soos Creek Water and Sewer District specifications in Appendix 2. SECTION 7-I2.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. rUpper Mendian Valley Crk Culv Repl/Fielding 7-29 May 23,2007 Project Number 05-3012 i SECTION 7-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: i 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5IS 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. The unit bid price for each"8 Inch Gate Valve MJ x FL or MJ x MJ or FL x FU' constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to- Verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section, tapping valve with tapping tee where shown on the plans; valve nut extenders where needed, trenching; dewatering; backfilling and compacting selected materials,jointing, painting; disinfecting; flushing, hydrostatic and purity testing, furnishing and installing valve box with cover and a valve marker post, running a pig through valve. Water disconnect may be required after hours or on a weekend Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. All work shall be approved in writing by Soos Creek Water and Sewer District before payment. SECTION 7-15 IS DELETED AND REPLACED BY THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter where shown on the plans. This work also includes replacing existing service lines including new service connections, new pipe, and fittings as required. Also included is abandonment and disconnection of service lines being replaced. 7-15.2 Materials The following materials shall meet the requirements of Soos Creek Water and Sewer District: Upper Meridian Valley CA Culv Repl/Fielding 7-30 May 23,2007 Project Number 05-3012 • Saddles • Corporation Stops • Polyethylene Pipes • Service Fittings • Tracer Wire and Connections j • Utility Marking Tape(if any) *� 7-15.3 Construction Details 7-15.3(1) General Service lines from the water main to the meter setter shall be one piece and at least 1 inch in diameter. Pipe materials used for water service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, Soos Creek Water and Sewer District, and the Engineer at least two working days prior to working on live services The Contractor is responsible for planning and coordinating his work such that water service will be resumed with the least possible inconvenience to the water users The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the Soos Creek Water and Sewer District. Unless otherwise approved by Soos Creek Water and Sewer District, new service lines from the water main to the meter shall be perpendicular to the water main. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed as shown in Soos Creek Water and Sewer District Details W-15 and W-16A jUpper Mendian Valley Crk Culv Repl/Fielding 7 -31 May 23,2007 Project Number 05-3012 Direct taps shall not be allowed, a single or double strapped saddle must be used as shown in Soos Creek Water and Sewer District Detail W-15 Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10) Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03 3(10), unless otherwise specified in the Special Provisions or directed by the Engineer. SECTION 7-15.4 IS DELETED AND REPLACED BY THE FOLLOWING: 7-15.4 Measurement Measurement of service connections will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5IS DELETED AND REPLACED BY THE FOLLOWING: 7-15.5 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"Service Connection 1 Inch Diameter" constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the Upper Mendian Valley Crk Culy Repl/Fieldmg 7-32 May 23,2007 Project Number 05-3012 corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection All work shall be approved in writing by Soos Creek Water and Sewer District before payment. The unit contract price per linear foot for"Water Service Line 1 Inch Diameter" constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking or "tail runs", testing, flushing, and disinfection. All work shall be approved in writing by Soos Creek Water and Sewer District before payment. 7-17 SANITARY SEWERS ISECTION 7-17.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be ductile iron pipe, Class 52 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 determined by the Engineer and corrected by the Contractor as directed by the Engineer. Contractor shall submit bypass plan to Soos Creek Water and Sewer District for approval. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left inplace until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for Soos Creek Water and Sewer District acceptance. 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BYADDING THE FOLLOWING: ` Upper Meridian Valley Crk Culy Repl/Fielding 7-33 May 23,2007 Project Number 05-3012 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 Soos Creek Water and Sewer District The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system Soos Creek Water and Sewer District 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. SECTION 7-17.3(2)F IS SUPPLEMENTED BYADDING THE FOLLOWING: j 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 Soos Creek Water and Sewer District. 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 Soos Creek Water and Sewer District. 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 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. Upper Mendian Valley Crk Culv Repl/Fielding 7-34 May 23,2007 Project Number 05-3012 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 detennine 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 by Soos Creek Water and Sewer District. Caution—When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed au A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs ; against a 12-inch plug, 450 lbs. The compressed air acts as a sonng Proper precaution must be taken to prevent this force from propelling the plus; 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 70 110 150 190 228 268 308 348 356 o w 100 140 180 220 260 300 338 374 372 368 150 212 250 290 330 370 390 386 382 378 x w 200 282 322 360 400 404 398 394 390 386 250 352 392 428 418 410 404 400 396 392 z °+ 300 422 440 430 422 416 410 404 400 396 0.1 350 454 442 434 426 420 414 410 404 402 400 454 444 436 428 422 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)HIS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the Soos Creek Water and Sewer District 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. The casting and top grade ring, do not have to be mudded in until after the final grade is established Upper Mendian Valley Crk Culv Repl/Fielding 7 -35 May 23,2007 Project Number 05-3012 SECTION 7-17.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-17.5 Payment "Ductile Iron Sewer Pipe, 8 Inch Diameter, CL 52" i The unit contract price per lineal foot for the above item shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the D I CL 52 pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to- removal and disposal of existing 8" sanitary sewer pipe; trench excavation; unsuitable material excavation, hauling, dewatermg; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include 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 All work shall be approved in writing by Soos Creek Water and Sewer District before payment. The unit price per lineal foot for"14-Inch O.D., 0.25-Inch Thick Steel Casing Pipe" i shall constitute full payment for all work, labor, materials, and equipment necessary to furnish and install the steel casing pipe Work shall include but not be limited to the following- • Trench excavation, bedding, laying and welding the pipe, backfillmg with native material and compacting the backfill, installing casing spacers and end seals, and filling casing with sand after installation of utility pipe. • Utility marking tape • Clearing, grubbing, pavement removals, grading for haul roads, trenching operations, and disposal of debris • Dewatering and installing clay dams where necessary. • The cost of any special drainage improvements or conditions associated with any easement or agency permit requirements, unless specifically included in another bid item. • All costs associated with furnishing and maintaining temporary cold or hot mix patches on all disturbed paved surfaces. • All costs involved in maintaining and/or replacing any public or private utilities, structures, or other improvements that are disturbed or damaged by the CONTRACTOR unless specifically included in another bid item. Imported backfill materials shall be paid under separate bid items. All work shall be approved in writing in Soos Creek Water and Sewer District before payment. 7-18 SIDE SEWERS 7-18.3 Construction Requirements Upper Meridian Valley Crk Culy Repl/Fielding 7-36 May 23,2007 j Protect Number 05-3012 SECTION 7-18.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-18.3(1) General tFor 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, 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. 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 Soos Creek Water and Sewer District. SECTION 7-18.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for the"PVC Side Sewer Pipe, 6 Inch Diameter, Sch. 40" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations I 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 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 All work shall be approved in writing by Soos Creek Water and Sewer District before payment. Upper Meridian Valley Crk Culv ReplTieldmg 7-37 May 23,2007 Project Number 05-3012 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 1 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 hydroseeding 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 tSeed................... ..............................8-01.3(2)B and 9-14.2 Fertilizer.......... . ............................8-01 3(2)B and 9-14 3 Mulch and Amendments ..................8-01 3(2)D and 9-14.4 Tackifier............................. .... . . . 8-01.3(2)E and 9-14.4(7) Erosion Control Blanket.......... ........9-14.5 Construction Geotextile . ..... . . .....9-33 Water for plants................................9-25.2 Quarry Spalls.......................... ..... . 9-13 Upper Meridian Valley Crk Culv Repl/Fieldmg 8 - 1 May 23,2007 Project Number 05-3012 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 dram 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; 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 Should the Contractor fail to install the required TESC measures or to perform i maintenance in a timely manner, or fail to take immediate action to install additional s 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 drain system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown 1n 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 Upper Meridian Valley Crk Culv Repl/Fielding 8-2 May 23,2007 Project Number 05-3012 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 to 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. 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. 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 Upper Mendtan Valley Crk Culv Repl/Fielding 8-3 May 23,2007 Prgect Number 05-3012 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 pondmg, 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 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 ram, wind or surface water runoff October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum 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. Upper Meridian Valley Crk Culv Repl/Fielding 8 -4 May 23,2007 Project Number 05-3012 Mobile fueling of Contractors vehicles and equipment shall be conducted at a minimum of 100' from tipper Meridian Valley Creek. The fueling operator shall have received proper training in spill prevention/cleanup measures and emergency procedures. The Contractor shall use reliable fuel transfer equipment with backup shut off valving to prevent a fuel spill. Fueling vehicles shall include spill clean-up materials readily available for use. The Kent Fire Department (253-856-4300) and Department of Ecology (425-649-7190) and Kent Environmental Engineering Department (Jefferson Davis 253-856-5584) shall be immediately notified in the event of any fuel spill entering the surface or ground waters. 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. 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: j8-01.3(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. Upper Meridian Valley Crk Culy Rep]/Fielding 8 -5 May 23,2007 ProjectNumber 05-3012 SECTION 8-01.3(1)C IS REVISED BY DELETING ITEM I AND REPLACING WITH THE FOLLOWING: 8-01.3(1)C Ground Water 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 TWO NEW SECTIONS: 8-01.3(1)E 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 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)F 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. 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. Upper Meridian Valley Crk Culv Repl/Fieldmg 8-6 May 23,2007 Protect Number 05-3012 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 hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch as follows. EROSION CONTROL: Seed 1201bs/acre Fertilizer 4001bs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80lbs/acre 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 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. I. 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. Upper Meridian Valley Crk Culv Repl/Fieldmg 8-7 May 23,2007 Project Number 05-3012 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. 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 Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 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 watenng and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14 3 of the Kent Special Provisions Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(4)A 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 distnbuted 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 Upper Meridian Valley Crk Culy Repl/Fielding 8 -$ May 23,2007 Project Number 05-3012 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 Standard Specifications Mulch shall be incorporated into the slurry of seed and fertilizer Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions 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. 1 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)E IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)E Soil Binder or Tacking Agent Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14 4(7) of the Standard Specifications When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)FIS 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 periods: Upper Meridian Valley Crk Culv Rep/Fielding 8 -9 May 23,2007 Project Number 05-3012 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) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(2)G Inspection, Protection and Care of Seeded Areas Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertihze 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. 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. SECTION 8-01.3(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(8) Inlet Protection 1 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(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Straw Bale Barrier Straw bale barriers shall be installed per the detail and locations shown in the plans. Upper Mendian Valley Crk Culv Rept/Fielding 8- 10 May 23,2007 Project Number 05-3012 SECTION 8-01.3(11) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(11) Maintenance 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. This maintenance requirement also applies during any winter shut down. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(13) Temporary Sediment Trap The Temporary Sediment Traps shall be constructed in accordance with the details shown in the plans. jThe Contractor shall inspect and maintain the Temporary Sediment Traps regularly. The Contractor shall remove sediment from the Trap when sediment has reached a depth of one (1) foot The ESC Lead (Erosion and Spill Control Lead), as described in Section 8-01 of these Special Provisions shall notify the Engineer of the necessary removal; and as directed by the Engineer, the Contractor shall remove and dispose of the sediment. i8-01.3(14) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm drams 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 Upper Mendian Valley Crk Culv Repl/Fieldmg 8- 11 May 23,2007 Project Number 05-3012 8-01.3(15) Failure to Perform TESCP If the Contractor falls to install the required TESCP measures, or to perform maintenance in a timely manner, or falls to identify deficiencies, and falls to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. SECTION 8-01.4IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.4 Measurement Temporary Sediment Traps will be measured per lump sum, which shall include the sum total of all items for a complete temporary sediment trap to be constructed and maintained as shown in the plans, and as specified in this Special Provision SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit bid price per lineal foot for"Silt Fence"constitutes complete compensation j for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer The unit contract price per each for"Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure No other further compensation will be made. The unit bid price per square yard for"Hand Applied Straw Mulch" constitutes complete compensation for all matenals, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dned condition, and free of noxious weeds and other materials detrimental to plant life. The unit bid price per each"Straw Bale Ditch Sediment Dam"constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to install the straw bale ditch sediment dams wherever specified, shown on the plans or as directed by the Engineer Straw shall be in an air dned condition free of noxious weeds and other matenals detrimental to plant life. The unit bid pnee per hour for"Street Cleaning" constitutes complete compensation for all labor, matenals, tools and equipment necessary to sweep the project site using a mechanical sweeper or a sweeper truck at the locations designated by the Engineer. Upper Mendian Valley Crk Culv Repl/Fielding 8- 12 May 23,2007 Project Number 05-3012 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications- Definitions: The word"provide"means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further Number of Specified Items Required Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED BY THE FOLLOWING. 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A..........................................................9-14.1 I Fertilizer........ . .. .......................................... . .........9-14.3 Bark or Wood Chips .................................. . . . . . . .9-14.4(3) Special Planting Mixture............................................9-14.4(10) Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. SECTION 8-02.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for"Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING. Upper Meridian Valley Crk Culv Rep]/Fielding 8- 13 May 23,2007 Project Number 05-3012 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1-05 5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0 03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.4 Measurement Measurement of cement concrete curb and gutter, when constnicted across wheel chair ramps and/or driveways, will include the widths of the wheel chair ramp and/or driveway. SECTION 8-04.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04 5 of the Standard Specifications: "Cement Concrete Curb and Gutter"per linear foot. Reference WSDOT Standard Plan F-1. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer New materials shall meet the requirements shown in the plans or as directed by the Engineer. SECTION 8-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING. Upper Meridian Valley Crk Culv Rep]/Fielding 8- 14 May 23,2007 Project Number 05-3012 8-12.4 Measurement Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement SECTION 8-12.5IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-12.5 Payment 1. "Temporary 6' High Chain Link Fence", per linear foot. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.1 Description 8-14.2 Materials This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross- sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS REVISED AS FOLLOWS: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a transverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete jcurb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filter. Sidewalk ramps shall be of the type specified in the plans The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles When masonry or ceramic tiles are used,the Contractor shall block out the detectable warning pattern Upper Mendian Valley Crk Culv Repl/Fielding 8- 15 May 23,2007 Project Number 05-3012 area to the depth required for installation of the tiles and finish the construction of the concrete ramp After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of"Standard Interstate Yellow"paint as specified in Formula K-2-83 Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.4 IS REVISED AS FOLLOWS. 8-14.4 Measurement Cement concrete sidewalks will be measured by the square yard of finished surface and will not include the surface area of the sidewalk ramps Measurement of sidewalk ramps will be by the unit for each complete ramp type. SECTION 8-14.5 IS REVISED AS FOLLOWS: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal "Cement Concrete Sidewalk", per square yard Payment for excavation of material not related to the construction of the sidewalk but f necessary before the sidewalk can be placed, when and if shown in the plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Concrete Sidewalk." 8-15 RIPRAP SECTION 8-15.1 IS SUPPLEMENTED BYADDING THE FOLLOWING, 8-15.1 Description Riprap will be classified as streambed gravel, rock for instream structures and light loose nprap. SECTION 8-15.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.2 Materials Materials shall meet the requirements of the following sections: Streambed gravel....................................................9-03.22 Upper Meridian Valley Crk Culy Rep]/Fielding 8- 16 May 23,2007 Project Number 05-3012 Rock for instream structures...................... ..........8-36.2 Rock bands for box culverts and streams ..............8-36.2 SECTION 8-15.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.3 Construction Requirements Streambed gravel, rock for instream structures, rock bands for box culverts and streams, and light loose nprap shall be placed in the locations and depths shown on the Plans. For streambed gravel, this includes placement inside the culverts per the cross sections as detailed. Boulders shall be pushed down into a firm position Streambed gravel shall not be compacted SECTION 8-15.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-15.4 Measurement Streambed gravel shall be measured by the ton. Rock for instream structures shall be measured by the ton Rock bands for box culverts and streams shall be measured by the ton. SECTION 8-15.5IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-15.5 Payment The unit contract price per ton of"Streambed Gravel"constitutes complete compensation for all labor, materials,tools, and equipment necessary for and incidental to the installation of Streambed gravel as shown on the plans and described in the specifications 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING SECTION 8-24 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall remove and reconstruct the rock wall in accordance with the details shown on the plans and as specified herein. Exact limits shall be determined in the field during construction. 8-24.2 Materials The rock shall be hard, sound and durable. It shall be free from segregation seams, cracks and other defects tending to destroy its resistance to weather. Rock used shall have a density of at least 155 pounds per cubic foot. Upper Mendian Valley Crk Culv Repl/Fieldmg 8- 17 May 23,2007 Project Number 05-3012 8-24.3 Construction Requirements Rock walls shall be started by excavating the existing ground as staked by the Engineer and digging a trench for the bottom rocks not less than 10 foot below the subgrade. All excavation for the rock wall shall be completed before beginning placement of rock Rock selection and placement shall be such that at least 80% of the exposed face of the wall is rock A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. Each horizontal row of rocks shall be seated and bedded by tamping and compacting the backfill material behind the rock to provide a stable condition for the entire wall. Each rock shall rest firmly on previously placed courses and shall be keyed into adjacent rocks by utilizing the natural irregular shape of the rocks. Rocks shall be individually placed. Placement by dumping will not be permitted. No payment shall be made for improperly placed rock. 8-24.5 Payment The unit contract price per square foot for"Remove and Relocate Rock Wall" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary or incidental to acquire, load, haul, remove the existing rock, place the rock, excavate and compact the matenal as shown on the plans and described in the specifications. The cost for additional larger base rock to match height of the existing wall shall be incidental to this bid item. 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 Paint...........................Good quality exterior enamel. Upper Meridian Valley Crk Culv Repi/Fieldmg 8- 18 May 23,2007 Project Number 05-3012 i Primer ........................Good quality primer compatible with selected enamels i 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 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 exterior enamel Paint enamel colors shall be red, blue, black and white as specified on Standard Detail 6-13 of the Special Provisions. 8-33.3(5) Letter Types The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Detail 6-13 of the Special Provisions. 8-33.3(6) General Layout iThe 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 Upper Mendian Valley Crk Culv Repi ieldmg 8- 19 May 23,2007 Project Number 05-3012 8-33.5 Payment Payment will be made in accordance with Section 1-04 1, for the following bid items i 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 DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. ' 8-36 INSTREAM STRUCTURES , 8-36.1 Description This work shall consist of constructing and installing the instream stabilization structures, including rock, rock bands, log with root wad, snag, combination deflector logs, combination digger logs and bed control logs 8-36.2 Materials ' Materials shall meet the following requirements: Rock for Istream Structures Rock for constructing instream structures shall be large, broken pieces of igneous , and metamorphic rock types. Rock materials shall be rectangular, sound material, resistant to weathering, and free of soft, weathered material with seams of soft rock, susceptible to deterioration Density of the material shall be a minimum of 160 pounds per cubic foot. The size categories for rock shall be as follows. Rock Size Rock Weight (Lbs.) Average Dimension(In) One Man 50 - 200 12 - 18 Two Man 200 - 700 18 - 28 Three Man 700 - 2,000 28 - 36 Four Man 2,000 - 4,000 36 - 48 Five Man 4,000 - 6,000 48 - 54 Six Man 6,000 - 8,000 54 - 60 Upper Mendian Valley Crk Culv Repl/Fielding 8-20 May 23,2007 Project Number 05-3012 Rock Bands for Box Culverts and Streams Rock Size Rock Weight (Lbs ) Average Dimension (In) Cobble 40 - 50 10 - 12 ' Two Man 200 - 700 18 - 28 8-36.3 Construction Requirements ' The Contractor shall notify the Engineer two working days prior to beginning installation and construction of mstream structures All instream structures shall be constructed as shown in the Details at the locations indicated on the Plans or as directed by the Engineer. Instream structures may be subject to field-fit conditions. 8-36.4 Measurement ' Bid items of work completed will be measured as provided in Section 1-09 1 Measurement of Quantities unless otherwise provided for by individual measurement paragraph herein this Section. No separate measurement will be made for excavation, placement, topsoil backfill, or rebar for construction of the stream stabilization structures. The costs for these items shall be included in the related items of work. ' The following items will be measured by the ton installed. "Rock for Instream Structures and Inside Box Culvert" "Rock Bands for Box Culvert and Stream" 8-36.5 Payment The unit contract place per ton of"12"- 18" Round Boulders for Box Culvert" ' constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of rock inside the box culvert as shown on the plans and described in the specifications. ' The unit contract price per ton of"Culvert Rock Band" constitutes complete ' compensation for all labor, materials, tools, and equipment necessary for and incidental to the installation of the rock band in the box culvert as shown on the plans and described in the specifications. The unit contract price per ton of"Channel Rock Band"constitutes complete compensation for all labor, materials, tools, and equipment necessary for and ' incidental to the installation of the rock band in the stream as shown on the plans and as described in the specifications. ' Upper Mendian Valley Crk Cub;Repl/Fieldmg 8-21 May 23,2007 Project Number 05-3012 DIVISION 9 - MATERIALS ' 9-03 AGGREGATES ' SECTION 9-03.12(3) IS REVISED BYDELETING THE GRAVEL SPECIFICATIONAND 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 9-03.17IS REPLACED BY THE FOLLOWING NEW SECTION. 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class H shall be used to replace unsuitable material removed from unstable pipe trench bottoms ' Foundation Material Class I and Class lI shall conform to the following gradations: Percent Passine Sieve Size Class I Class H ' 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 ' Upper Meridian Valley Crk Culv Repl/Fieldmg 9- 1 May 23,2007 Project Number 05-3012 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 SECTION 9-03.19 IS SUPPLEMENTED BYADDING THE FOLLOWING. , 9-03.19 Bank Run Gravel for Trench Backfill ' The fine content of bank run gravel for trench backfill is limited to a maximum of 5 , percent based on the fraction passing the 3/4-inch sieve. SECTION 9-03 IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 9-03.22 Streambed Gravel Streambed gravel shall be placed as shown in the plans. The streambed gravel shall , be clean, naturally occurring, rounded, uniformly graded material and shall meet the following size gradation requirements by weight: ' Streambed Gravel Screen Size Percent of Mix , 2 to 4 inches 20% 1 to 2 inches 20% , 1/4 to 1 inch 30% < 1/4 inch 30% The Contractor shall submit certification for streambed gravel stating: conformity , with these specifications, source of material, sieve analysis, and identity of testing ' agency. The submittal shall be made to the Engineer two weeks prior to placement. 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting mixture per Section 9-14.4(10) of these Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Upper Meridian Valley Crk Culv Repl/Fielding 9-2 May 23,2007 ' Project Number 05-3012 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 1 9-14.1.(1)C Sandy Loam ' Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .................100% Passing 1 mm sieve ...................... ......................80% minimum Passing 0.15 min sieve................. ..................15% maximum tSECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for upland seeded areas Lilly Miller or approved equal to provide the following nutrients All areas which are seeded shall receive fertilizer of the following proportions and formulation- Total available Nitrogen ............ 16% of weight (of which 50% is derived from ureaform) ' Total available Phosphorous...... 16% of weight Total available Potassium.......... 16% of weight ' The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information 9-14.4 Mulch and Amendments SECTION 9-14.4IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.4(10) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted ' manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Upper Mendian Valley Crk Culv Repl/Fielding 9-3 May 23,2007 Project Number 05-3012 Rotted manure shall consist of well-rotted, unleached cattle manure not containing ' more than one third part shavings, sawdust, or refuse and shall be free of noxious , weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than , twenty percent ash by dry weight It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by , weight. In addition, sod particles shall meet the following requirements for grading Passing 1 inch sieve (square opening) ...........100% ' Passing 1 mm sieve. . . ..................................80% minimum Passing 0.15 mm sieve...................................15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign , substances and shall have a pH factor of between 5 0 and 6 0 Maximum Electrical Conductivity shall be 2 0 milliolims 9-30 WATER DISTRIBUTION MATERIALS ' SECTION 9-30.1(4)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-30.1(4)A Steel Pipe (6 Inches and Over) Materials shall be as described in Section 7-10.2 and 9-30 1(4)A of the Standard Specifications as modified and supplemented herein. Steel casing pipe shall have a minimum 1/4-inch thickness. Bedding gravel shall be crushed gravel, 518 inch minus. ' Foundation gravel and bank run gravel shall conform to the requirements in these Specifications. 9-36 GEOSYNTHETIC CLAY LINER(GCL) ' SECTION 9-33.2 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 9-36.1 GCL , Required GCL characteristics shall include: ' • Provide GCL rolls that are a minimum of 12 feet in width with each roll identified by a unique roll number, manufacture date and name of manufacturer. • Provide GCL rolls wrapped around a structurally-sound core that can support the weight of GCL without excessive bending or buckling Provide a core that is accessible to stringers or rods placed full-length within the core. ' Upper Meridian Valley Crk Culv Rep[/Fielding 9-4 May 23,2007 , Project Number 05-3012 ' • Manufactured with a layer of bentonite granules between two layers of non- woven geotexttle, with the geotextiles needle punched together to provide internal shear strength • Manufactured rolls marked with continuous waterproof lap lines and match lines ' offset 6 and 9 inches from the edge of the rolls Manufactured to meet the following requirements Test Test Designation' Unit Requirements 1. Bentonite Mass ASTM Lb/ft2 0 75 min. per Unit Area D5993 2. GCL Grab Tensile ASTM Lbs 150 min Strength a D4632 3. GCL Index Flux ASTM (cm/sec) tested @ 5 psi effective GCL Index Flux D5887 stress and 2 psi head 4. GCL Peel Strength ASTM Lbs (conducted using grab tensile 15 min D6496 test on a 4-inch wide sample) 5. GCL Hydraulic ASTM (cm/sec) estimated from index 3 x 10 max. conductivity D5887 flux @ 10 psi effective stress from Daniel(1998) correlation 6. GCL ASTM Cm/sec. 5 x 10 Permeability, D5084 Notes: a Tensile testing performed in machine direction b Testing according Manufacturer's recommendations and in compliance with the specified ASTM test method e Alternate tests are allowed only with prior written approval of the OWNER 9-36.2(A) Bentonite (Used in GCL Manufacture) Required bentonite characteristics shall include: 1. Greater than 90 percent sodium montmorillonite clay. 2. Granular in form. 3. Meeting the following product requirements: Test Test a Unit Requirements Designation' 1. Bentonite Free Swell ASTM MI >24 Index D5890 2. Bentonite Fluid Loss ASTM MI <18 D5891 9-36.2(B) Bentonite (Used for GCL Seaming and for Amended Soil Liner) Required bentonite characteristics shall include• 1. Granular in form. Upper Mendian Valley Crk Culv Repl/Fielding 9-5 May 23,2007 Project Number 05-3012 2. Meeting the requirements of bentonite used to manufacture GCL. 9-36.4 Manufacturer's Source Quality Control , Perform manufacturer's quality control (MQC) tests for GCL manufactured for this , project. Perform tests necessary to verify GCL meets specified product requirements Perform each MQC test at a minimum frequency listed below MQC Tests on Manufactured GCL Test Type of Test Test Method Frequency of Testing Requirement ' Designation 1. Properties a. Fluid Loss, ml ASTM 1 per 50 tons and every <_ 18 ' of sodium D5891 truck or railcar bentonite b. Free Swell, rill ASTM 1 per 50 tons and every >_24 , D5890 truck or railcar a Bentonite ASTM 1/40,000 SF 0.75 ' Mass per unit D5993 Minimum area(dried) Average Roll (lb/ft2) Value , b Peel Strength ASTM Lbs (conducted using grab 15 Min D4632 tensile test on a 4-inch (Modified) wide sample) 2. Properties c. Index Flux ASTM Once weekly during 1 x 10 of GCL (m3/m2/s) a D5887 production with the last Maximum 5 psi 20 values reported containing pressure and 2 psi head Test Type of Test Test Method Frequency of Testing Requirement Designation d. Hydraulic ASTM Certification Only 3 x 10 Conductivity: D5887 estimated @ 10 psi Maximum Overlapped effective stress from ' Seam, Daniel(1998) correlation (cm/sec) Provide the following information with MQC test data: 1. Manufacturer's names, product identification, lot numbers, roll numbers, roll dimensions and roll weight 2. Results of MQC tests Owner will reject rolls for which quality control requirements are not met or MQC data is not provided Upper Mendian Valley Crk Culv Repl/Fielding 9-6 May 23,2007 Project Number 05-3012 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. SANITARY SERVER SYSTEM 4-8 Manhole Grade Ring & Safety Steps STORM DRAINATE SYSTEM 5-1(d) 18" x 24" Vaned Grate 5-1(e) Frame for Vaned Grate 5-8(a) Catch Basin Type I148" & 54" 5-9 Safety Steps & Top Slab for Type II Catch Basin STREET DETAILS ' 6-11 Expansion Joints & Score Marks 6-13 Project Signs i 1 1 f � i 1 1 1 Upper Meridian Valley Crk Culv Rep]/Fielding A- 1 May 23,2007 Projee[Number 05-3012 � ' �--12" MIN —{ H2" MIN.—I r 3 1/2" 1" RADIUS 3" 3n l 6 1/2n —L MIN. � T 121 DROP RUNG HANDHOLD MANHOLE STEP --12" MIN.—I 11 3/4" MIN. :r CENTER TO CENTER MIN. MANHOLE STEP 6 GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER I--- 12" ---, (��--- 11 1/2" lV t/1 ' 12" 11 3/4" MIN. 6" FOR STEP C CENTER 0 L3" FOR HANDHOLD 9 1/8" FOR STEP 6 1/8" FOR HANDHOLD 6 POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES: 5" 24" 5" D MANHOLE STEPS CONFORMING TO SECTION R, ASTM C-478 AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND ASTM A-615 FOR 1/2" GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE STEPS, AND ALL WISHA AND OSHA SPECIFICATIONS, ARE 1" CLEARANCE 14 BAR ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. 0 DROP RUNG STEPS ARE TO BE #8 GALVANIZED DEFORMED REBAR. GRADE RING O 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 PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER MANHOLE GRADE RING T LEG IS PROHIBITED USE FLANGED END FOR BOLTING TO WALL IN \� w..««,..,". & SAFETY STEPS STORM DRAINAGE APPLICATIONS. © EMBED FOOT OF LADDER IN CONCRETE IN POURED AND/OR DESIGNED SCALE NONE STANDARD DETAL DRAWN CHANNELED FLOOR. CHECKED EW DATE 2-02-2004 4-8 APPROVED and 23-3/4" DUMP NO POLLUTANTS OUTFALL TO STREAM 17-3/4" LA 1 U) O O 1— U FLOW 1—3/8" 1 1 1 \ 1 \ 1 \ 1 \ 1 \ 1 \ 1 1 1/16" TYP. 1 LEVELING PADS --� �-- 1/2" TYP. 1 3/8" TYP. 1/16" DRAFT NOTES: 1. OLYMPIC FOUNDRY PART NO. SM50VG IS THE PRE—APPROVED PRODUCT. FOR THRU—CURB INLETS AT LOW POINTS, USE 2—WAY VANED GRATE (OLYMPIC FOUNDRY PART NO. SM502VG) 2. ALL OTHER PRODUCTS REQUIRE WRITTEN CITY OF KENT E APPROVAL PRIOR TO USE. NGINEERING DEPARTMENT 3. ALL LETTERING SHOWN SHALL BE 1/2" AND V KENT 18"x 24" SHALL BE RECESSED UNLESS OTHERWISE •A•"I"","" VANED GRATE INDICATED IN THE SPECIAL PROVISION. DESIGNED JB SCALE NONE SIANDARO DEruE 4. DUCTILE IRON ASTM A-536 GRADE 80-55-06 DRAWN RATED, APPROX. 74 LBS. APPRROVEo DATEz Zo. IORL & TAP 5/8"-11 LEVEL PAD- 5/8" HIGH LETTERS 2 HOLES 3/4"X 2 1/4"X1/16" RAISED 1/4" WHEN SPECIFIED (16 PLCS TOTAL) BY CUSTOMER (COUNTRY MANUFACTURED BY) 9 A A 2 1/8" TYP N e \ ` O � N N N 3/4" HIGH LETTERS 3/4" RAISED 1/8" O F C O PLAN 1 7/16" 18"+1/32"X24"+1/32" 9/16" TYP —0 —0 TYP r 1" 1 1/2" TYP. 250 250 / i __F 4,. 16"X22" OPENING 3/4"i 7/16" 17 3/4"+1/32"X23 3/4"+1/32" —0 —0 TYP. 25" X 31" SECTION A—A 1 NOTES: 1 MATERIAL USED FOR THE FRAME SHALL BE DUCTILE IRON ONLY 2. OLYMPIC FOUNDRY PART NO. SM50 IS THE PRE—APPROVED PRODUCT CITY OF KENT 3 ALL OTHER PRODUCTS REQUIRE WRITTEN ENGINEERINGNG DEPARTMENT APPROVAL PRIOR TO USE 4 TOP OF FRAME SHALL BE ADJUSTED EVEN O T FRAME FOR WITH ROADWAY SECTION .",„,,,,,, VANED GRATE 5 DUCTILE IRON ASTM A536 CR 8055-06 ' H-20 RATED, APPROX 124 LBS DEsWNED Je SCALE NoNE STANDARD DETAIL JM CHECKED EW DATE b—II-99 1 [APPROVED FRAME AND GRATE OR RING AND COVER (SEE STD. DETAIL 4-5. 4-6 do 4-6A) ' EZ _.� I UNLESS SPECIFIED AS THROUGH—CURB INLET g" mRISER OR ADJUSTMENT SECTION HANDHOLDS FLAT SLAB COVER 20"x24" OR 24" DIAMETER STEPS AND LADDER (SEE STD. DET. 5-9) i 48" OR 54" *ALL JOINTS IN THE BRICKS, GRADE RINGS AND RISERS USED FOR FINAL GRADE ADJUSTMENT SHALL BE FILLED WITH MORTAR. CASTINGS 1 I SHALL BE SEATED IN MORTAR PLACED ON THE TOP COURSE. m � , MORTAR 0Z PRECAST BASE WITH INTEGRAL RISER FILLET a GRAVEL BACKFILL FOR PIPE BEDDING, 6" MIN. COMPACTED DEPTH. FOR PRECAST BASES 48.0-6. � _ ONLY. 54"0-8" 6" (FOR SEPARATE � -0• CAST IN PLACE REINFORCING STEEL (FOR PRECAST ONLY) BASE WITH INTEGRAL RISER) 0.15 SO. IN./FT. IN EACH DIRECTION FOR 48" DIA SEPARATE CAST IN PLACE 0.19 SQ. IN./FT. IN EACH DIRECTION FOR 54- DIA. OR SEPARATE PRECAST BASE '0" RING REINFORCING STEEL (FOR SEPARATE BASE ONLY) 0.23 SQ. IN./FT. IN EACH DIRECTION FOR 48" DIA 0.19 SO. IN./FT. IN EACH DIRECTION FOR 54" DU1. ` DESIGN ASSUMPTIONS PRECAST BASE JOINT SOIL BEARING VALUE EQUALS 3300 //FT2 (MIN.) NOTES: 4. ALL BASE REINFORCING STEEL SHALL HAVE A MIN. YIELD STRENGTH OF 60,000 PSI k BE PLACED IN THE UPPER 1. CATCH BASINS TO BE CONSTRUCTED IN ACCORDANCE W/ HALF OF THE BASE WITH 1" MIN. CLEARANCE. ASTM C 478 (AASHTO M 199) k ASTM C 890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE STD. 5. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE SPECS. FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH BASIN CITY OF KENT SHALL HAVE 6" MIN. CLEARANCE. NO STEPS ARE REWD ENGINEERING DEPARTMENT WHEN B IS 4 OR LESS. 3. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TD PIPE KENT CATCH BASIN OUTER DIAMETER PLUS CATCH BASIN WALL THICKNESS. •-••.••••• TYPE II 48" & 54" MAX. HOLE SIZE IS 36" FOR 48" CATCH BASIN, 42" DESIGNED KRL scuE NONE S7iVj�D DETAIL FOR 54 CATCH BASIN MIN. DISTANCE BETWEEN HOLES DRAWN / ' IS 8". CHECKED DW DATE 2-1-0ES COMM _pI Q1 APPROVED tlnCOMM l` � IxP`Lr1`I.I � 24" 2" CLR 1`� I`� >I>1\� N TYP i li k I iI Iz I li I I X f #6 BARS @ 7" CENTERS x6,r 1, -, -l' BOTTOM FACE WITH ,-I I 'i V 1" MIN COVER H / 96" TOP SLAB 24" \ \� #5 BARS @ 6" CENTERS �xi) I I BOTTOM FACE WITH i� `0) � 1" MIN COVER 2" CLR � I� ��� D TYP L\\ //����� r)i ';��Jyk i I Q) 2' Ix 11 20" D.772" TOP SLAB 24" q #4 BARS 0 6" CENTERS BOTTOM FACE WITH 2" CLR I I i" MIN COVER II V TYP TYPICAL ORIENTATION 1 FOR ACCESS AND STEPS ONLY ONE STYLE OF CATCH BASIN MAY BE USED IN A CATCH BASIN DO NOT MIX STYLES Q2 —r 48" & 54" TOP SLAB CITY KENT NOTES: ENGINEERINGNG DEPARTMENT •1 SLAB OPENING SHALL BE 24" X 20" FOR KENT SAFETY STEPS & TOP SLAB RECTANGULAR AND 24" DIAMETER FOR ROUND. ......... FOR TYPE II CATCH BASIN ' DESIGNED DW 2OSEE STANDARD DETAIL 4-8 FOR STEP, DRAWN cuR s�uE NONE STANDARD DETAIL LADDER AND GRADE RING ICHECKEO DATE 6-11-99 APPROVED 5-9 Portions o/these standards are being revised, Contact Transportation EmalneerIng for current standard. 3 10' MIN OR 15' MAX 5' 5' 510 771 S4p EXPANSION JOINT SCORE MARK �TYP) p�oo (TYP) SEE DETAIL "A" SEE DETAIL "B J CURB & GUTTER 10' MIN. OR 15' MAX. �4" 3/8"x4" EXPANSION JOINT, L4" SCORE MARK, 5' OC 10' MIN OR 15' MAX 0 C (SEE NOTE 2) (MATERIAL SEE NOTE 1) DETAIL "A" DETAIL 918" EXPANSION JOINT SCORE MARK 4" EXPANSION MATERIAL TT (SEE NOTE 1) R DRIVEWAY 3/8"x4" EXPANSION MATERIAL. (SEE NOTE 1) CEMENT CONCRETE DRIVEWAY APRON CURB, GUTTER & SIDEWALK AND GUTTER FOR RESIDENTIAL DRIVEWAYS 8" REINFORCED CEMENT CONCRETE APRON CROSS SECTION AND GUTTER FOR COMMERCIAL DRIVEWAYS DRIVEWAY CROSS SECTION NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" THICK AND SHALL BE PLACED AT 10' MIN. OR 15' MAX. SPACING ELASTOMERIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO SECTION 9-041 (4) OF THE WSDOT STANDARD SPECIFICATIONS. CITY OF KENT 2 SCORE MARKS SHALL BE t 1/8" WIDE BY 1/4" DEEP ENGINEERING DEPARTMENT AT 5' SPACING ` v K� 3 EXPANSION JOINTS SHALL BE INSTALLED IN CURB & NT EXPANSION JOINTS AND SCORE MARKS GUTTER AND SIDEWALK AT P.0 & P T AT ALL CURB .•°"'•°'°' RETURNS AND ALL ANGLE POINTS DESIGNED ONJ 4. FORM & SUB-GRADE INSPECTION REQUIRED BEFORE DRAWN �N NONE S7WDNiD DETNL POURING CONCRETE CNECNED DNJ DATE DATE 6-11-99 6-� APPROVED 0"E" EEn 96' i2'x4' BRACE (3 PLACES) ' rC--------------------- 31/2• PROJECT II 4' II 4- III I OUR II I'I NAMEar JIII IIII „•,/2. IL ———————————__J L __—__ --------------a 1- —R_Ew------------a 1 I 1 I I w•"x,"ete• co II II II 11/2" KENT PbBLIC WORKS DEPT. 3' ENGINEERING DIVISION ; ; 3- 6 1/2- CONI;RACTOR'S NAME ; ; 3- -—————————————————————--1 r-89,4TRAGTBR-------------1 1 1. ————————————————————— --------------------- 21/2" I CENTER ALL COPY HERE GRADE =4"x4a 1� /�.) NOTES: TS OR 4'x6' BREAK—AWAY POSTS 1. BACKGROUND COLOR IS WHITE. 2. CARTOON FIGURE IS BLACK. 3. PROJECT NAME IS BLACK. 1 4. 'KENT PUBLIC WORKS DEPT.' AND "ENGINEERING DIVISION" IS RED. 5. 'PARDON OUR PROGRESS' IS RED. 6. 'CONTRACTOR' AND THE CONTRACTOR'S NAME ARE BLACK. 7. THE CITY OF KENT DECAL IS PROVIDED BY THE CITY. 8. 4' LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 1' LETTERS ARE 1/8' WIDE. CITY OF KENT 9. HORIZONTAL 2'X4' FIR BRACES ARE REQUIRED AT TOP, ENGINEERING DEPARTMENT MIDDLE, AND BOTTOM OF SIGN FOR ATTACHMENT TO 4'X4' OR 4"X6' POSTS AS NECESSARY. KENT PROJECT SIGNS 10. BREAK—AWAY WOOD POSTS ARE DRILLED AS REQUIRED """"'•' TO PROVIDE NO MORE THAN 12.25 SQUARE INCHES OF DESCNED FDs SHEAR AREA AT A POINT 2' ABOVE THE GROUND. w+AwN SCALE NONE suNDARD DETNL CHECKED DATE 11—ID-04 APPROVED �. 6-13 S SOO CREEK WATER & SEWER DISTRICT DETAILS Upper Mendian Valley Crk Culv Repl/Fieldmg A-2 May 23,2007 ProjectNumber 05-3012 1 CONNECTION TO EXISTING SEWER SYSTEM Connections to existing lines shall be made only with the written approval of Soos Creek Water & Sewer District. The Contractor shall notify the District's field representative and other utilities at least 48 hours in advance of any construction and make the necessary arrangements with the District's field representative for the connection to the existing sewer system. The Contractor shall furnish all material, equipment and labor necessary for making the connection under the supervision of the District. The 48-hour notice requirement shall not count Saturdays, Sundays, and holidays. Work shall not be started until all of the materials, equipment and labor necessary to properly complete work are assembled on the site. Once work is started on a connection, it shall proceed continuously without interruption and as rapidly as possible until the connection is completed. Before ordering materials for any connection to an existing manhole, Contractor shall excavate the manhole and verify outside diameter of all pipes for determining types of fittings to be used. Contractor shall coordinate the work with the construction review representative for the District. The existing sewers shall remain in service at all times. Connections to sanitary sewer manholes shall be made using an asbestos-cement manhole entry coupling, concrete coupling or kor-n-seal boot. Pipe connections into the entry coupling shall be sealed with a rubber ring. The pipe to manhole connection shall be watertight. Contractor shall re-channel existing manhole as necessary to smoothly direct the flow into the existing system. Any leaks in the entry couplings or other areas created while connecting to the existing manhole shall be sealed with Strata Tech ST-520 Injection Resin or approved equal. All water and/or construction debris shall be removed from new sewers and not be permitted to enter the existing system. The Contractor shall be responsible for flushing out and cleaning any existing sewers into which gravel, rocks or other debris has entered as a result of the Contractor's operations, and shall pay for repair to lift stations or other facilities damaged by the Contractor's operations. All flushing water shall be pumped from upstream manholes or sewer lines and shall not be allowed to enter the existing sewer. CONNECTION TO EXISTING WATER SYSTEM The Contractor shall notify the District's field representative and other utilities at least 48 hours in advance of any construction and make the necessary arrangements with the District's field representative for the connection to the existing water main. The Contractor shall not operate any gate valve of the water system before, during or after construction without prior approval of the District. The Contractor shall furnish all material, equipment and labor necessary for making the connection under the supervision of the District. The 48 hour notice requirement shall not count Saturdays, Sundays,and holidays. Work shall not be started until all of the materials, equipment and labor necessary to properly complete work are assembled on the site. Once work is started on a connection, it shall proceed continuously without interruption and as rapidly as possible until the connection is completed. Before ordering materials for any connection to an existing water main. Contractor shall excavate the water main and verify outside diameter of ail pipes for determination of types of fittings to be used. Contractor shall coordinate the work with the construction review representative for the District. SEPARATION OF UTILITIES Minimum separation between sewer and water mains shall conform to Section C1-9.1 of the Criteria for Sewage Works Design as published by the Department of Ecology in December 1998. Minimum separation between other utilities shall be 6 inches with a sand cushion. SEWER MAIN TESTING Gravity sewers and appurtenances shall be tested after backfilling by the low-pressure air method, except where the ground water table is such that the engineer may require the infiltration test. Final acceptance of the sewer main installation will be subject to the Districts Resolution No. 1904-S,which allows a maximum ponding depth of 3/<-inch. In the event of conflicts between the standards established in Resolution No. 1904-S and the standards specified in Section 7-17.3(2) of the Standard Specifications, the standards of the Resolution will take precedence. WATERWORKS TESTING Testing of lines shall be in accordance with Section 7-11.3(11) of the Standard Specifications. Test pressure shall be the existing system line pressure plus 150 psi, but in no case shall the test pressure be less than 250 psi. Mains shall be disinfected per Section 7-11.3(12)of the Standard Specifications. Contractor shall cube and flush all new water mains while being observed by District and the resident project representative. District shall furnish the cubes for the Contractor who shall then be responsible for cubing the new water mains. Contractor shall coordinate with District and the resident project representative for the locations to be cubed. After the cubes have been flushed from the system, the rest of the flushing, chlorinating, pressure and purity tests shall be completed. District shall be responsible i for collecting the samples and obtaining the bacteriological tests. ■ REPAIR OF PIPELINE FAILURES Broken or otherwise defective pipe shall be removed and replaced. Repair bands or Iclamps shall not be used to repair broken pipe, WATER SUPPLY Water supply for filling, testing and flushing of the new sewer mains may be available from the existing water distribution system. However, the Water District will bill the Contractor for the water used at their current fire hydrant meter rate. The Contractor may provide his own metering facilities to the satisfaction of the Water District or accept the quantities estimated by the Water District. I I SEWER GENERAL NOTES. (REVISED09126101) 1 ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE SPECIFICATIONS OF SODS CREEK WATER AND SEWER DISTRICT,ALSO REFERRED TO HEREINAFTER AS"DISTRICT" 2 THE DEVELOPER SHALL FURNISH THE DISTRICT A COPY OF THE COMMERCIAL AND/OR SUBDIVISION PLANS APPROVED ' BY THE GOVERNING AGENCY PRIOR TO ANY SEWER MAIN CONSTRUCTION 3 PRIOR TO CONSTRUCTING ANY SEWER MAINS,THE APPROPRIATE STREETS AND LOTS SHALL BE CLEARED,GRADED, AND STAKED BY THE DEVELOPER AND ALL EXISTING UTILITIES SHALL BE LOCATED BY THE CONTRACTOR 4. FOLLOWING SEWER MAIN CONSTRUCTION,ANY REVISION OF ROADWAY OR EASEMENT GRADES REQUIRING THE MAINS TO BE RECONSTRUCTED SHALL BE MADE AT THE DEVELOPER'S EXPENSE RECONSTRUCTION SHALL CONFORM TO THE SPECIFICATIONS OF THE DISTRICT ALL COSTS FOR INSPECTING SUCH RECONSTRUCTION SHALL BE CHARGED TO THE DEVELOPER IN ADDITION TO THE STANDARD CHARGES,AND SHALL BE PAID BEFORE ACCEPTANCE BY THE DISTRICT. 1 5 NO SIDE SEWER CONNECTIONS SHALL BE MADE TO THE EXISTING SYSTEM UNTIL COMPLETION OF THE BILL OF SALE AND ALL EASEMENTS OBTAIN SIDE SEWER PERMIT FORM SOOS CREEK WATER AND SEWER DISTRICT FOR EACH SIDE SEWER CONNECTION PRIOR TO MAKING CONNECTION BILL OF SALE WILL NOT BE PROCESSED UNTIL PUGET SOUND ENERGY HAS INSTALLED THEIR VAULTS, HAND HOLES AND LIGHT STANDARDS- 6. ALL COSTS OF SEWER MAIN RE-STAKING SHALL BE PAID BY THE DEVELOPER 7. PROPERTY CORNERS SHALL BE PINNED WITH REFERENCE TACK ON CURBS BY THE DEVELOPER 8. CONTRACTOR SHALL NOTIFY SOOS CREEK WATER AND SEWER DISTRICT AT(253)630-9900 TO SCHEDULE A PRE-CONSTRUCTION MEETING AT THE DISTRICT OFFICE AFTER THE PRE-CONSTRUCTION MEETING THE CONTRACTOR SHALL NOTIFY THE CONSTRUCTION REVIEW REPRESENTATIVE FOR SODS CREEK WATER AND SEWER DISTRICT AT LEAST 48 HOURS(REGULAR WORKING DAYS)BEFORE STARTING WORK. ! 9 CONTRACTOR SHALL OBTAIN ALL REQUIRED FINAL INSPECTIONS TO MEET PERMIT REQUIREMENTS INSPECTIONS MUST BE SCHEDULED AT LEAST 48 HOURS IN ADVANCE NOTES RELATIVE TO CONNECTION TO EXISTING FACILITIES: 1. CONNECTION TO EXISTING LINE SHALL BE MADE ONLY WITH THE WRITTEN APPROVAL OF SOOS CREEK WATER AND SEWER DISTRICT 48 HOURS(TWO REGULAR WORKING DAYS)ADVANCE NOTICE MUST BE GIVEN 2. EXISTING SEWERS TO REMAIN IN SERVICE AT ALL TIMES 3 ALL WATER AND/OR CONSTRUCTION DEBRIS SHALL BE REMOVED FROM NEW SEWERS AND SHALL NOT BE PERMITTED TO ENTER THE EXISTING SYSTEM 4. EXISTING MANHOLE NO SHALL BE CORE DRILLED AND RE-CHANNELED AS REQUIRED TO RECEIVE INCOMING FLOW FROM THE NEW SEWER LINE 1 L 1 1 1 ' 1 WATER GENERAL NOTES. (REVISED09/26/01) 1 ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE SPECIFICATIONS OF SOOS CREEK WATER AND SEWER DISTRICT,ALSO REFERRED TO HEREINAFTER AS"DISTRICT" 2 THE DEVELOPER SHALL FURNISH THE DISTRICT A COPY OF THE COMMERCIAL AND/OR SUBDIVISION PLANS APPROVED ' BY THE GOVERNING AGENCY PRIOR TO ANY WATER MAIN CONSTRUCTION 3 PRIOR TO CONSTRUCTING ANY WATER MAINS,THE APPROPRIATE STREETS AND LOTS SHALL BE CLEARED,GRADED, AND STAKED BY THE DEVELOPER AND ALL EXISTING UTILITIES SHALL BE LOCATED BY THE CONTRACTOR 4 FOLLOWING WATER MAIN CONSTRUCTION,ANY REVISION OF ROADWAY OR EASEMENT GRADES REQUIRING THE MAINS TO BE RECONSTRUCTED SHALL BE MADE AT THE DEVELOPER'S EXPENSE RECONSTRUCTION SHALL CONFORM TO THE SPECIFICATIONS OF THE DISTRICT ALL COSTS FOR INSPECTING SUCH RECONSTRUCTION SHALL BE CHARGED TO THE DEVELOPER IN ADDITION TO THE STANDARD CHARGES,AND SHALL BE PAID BEFORE ACCEPTANCE BY THE DISTRICT 5 NO WATER SERVICE CONNECTIONS SHALL BE MADE TO THE EXISTING SYSTEM UNTIL COMPLETION OF THE BILL OF SALE AND ALL EASEMENTS MAKE APPLICATION TO SOOS CREEK WATER AND SEWER DISTRICT FOR WATER METER INSTALLATION FOR EACH WATER SERVICE CONNECTION PRIOR TO MAKING CONNECTION BILL OF SALE WILL NOT BE PROCESSED UNTIL PUGET SOUND ENERGY HAS INSTALLED THEIR VAULTS,HAND HOLES AND LIGHT STANDARDS 6. ALL COSTS OF WATER MAIN RE-STAKING SHALL BE PAID BY THE DEVELOPER 7. PROPERTY CORNERS SHALL BE PINNED WITH REFERENCE TACK ON CURBS BY THE DEVELOPER 8. CONTRACTOR SHALL NOTIFY SODS CREEK WATER AND SEWER DISTRICT AT(253)630-9900 TO SCHEDULE A PRE-CONSTRUCTION MEETING AT THE DISTRICT OFFICE AFTER THE PRE-CONSTRUCTION MEETING THE CONTRACTOR SHALL NOTIFY THE CONSTRUCTION REVIEW REPRESENTATIVE FOR SOOS CREEK WATER AND SEWER DISTRICT AT LEAST 48 HOURS(REGULAR WORKING DAYS)BEFORE STARTING WORK 1 9. CONTRACTOR SHALL OBTAIN ALL REQUIRED FINAL INSPECTIONS TO MEET PERMIT REQUIREMENTS. INSPECTIONS MUST BE SCHEDULED AT LEAST 48 HOURS IN ADVANCE i i I � s I 1 6"x6" WYE 18"MAX. I 8" MAIN q� •e 1 q• q • I . . PLAN VIEW i i Rot hHill MANHOLE DETAIL 5°6 `ii Englneenng Partners, Inc. 14 14450 NE 29Ih Place#101 PLOTTING DATE DRANTI CH CKED STR SICT �� EWEIR MAY 2000 BLH � Bellevue,Washinglon 98007 PLOTTING SCALE FILE NAME DATE APP OVED C-2 Tel 425 869 9448 NTS 1=1 F \DETAILS\S00SCRK\SEWER\S-02 ' I —b DWG. NO J DEC-08-2006 16:00 SOOS CREEK 253 630 5289 P.02 z _ z J I r fy � r 0. O IL a jOWNED & MAINTAINED OWNED & MAINTAINED F3Y LOT OWNER BY SEWER DISTRICT 10' (TYP,) I DISTANCE VARIES -(PLAT UTII ITY EASEMENT)—i I z I I¢ COMMON UTILITY SIDEWALK W TRENCH (PWR, } '1CL, GAS, ETC.) I CURB STREET SURFACE I I INSTALL 1 7 I I 6"x6"x6"TEST 6'•CAP ;n TEE W/PLUG PROPERTY LINE 1 �� -------------------- 2% MIN. SLOPE 2007 MAX SIOPE 6" PVC SEWER ��ff(( NOTE SERVICE PIPE DEVELOPER/CONTRACTOR MAY (TYPICAL) TEE EXTEND STUB SERVICE DURING (TYPICAL) SEWER MAIN CONSTRUCTION 8" SEWER MAIN (TYPICAL) ELEVATION 1 . Rot H Nl I STUB SERVICE ��°p5 " �•- �-� CONSTRUCTION DETAIL Engineering Partners,Inc, J__�^, ;F? UhaWry :h:CKEC U C DES^ 7 P&14450 NE 28tlt Aiace#707 SE14ER Bellevue,Washington 98007 dA'V IJARY 2007 Tel425 869S44B G - F Li naMp <x\srye4� a Z�t f DWG. NO. $-4 TOTAL P.02 STD 24"0 MANHOLE FRAME w/ LOCKING LID 20"MAX ECCENTRIC CONE —_-----_--- UT a a a v D D v SECTIONS AS NEEDED 4 ' BASE SECTION— NOTE. A MINIMUM OF ONE ADJUSTMENT RING SHALL BE INSTALLED BETWEEN THE TOP OF CONE & THE MANHOLE COVER. Rot Hill STANDARD MANHOLE DETAIL 5°°S `R� Engineering Partners,LLC 26001161h Avenue NE}J1D0 PLOTTING DATE DRAWN CHECKED_/ AP VED TRICT 4- Bellevue, SCR 9N`' OCT 2003 DSH (i¢� Washington 98004 PLOTTING SCALE FILE NAME DATE APPROVED Tel 425 869 9448 NTS 1 =7 F \DETAILS\S0OSCRK\SEWER\S-27 vol DWG. NO 5-27 71 i HORIZONTAL BEND VALVE ANCHOR PLUGGED TEE J L ,J\ L TEE OFFSET PLUGGED CROSS i2-1"BARS ' VERTICAL BEND ALTERNATE PLUGGED CROSS VERTICAL BEND j STEEL SHIM PLATE y NOTES: 1. ALL CONCRETE FOR BLOCKING SHALL BE BLANK PLUG FIVE (S) SACK MIX 2. ALL BLOCKING SHALL BE POURED AGAINST PLUGGED END FOR FIRM, UNDISTURBED EARTH FUTURE EXPANSION i RothHill CONCRETE BLOCKING S°°s `xee� DETAIL Engineering Partners, a� 14450NE 29Ih Place Partners, IncI PI-CTTING DATE DRAWN [i-[ K�� AP VED DJSi -p p\ MAY 2000 BLH p�� Ir SEIFEF Bellevue,Washington 98007 PGCTTiNG SCALE Fit,E NAME CAT' APPROyED Tel 425 869 9448 NTS- 1=1 F \DETAILS\S00SCRK\WATER\W-01 ) 1 DWG. NO. N!—� CORPORATION STOP MUELLER H-10013 (IPT) OR FORD F500 WATER SERVICE POLYETHYLENE PLASTIC 1 PIPE WITH FORD NO 72 SINGLE OR I STIFFENER INSERTED IN DOUBLE STRAP END OF PIPE SADDLE (1PT) � IIIIIII III �� -- COMPRESSION PACK JOINT FORD C16-44 (IPT) PACK JOINT COUPLING CLASS 200 OR MUELLER H-15454 CLASS 52 DUCTILE IRON WATERMAIN PLAN CORPORATION STOP COMPRESSION PACK JOINT COUPLING WATER SER`nCE I 10't STIFFENER INSERT SINGLE OR DOUBLE WATERMAIN STRAP SADDLE (IPT) ELEVATION NOTES 1. SERVICE LINE FITTINGS" ALL FITTINGS SHALL BE CAST FROM WATER WORKS BRASS CONFORMING TO C800-89. 2 MUNICIPAL SERVICE PIPE , IRON PIPE SIZE ID ASTM D-2239 —SIDR 7(PE 3408) (HI—MOL PLASTIC) WITH 16 GAUGE TRACER WIRE R O�h H i I I WATER SERVICE CONNECTION 5°°S `l? ONE INCH Engineering Partners,LLC 2600 116th Avenue NE p100 PLOTTING DATE DRAWN CHECKED/ OVE DI CT 9'F 2003 DSH .4 Bellevue,Washington 98004 ,SEPTG SCALE IFILE NAME D TFg/j APPROVED �/�� Tel 425 1169 9448 NTS 1=1 W F �DETAILS�S00SCRK� ATER\W-15 �lr3� jj^ DWG NO. yy-15 EXISTING METER NEW 1" HI-MOL PLASTIC PIPE, CL 200 _ TO WATER MAIN t _ --------_- -� .1_- --`_� TO HOUSE ' I EXISTING SERVICE PIPE TO BE�— L———``—J EXISTING SERVICE REMOVED (MIN 2' OUTSIDE ' NEW METER BOX) AFTER TRANSFER OF SERVICE PROVIDE NEW METER—/ ' BOX (SEE NOTE 2) PLAN VIEW NOTES• 1. BRING NEW WATER SERVICE INTO METER BOX AND INSTALL NEW ANGLE STOP, ETC TO MATCH VERTICAL AND HORIZONTAL ALIGNMENT WITH EXISTING FITTINGS FOR METER RECONNECTION UPON APPROVAL BY OWNER 2. 3/4" METER SIZE, HOPE METER BOX NO. BCF111812BXL 1" METER SIZE, HOPE METER BOX NO. BCF132412B (METER BOX NUMBERS ARE THOSE OF MID—STATES PLASTIC, INC METER BOX COMPANY. USE ' MID—STATES PLASTIC BOXES UNLESS OTHERWISE APPROVED BY DISTRICT. SEE DWGS. 17 & 18) to J Z Q V 1"MIN - 2"MAX. FROM INSIDE' r -- co o N E FRONT WALL OF METER BOX (TYPICAL FOR ALL SERVICES) 3/4" ANGLE STOP W/LOCK WING, FORD COMPRESSION PACK JOINT ADAPTER NO KV 63-342W OR MUELLER H-14259 MUST BE CAPABLE OF RECEIVING 3/4" OR 1"ANGLE STOP WITH NO ADDITIONAL FITTINGS I NOTE. 1 DO NOT BACKFILL UNTIL ALL BRASS II NEW 1" HI-MOL PLASTIC PIPE, CL 200 FITTINGS HAVE BEEN INSPECTED BY THE DISTRICT EXISTING SERVICE & FITTINGS SINGLE SERVICE R O`h H I INSTALLATION DETAIL FOR NEW 5°°S `R� SERVICE TRANSFER TO EXISTING METER Engineering Partners,LLC 26001161h Avenue NE A100 PLOTTING DATE DRAWN CHECKED V D D15TR T 4- SEy1ER p1 Bellevue Washington 98D04 SEPT 2003 DSH Tel 4258699448 PLOTTING SCALE FILE NAME DAT APPROVED DWG. NO. W-16A NTS. 1=1 \DETAILS\SOOSCRK\WATER\W-16A - r s REMOVE EX. WM AS REO'D DI CL 52 SPOOL LENGTH AS LENGTH AS x LF REQ D NEEDED NEEDED MJ SLEEVE W/MEGA—LUGS ' PROPOSED UTILITY—\ (SEE NOTE BELOW) EX. DI OR AC WM — — — — I — — — — — — EX. DI OR AC WM ' VERT THRUST BLOCK DI SPOOLxLF REO'D W/ REBAR STRAPS (TYP OF 2) (TYP. OF 2) 45' BEND (MJxMJ) PROPOSED DI W/MEGA—LUGS CL 52 WM (TYP OF 4) ALL BELLS BETWEEN FITTINGS 12" MIN. VERT. CLEARANCE SHALL HAVE FIELD—LOK GASKETS BETWEEN UTILITY & TOP OF WM UNLESS OTHERWISE SHOWN ON PROFILE, IF CROSSING GRAVITY SEWER MIN 18" VERT. CLEARANCE REQUIRED (SEE NOTE 2 BELOW) NOTES: 1. MEGA—LUGS SHALL NOT BE USED ON EXISTING WATER MAIN PIPE, IF EXISTING PIPE IS CLASS 50 D 1. OR A.0 PIPE. MJ SLEEVE TO BE INSTALLED ON CLASS 50 D 1. PIPE. ' TRANSITION COUPLING TO BE INSTALLED ON A.C. PIPE. BLOCKING SHALL BE DETERMINED IN FIELD BY DISTRICT FIELD REPRESENTATIVE. 2. SANITARY SEWER SHOULD BE LOCATED BELOW WATER MAINS IF POSSIBLE. GRAVITY SEWERS MAY BE LOCATED ABOVE WATER MAINS AS LONG AS THERE IS 18" MIN. SEPARATION AND THE WATER MAIN IS CASED FOR AT LEAST 10' EACH SIDE OF THE CROSSING. 3. PRESSURE SEWER MAINS SHALL ONLY BE LOCATED BELOW WATER MAINS WITH 18" MIN. SEPARATION. WATER MAIN SHALL ALSO BE CASED FOR 10' EACH SIDE OF CROSSING RO�h H i 1 i TYPICAL UTILITY / WATER MAIN S°°S `R��y ' Engineering Partners,Inc CROSSING 4 T PLOTTING DATE DRAWN CH KE AP VED ISTRICT ' MAY 2000 BLH 14450 NE 281h Place#101 4 SEWER Te14258699448 O ' Bellevue, 99 lon 98007 PLOTTING SCALE tILE NAML DATE APPROVEDd48 NTS 1=1 F \DETAILS\S00SCRK\WATER\W-32 ,• owe. No. W-32 N n A` 'd 8g g'x A�4 $@@e ^fig ^RBo.^. n e;p: �hFr$RF g3RAAR$Ex g�'gA �R< ""x ;,k3,� %d'b�F ,4 Y'f 2,( c' �434F 9 O gnoR> "-g' .'a C!�mn 2-0. IRA- ^n �`t� A.. -gym FTnv: a« g. mkFFy= cg a�^fi Z ga � 04) '$ gvn' $ FgR€R' $l k➢^-d�ga o"o a;'°g Fugq-^ ^#�t R8 " asF •R'$s .° 6A 4 RA°� o q pg TIT c 48R a E'1 GE'y^q `^Yg"£ `�g�p7 -' TyB$Sa AFR >€ psmgF ab"=1 p.m Am •€ sRni wAtR s z a a.e$R ?rRFso�a,. 4k? qqgg�•g: R �RF a^^;x ' '� q$ s�R=^ F: R §3gg$ Fs£ n4 =z=Rg '�oAign^ oE�o fq.^,b� �pW4aR"AAgueg gb E ? �F'q^� b=� OA F3 �`.^� a o�� 4 bso 'E . `;a •%F8 494 g5g°;; so. i"^=�^ a R� Ro % m��. �fl34�c: °gmF Fagg A $ w;YN bgg�r, q :a p'gm AF.%"RSg a =A '^bk € A4A Z z s a Rg `i= % A�a4 ^�F :...g _ `9g^ $F^b, .i= A>o"A $B� 2; R� m§ m^a-z m F F m,•^ fig,= c '@ ^¢Fa"^ gPg1F gp gR¢ $&� sL• ga as N s sR 40� fiF gDm� ��Rg sRb€� � ^4• �a 3a<$ FCF �^'^$ ., �� RN:$ • tom.` gp '^ k": N^�: €. io4R2 4R oo^" '� :� q^ q$gq c A -80 q $'A n-ayg �sRos' '_ a ^x'6 °��° b,a m� R z� q-'A' FAA ag=;; ��q�� gzj ^'gd €a a R$ a �b P. 2M uA€�� �.$ NSYF°R R'bb$ $ S:zc "i.�u NA :`:„ a9^q'g �'30 �' :g^g RA=.=, F-A2, �g g� =Fa �aEes $z=^^. ,-s A2� k= '4oa Feag. R RbAg $� Aj "�� F'�A Aq,P P� a.�m $M'v =RR &�?�Y ; o SgRg k; 'HSS pP$� Fh a z FBF gA;"a bn� g MINA. og�� k Aex•:, "'g r��" - a � b �:?: =� $$08 TAB" 9 Q;•gs ^4 F a '& go p. s� €�• RS R �Fz RAC. :g si Bk R:•,E �. ^ a R;xs ox n^b4 ..o- gAA � $ s°: €Ro:F �e8' '^8'A i=�z �ioi ?:€�,$�xY €g £R RFA t � 9 Y•%� t=H E>" R N R Ab4^ m ^ v^yi: pg $oR",= r;^ R :€� ,"P "x�.yy s •r^Aoc },4"..nF "> a%`z m °�?mg^ Y;�,,a'A m.�AF ggA-T . 5u^ gt:fon F57 :A. , F. R`z 7 = e aaa c >;gg s o�a�s Feo"�$g � R o R= 09 H= 9a $n«€ A �: �^ €", k D'R a• y F $ "^ - g'j% ob.: =RBBi A°s ,'nnF "�F€ €a44T ,`=,=" 9g "$T ,q�{ e Alf" � � x.g Y rc'm =3R'� F 5 9'�''RR q$'<p m Q.A :Yj =` g—U ^k 'a.�� - g*? A ^xg' .:� `Rm C y"q a30 `4�g ns^ RRgb R,�Sm Ft ma "T gp$z i"='^ c gap^ag R,'',g.E n9G �."� a F N kb -g-" o > R a n "gym^-- ^_^ g3is 8dq '§B as» .', € "_^ 5 SR., gy 4 jN^ Ao'$m 5 is `='"d3e.F:-�'>$ 4,$ n^p==� $n y°-o'g 8=g*xx R 'a g$g•^,g $9�_x s " fig$ F��z$ $n^ A x.�e^"=,, �, a$ $ p^A� A zoo p Aga �� u! � o^ t MA oa. ' aA:"a g-�°sF €-, g..E; ;km.= � F� �;^sxF a F^ $$� 42A ;o&A �;>? gR:.°,o^ ob� q$?Bf �`R gg90, •qA. Ak €' ,B Rg°nR AyR°:.�. gEA= ^p ^m-` R_= ep b��"i ?s '3F°^ g°' Y'p mRN .^.'.q. 'gpsx^i.� ^4�(m ��$� A-Q`iFR^'$^c R $NANm `Pa z•? 4°"sAg AAmob F" mF' Rg'yFA R'fa`Bag" BM- eg-q ='15 pg31: _ ? p..kAp FRF r, a^' _ -VAXzRo AS Y" IRgg F^'='i^ n$' - g^ =�° a= X:" s s�� =RA q� ^ , %y -^m: >" �^sg=_g$b^•�`v ^TO R= � F, k m; AgA. $AsN b 4-AR .s�b;4 BAR ism^.W ^+S➢RR=mRRs A °F%S %SSA Rq �Aa �{a�RoR i Y;=-gb 9 ai'� Poo -F€3 a" r 8R gF3 >5$ $ :$F>o=bA°Ra _=A 4m YPa f,BR� 4A==0 i^ o$-$$"q YF g9x if AA $BY "m>'^nsb� - s$i FR AA'<FR •o '^ ^ "FR R e ^€ a 3 $Ac�'4 Nj$ sT€Qg 1 x rn 0 z A m v c m v 0 z m � x D r T VJ A D r m D 0 0 0 A O Z G1 r { k SOOS CREEK WATER ! &SEWER DISTRICT 5 4 WATER MAIN EXTENSION N n t scaro N CONSTRUCTION PROVISIONS �^+�• xn ro�nu n ,,,, •* mmm°wrz,on+iw m vr.mc.; •°si°n em .[.ue r�.°es\wcux�.+nEµw-mwo.au«may ve r p Y a 2H, p��^F AVf2xi " S^ A A A o u ^ e n m > 8• i FT— ^3 Y -YYR AF Vm -gin 9 'b'b g Pz :R A7 f" p9 b9 m F.,'snn€z'< Y €'-p€ 9k F�gfis o o�u" gioYas��a F o4sapa eg� ��L1 �� 'p �'$ J9F?E F' qs' � e ea ^;:€='s��" � aa�AAb� k^E � A ' £ag n'a =� a ;a5c A^ qo o $ g a€€F R F a: 9?aA�E�£ y w g.AA, 3>z= I> ^ Fo- $At ^FfP x Y Y<A x °{ A Ys ;:SF`<°j F p pmi.c _ ? i9� �X � € "R OR -b ^ sz a RA �� E€ €'£ q�i� $ a,�agA: 9 t A T °a ^"�= ng <A � ^F mA ; ap ggFa &"^'E��€ vq"A7 �>§ m§'�f ° R 3 m tea' SA; qNN v'uR "paR aA a� ^4 � o �'- FR g' . ?; 4p °A Gp ° % a% �;q? m=$ e §^� u =" pm Bs " ;a A ag° °n $� J V Fi4R ? S a b €o oyaA Y R�gAy ;UI �Y oxn2N o$ ; Fag8 smx oo . gq'q i. =rE€gao bb�m� ip kFo FsbR' AYA°YF, G ,q B� £: �3 a 8"• R b {A 29A 2 FQon^Aq FF 8 x;$> YqF :Y A aF 0 A $ ^_ Hxa sPERD°P Y4�� AAmQ £€ ��� w �b o;? A m Az _ qq3�a A,Fox ga. °uYq y R n leg A?Az9 'Roy Fi,�g-^ gh nq4 A < 15 F ' A §° gp: �Yq e,,;P,°m "F :oa76€of £ ''F 3� .vm S 7� A z 4A3 A `cJ F p,= Nt°� y y3b 4 'q8q min 9� =Nq s Y "aq 8 y �a �A �Y,f,B :E>gF'^b xxRg AAA :�$'',A o4 Av v FR � oR'AiR€R> "Ra> k'= "Q=: q,€ Aze gfg :§ r AxFq i '�-" n i4C4 _ Ago $8 Y [> 9Y�Ao€ y^„ x £- ga R v u^x ? . ^A�€ R C AR n n o " ' k 8 •^RR$> &„ ;^9^ <+< All A $9ao;o D s8 AY " ,k"NRfn a "5� yy u:� AxaRA x= "b g 4A F$ € D ;? AA$ A " $�$'.5 Re. S4RA m a EA =�oA €¢ ^9Y e's $o Q p $$ RP iN :� 5 °nab 5 �° n T24 p ",^m, X Rc�oo o eNo ° g� P " aY"As6n ^ Ao" R o € sA`"_ ^= og RfaA, A,..a A F peq pa $ }$ z $;€� ab mY. aY� egg cF�T �a8. Al ak $ x "gszaR %Afi z m§ F.b�4A f90'Q 9 Y RRY 'A nFY �WYq-aF q9 ^ °bFMY ,R" 2FAJig gWa R% a Yba gR. R A- $ g kEo $ ,iie YRR1a w 's's� S z "Anp'T a �asa � � €�o.d$N. Y nmE =k p gg R gpsSgAxg R82%j NA p RE�Sp as �ReA dfc"RN2 �3 m R sh R ^ ° tAA g' omm� g ���p" § _�' oR" F^ ;Ja F6" Y oy5o9RS - Y N U, _ op°� lsxe" m<y $Y 9z�E A-';T Yx0 ,oR€�eAE °$i=F > Pq"xA" _o. 4°' §'8 a�Rmk4ax n RU.gz R n��h"o � '"" 9$?: Fp A L "Y-$'b "64 ergo' sp n9R A T A "€': $ E kig AkRt 3 aR� AF.� yJ6y' b ib§ia ^ ` ^ ~7Ks°R m p 7 CFa9 "€ 3 =iA s' S°4 nv^ mad Rj�.p k R^ 4o ^�Atz PE6AAEAF E E_ qwe: .L � � - Rx' RN '� � " s=a€-'VGA a ,�" a ^aea s ° =g: > An u aog^ 1,;- a q €��E nm oA AbAARkp^ r ` 4$q� � R ahFoF > °p§ ' soy= a UN,a Y t € _; s o$Y €bn�gi°_'o xjg^°; y y R, °gRN ss R a"_> Y 5zA-- «_ $ ` a _ € `� „s- Y €Yc$ ^ JAY $ ^r E z€ €d € I^=" z' R vaa€;. ' 2-9 G ; Ran 'BRA G }a; Ra gR& Ra^ S Z oo.ma v,m, ocNOY 8s° _ R'l.,`A"°,'e11o" ab 4 '5 $8' €^� FahnAAp '€€^kYRY=gq 6j_c¢� R.- qn =Rg ?� «qa ^°qb ;z-; m €F'n nY i€boyy9=^ a R' °ak s gGGd &ZAG "'= 9a«m.A 't"4R >'? E;-", rD- ^€b af4$�9�'= Y q�'o S.Yi�b A . `� Y g �4 A- xo'x" g'F3 A"z mb mY' aBfR>4Yf €"P°> �g x- F£' x �S2 '$Y€ "' bop YA _9 R§o s7 R AiN o ��^ oF�i m $ gY A€ 9 0.a z 3g9p-!F § aAF: f�7+ m R' Y� $n bA JEs F Y zt h� > D s�U H gol s£q° € gg Fd�kR:;A`La $A,iYRz�Y R �°7" a lT3.p oHA ag Ri x ^ p a ;? e p F ag € AQ gi.W4 � " >'ii 2 ogOs'RF 'Aa�tRs E SOOS CREEK WATER ° &SEWER DISTRICT T N a WATER MAIN EXTENSION rr MATERIALS&SURFACE RESTORATION 1, ere ^°« .o r' .. .... uem,nrw mau £ N n €a66 , 1 F X-EHI s"AAa� vm z [ ;E€ z° £sysasd $$ AE „ �_ P " xndf2A4' a pa �gR ` �F"s` "€ gg 4 £ ° $ €4 S 8'�_""'S. o £,r,r,, n a 7: F 'a =,y iW 2' S~ >4a. PUP .sx a 49;1.1A oN. 2H 4 3R. m qa=.$ =4 „ �� jj Aa a Wgi s'gg�4 " �F =�. nssAA, � ,q' ?°_` ?'F„€ �Ir4"fl crc 8c4">�. Re,c .� '> €�flc ti p `��" S '^ A € A„aa€F 'gR,o7-F €� gas x-As x49"s£� q °.. 4 a>„a Rig �{ A„ I`7a 4a.a � R A a 5€ g - ;?€^ ,s ga . €gym Y € " 9 = w s xANXI Apa si 31 w „�!$a g 0, €� c�Efl S;m„ £a .Fx'dJJjp aaF:A pojg m � � a�"a € R�Sa :$'_: �d� Fp $a"fig fix 4 € „�� a= a� R � ��P €s,$ s s F a VFU--I; ;'S— gar, -r" s��� ne :Aap�oag >� &a $ ax A�� g 'g� � �� U l „n^ o X:XP a =" ^CX2g�sg �€4 will � ;„< 6 a a'A g =ea § s m F$ w s�mfl� $ a s s $Sg�o A �^ SAE a o t? � aR A`= s a-^a"a 46�w = s€ "= ava$§E a9s � e gF€"2 e '� e8. ya^ "� o £s "$ttg s t £i s a ," a eR €5:ga ;A, $ £ ab$>a sfi" ��" € � �"` R R� i €g°8 WAN � �$F g�3 ARIA k a „�o s, €:$R = A$ susoa z^ o Agar F, aka ;Pei '$£ 3 _ Aw Ta APAR € jHv °=a>s $ =a p P n s Q� Q 4�¢ €;� za flA$ a se 8xua a A As £ og 4TAx �R> y4�k RR�v =44 Rfl4 6�no #c 4 8a fg ^ ^aa . g $ ;3" s ^'e as xe F °sa� ae �„=.g a9Rg" _ n� io €qRPa= g � a $^ g Ae 4;sb"a aa $ $$ R $ zAp X9 0 lip Aar „ : 4 � � g €; yz� __� �a€^ss E x I:€ ^ 4a$ ase HA � HH9-- C '9pya i T24IX Ro•Rg.. f oS m M2 2F,4 p A A n § ` R.^E-`= m Xh992£€ �„'„P 'fl g sing l OR k,; Q? P FF t;RnS �> M y'$o a 'w€ A$x $` w ^ $A-Agg' R€ 4 1p jq R m 9 9 §N m'q$ $ x�; a "4 „Rs N A fi $t ART aA� g a€A 'm ewa"-� 'g. P �1�63� � 'aP JAM A$ 'gss g , a s " m� �^ gp;R 4 Rua 2 P €4 w E„ P yQ Pegg fl;^R'gs:a _� R��T ' €4 g-'= � w R"Ag � '� X^a .CHI € ;; s R'-�A2 s�P gm " _ €9� �;ao AID €Ip gs' 4xstig` Ay s" Aa� ��� sg fl�n� ��m`=£a€�"" g�a FUR ¢ $ R&4am�$ € X k PvaB� 'gR Rig £ €€^,s $ v P - xe £ qm€ � "4 a Y %g tgn�i ys R Aafi gg " 6 cgs s moa "> 5„ � R?"R .+ € R R7 �eR w4a4 a°Px a R. a s _� R s 40; ; a£ :Xa, Rs � y $€ y eFEo A s' s' s'a of r"s p 4 9NS 860".1a€-4 g qa 4� R UN.Rz E w' Vw �E" 944q n'i £t^ s EgY � �� €� 3Ptgx " ; g�8 � p Z P P SOOS CREEK WATER a ' &SEWER DISTRICT 5 a PROJECT NAME m v SEWER MAIN EXTENSION "9 n CONSTRUCTION PROVISIONS e,Z••10` "° e e o/ /e> r[r nr[n\�vT\xmue\xYr\rw-rrw wvy rrw w ed w oY^ ^_ F aOJs.9a _7a > ga m ag a 6os' Ls�' a Ue tggjl RAE :A�€m o R$a R$ � io n @,F;fx ? F,g ?$ tt a abF<� m r € $ Psseaana aq $q�£ eR€ � ao£a" a$ st o$ "A €43Ys Ise 9y CO) ;�4$Mg R o A. N6k aYg $Y'. 9R-� s H4 Rn.� q��;aR�"q � d` 7$Rq �' a€ �: > 84Y��^ ag Ie5 € ma gay 5^A a sG�As A €€� y € €A'E qA€ gA y£y R q„�. j F F' € q(;> io R�„o' g Aaa 5 7 gg mf? ?A F"F� �$$Re ; p� o" noFNg ;a Rm� o a� R ^Ra g n� s $ v � €€ :$a? eq 9 p= ryam k psi a? s R A<q $ sm € "In� € „.eRn a a „ RE€a a "?t Y „a a ^ a$g "co mRg ijea.s �m $- 251 ,T s$qg "� m$x s 9 00.21€mR£ eR� "Q q r$g$c u� � �&& � _ It g^�sER '.82 p a � 4 afS a $ R R� ga $R B;�„ € Ra€s ass �; € € A€,R a & i � € p R s$s o c "s€ oaf o � a5;R�pFs € R^ €si x a RaY A "aA $ €11e Boz a="^ R� =z?„nl =ems $ =-„B � �Y� ��N� uanx �7 ! W� Iao�at� A +� t;F. A=.3 F�.R„o qS2 R r 40„ > G^" L $:__' X.v g<gg amz u$ x rzR =�e„ €s„ a < "s q �R uFAona '93 #og „ R24 A a;Y $ €€'s s as f 'w § €q AqR R $ A zFw $Ya RY, aab. Emr€R RRRaa � € RGYy °E$ Qa"E bF p £ R,Ro£'$��s�9�` $ iv fi�gtta?a a Y880€ c"��a$ �€; g��a QRaRR• ;�a Fq: ;�� ° �Ro=�R gA�q �� $�� os$q£. �3 =� A$s ss q'q4 $ < 5° �}H x$ ARAM _v mu % Y p€gl 1 # pi19 t � �� 9� � y Q g s bt w xp £E'"? ? �� '" 4 q „ H$ OR g R ?> O TI H o g % i$„ faa BYE $Z'S$ Fiia�o;F6Y'S'"'Y €^'Y�a� 9 0 �1> by $ 12t up$oR•$ p (7 SI a HHR W 4 :," =tt'�� s °sY f 6-.$I $W`Y�U m "R ->9 m aff`91 m # a n € Y y ` � € -mo! mS $- t Ras m € _ €$ $xa qsg m XA YRm xR�€ '� : € .aYe"q1tRgssgaa gsRYR� ° q °$ $ A£�? € s„ BR $ F ; z $ E E�-,yF a a;$R - -q$ tt C" F PH 8 q RRB $ma < �Y U ax R#� p•2R€FF> ?=,-!'3 9 '$ g. 3iA�Rx> ax b�mgnR°s�T1; RSi A e r A % € p g A asgb aR $ �� �a = RgRR'aps a$>� $Ra� s� 8 E€ €A �JX16 $>m! ■n x " � wYas 7 9 g d How e���>SR9oq v^ 4 tPA.t R�„ u j'SSF � j AAli 9 ef Mc b'gibCR9 qRM gO!HrA,$ g y Fr E A A 1 q' c8 3, 'Cie $ 8 �'�ggRFR n2? inp s' SA :gRBR o • #$F 4pO 121 ggggf�3 Rg" %R9 g3 OA�Q pA2p $ � n�YF €€R agn:a�yR � aSMRAB€ Al ip HCgg Y�'dRgq RRQ�Ypp }�»R MOM 6 4 R a I ; e SODS CREEK WATER " 6 &SEWER DISTRICT F PROJECT NAME v> SEWER MAIN EXTENSION w ' MATERIALS&SURFACE RESTORATION ^s a•• °., WSDOT STANDARD PLANS Drainage Structures and Hvdraulics ' B-55 20-00 Pipe Zone Bedding and Backfill Curbs, Approaches, Gutters and Sidewalk F-1 Cement Concrete Curbs 1 1 1 1 1 1 t 1 1 1 Upper Mendian Valley Crk Culv Repl/Fielding A-3 May 23,2007 Project Number 05-3012 I ou OK a n e am 9w ~Zau `� �WIQ Id yd =w 6 '� N p p W z _m Cm a m $ uyo �� wi ZZR. 22m p m zy� ago ��y pPOQe w a ek z C W LU ! D so p W wzw ZW 6' = v (Am ; b VW G o.<i >ioh H O 'I►' o w Wa 3 O d U) d < ' ms 1 K C WOO b Dr > LL KKh V C >LLio W Z� ¢ O� y9 ° oQQo o �rc Lu w mL m 1 mrYuu w 0. w LL U ZU Z w pooa o� d aOSiWVA p ` W w ff,, u raa�saiavn : \ a_ U' 17/ `x�J- wwo W YwQa pUvl mOO WLLy� UJWw VUVpRN z� VUJ W zZ W I zLU < m iz Q Zs Y•.L ® V r �W LLd � ��S 0 ml e V aypiv V L G�i des dL+ .ZL rpx-0o w 0 0w w W i LL Id�e 6 z > \\ z j o v�a r V oLLI a m N �• �V LL pp 66 O> 0� e_. U Z. U. ¢¢¢ o u w at •« .B V $ o o I7 e a ~LL LL m z oz' 0 zw wQ w x �— L—J aW my tiF Qd z > N _, . Y Z w 6 [O 0 V a b w•-a p� H W Z < m 0='Q cxia C b to Oc `� rc y °La U < W z V r w Y o I I w of 6 V 4� z L) � LL Om z z �L m 9 U o p W V °d f0 w m u LL LL gm O, >bw a V= 09 4� �V y OV a W 't o C W W L.) w >b i-Lg (�!•. ry l SL j U d/•9 J /�' —�- q V a . FU '� ✓� . G~ d .9 �I �o0 Z! O <U z�6ji m n0 ai Q IaN C U O> ZU U N 12 W O> m LL wZ $p rc f � 2 § z �� | ; c ©a . o] © \ f / } ( ` { ■ , / i ;0 2 } ( ! ) i , , \ § ` & 7 E2 9 k \ k ) a z\ ; \ ¥ \ \ \ ) ! , ■ �a ¥ k \ k k§ a � \ -Ouj m ; e ! ! ! 0 ( �0 Z;§w m � § ! ■ ■m�� Z , , , . b &] \a 9\ §3 § ) t { ( } } jo 22 bkb - wB w y: \� �\ 2�\ ui u§ IL X. �_ \ �z` ( ` � f| § !- � q a - a __ . CL @ \ : 0 % S, § 2� 66 . j (( ~ k ( /° ! » 2 $, ] (� , ,� 2 6 , 6, ) �` . a U \k �00 § ° \(( | �` o 2 ,! (!u . uz , || \§( E ;!© ° ;!® _ <! � 4■ | �§ !|« § � ! 7| § � GEOTECHNICAL REPORT t i 1 1 1 t 1 i 1 t t t 1 Upper MMendian Valley Crk Culv RepVFieldmg A-4 May 23,2007 Project Number 05-3012 i GEOTECHNICAL REPORT Upper Meridian Valley Creek Culvert Replacement Project at SE 23e Street City of Kent, Washington HWA Project No. 2006-018-21 Prepared for City of Kent January 12, 2007 HWAGEOSCIENCES INC. • Geotechnical Engineering • Hydrogeology • Geoenvironinental Services • inspection 6 1 esting U HWA GEOSCIENCES INC. �1 Geotechnical &pavement Engineering • Hydrogeology • Geoenvtronmental • Inspection & Testing January 12, 2007 HWA Project No. 2006-018-21 1 CITY OF KENT—ENGINEERING DEPARTMENT 220 Fourth Avenue S ' Kent, Washington 98032-5895 Attention: Mr. Joe Fielding Subject: Geotechnical Report Upper Meridian Valley Creek Culvert Replacement Project at SE 234th Street,City of Kent,Washington Dear Mr. Fielding: Attached is our draft geotechnical report for the Upper Meridian Valley Creek Culvert Replacement Project at SE 234th Street. This report presents the results of our geotechnical investigation and provides our recommendations for design and construction of the replacement culvert. We appreciate the opportunity to provide geotechnical services on this project. Sincerely, HWA GEOSCIENCES INC. Z 1 Bryan K. Hawkins,P.E. Geotechnical Engineer 1 19730-64th Avenue W. Suite 200 Lynnwood,WA 98036 5957 ' Tel- 425.774 0106 Fax 425 774.2714 www1wageosciences.coin TABLE OF CONTENTS Page 1.0 INTRODUCTION..........................................................................................................I 1.1 GENERAL.......................................................................................................1 1.2 PROJECT UNDERSTANDING............................................................................I 13 SCOPE OF SERVICES AND AUTHORIZATION....................................................1 2.0 FIELD AND LABORATORY INVESTIGATIONS ...............................................................2 2.1 FIELD INVESTIGATION....................................................................................2 2.2 LABORATORY TESTING..................................................................................2 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS................................................................3 1 3.1 SITE DESCRIPTION.........................................................................................3 3.2 GENERAL GEOLOGY......................................................................................3 3.3 SOILS AND GROUND WATER.........................................................................4 4.0 CONCLUSIONS AND RECOMMENDATIONS . ..4 4.1 GENERAL.......................................................................................................4 4.2 SEISMIC DESIGN RECOMMENDATIONS...........................................................5 4.2.1 Seismic Parameters........................................................................5 4.2.2 Liquefaction Considerations..........................................................5 4.3 FOUNDATIONS............ ..................................................................................5 4.4 LATERAL EARTH PRESSURES....................................................................... .6 4.5 BACKFILL PLACEMENT AND COMPACTION....................................................7 4.6 EXCAVATION STABILITY AND SHORING.........................................................8 4.6.1 General ..........................................................................................8 4.6.2 Open Excavations..........................................................................8 4.7 WATER CONTROL..........................................................................................8 4.8 WET WEATHER EARTHWORK........................................................................9 4.9 EROSION CONSIDERATIONS...........................................................................10 5.0 CONDITIONS AND LIMITATIONS..................................................................................10 LIST OF FIGURES Figure 1. Vicinity Map Figure 2. Site and Exploration Plan Figure 3. Profile along Culvert 1 1 1 i Table of Contents (continued) i Appendices Appendix A: Explorations Figure A-1. Legend of Terms and Symbols Used on Exploration Logs Figure A-2 and A-3 Logs of Boring BH-1 and BH-2 ' Appendix B: Laboratory Test Results Figure B-1. Grain Size Distribution Test Result(BH-1) Figure B-2. Grain Size Distnbution Test Result(BH-2) 1 1 I 1 t 1 i 1 i 1 Upper Mendian Valley-234th Street Culvert Kent it HWA GEOSCIENCES INC. GEOTECl INICAL REPORT �- UPPER MERIDIAN VALLEY CREEK CULVERT REPLACEMENT PROJECT AT SE 234TH STREET,CITY OF KENT,WASHINGTON 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of a geotechnical engineering study completed by HWA GeoSciences Inc. (HWA)in support of the planned replacement of the Upper Meridian Valley Creek Culvert at SE 234 h Street in the City of Kent, Washington. The objective of our work was to investigate the subsurface conditions, and provide geotechnical recommendations for design and construction of the replacement culvert. 1.2 PROJECT UNDERSTANDING Project location is shown on the Vicinity Map,Figure 1, and general site layout is shown on the Site and Exploration Plan,Figure 2. I Based on information provided by the City of Kent,we understand the City plans to remove and replace the existing 36-inch diameter CMP culvert with a new 12-foot wide by 5-foot high, 3-sided precast concrete box culvert. The culvert is being replaced ' because it overtops in a 2-year flood event. The existing culvert is 57 feet long,with upstream and downstream invert elevations of El. 409.94 feet and El. 409.61 feet, I respectively. The new box culvert will have the same length and grade as the existing culvert except that the invert grade will be 1.5-foot lower to accommodate 1.5-foot of streambed gravel in the box section. Existing road width and elevation(El. 417.0 to 417.5 feet)at the culvert location will not be changed. To facilitate construction of the new box culvert, a section of existing 8-inch diameter sanitary sewer which passes below the culvert location will be removed and replaced in a 14-inch diameter casing pipe. At this location,the bottom of the new box culvert footings will be at El. 406.61 feet,resulting in 0.93 feet of clearance between the bottom ' of the footings and the top of the 14-mch diameter casing pipe. ' 1.3 SCOPE OF SERVICES AND AUTHORIZATION Our work was conducted in accordance with our Geotechnical Work Scope and Cost Estimate, submitted to City of Kent on February 28, 2006. The work was authorized under a Consultant Services Agreement between the City of Kent and HWA dated April 3, 2006. Our scope of work included performing two exploratory borings; January 12, 2007 HWA Project No.2006-018-21 laboratory testing; engineering analysis based on the conditions observed in our explorations; and providing geotechnical engineering recommendations for the proposed replacement culvert. 2.0 FIELD AND LABORATORY INVESTIGATIONS 2.1 FIELD INVESTIGATION On April 21, 2006, HWA performed a subsurface exploration program that included drilling two exploratory borings (designated BH-1 and BH-2) to depths of 26.5 feet and 24 feet, respectively, below road grade. The drilling was subcontracted to Holocene Drilling of Fife, Washington. The borings ' were advanced using a truck-mounted drill rig employing a hollow-stem auger. The boring locations were determined approximately in the field by taping distances from existing site features. The approximate boring locations are plotted on Figure 2 and should only be considered as accurate as the locating method implies. A geologist from HWA logged the explorations and recorded pertinent information , including sample depths, stratigraphy, soil engineering characteristics, and ground water occurrence. Standard Penetration Test(SPT) sampling was performed using a 2-inch outside diameter split-spoon sampler advanced with a 140-pound hammer. During a SPT test, a sample is obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches. The number of blows required for each 6 inches of penetration is recorded. The Standard Penetration Resistance ("N-value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance, or N- value, provides an indication of relative density of granular soils and the relative consistency of cohesive soils. Soil samples were classified in the field and representative portions placed in plastic bags. i These soil samples were returned to our laboratory for further examination and testing. The sampled soils were classified in general accordance with the classification system described in Appendix A on Figure A-1. A key to the boring log symbols is also presented in Figure A-1. The boring logs are presented as Figures A-2 and A-3. The stratigraphic contacts shown on the logs represent the inferred boundaries between soil types, and may be gradational in nature and much less distinct than represented. 2.2 LABORATORY TESTING ' Laboratory tests were conducted on selected samples obtained from the borings to characterize relevant engineering properties of the site soils. Laboratory tests included determination of in-situ moisture content and particle size analyses. Moisture content test Upper Meridian Valley-234th Street Culvert Kent 2 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 results are presented on the exploration logs, and particle size analyses are summarized in Figures B-1 and B-2 in Appendix B. 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS ' 3.1 SITE DESCRIPTION The project site is located in a quiet, residential area in the highlands on the east side Kent (see Figure 1). At this location, Upper Meridian Valley Creek flows in a channel, about ' 10 feet in width, for approximately 10 months a year. Trees and partially-landscaped areas line the creek. SE 234th Street is an asphalt-paved, 2-lane local collector, of 29 feet width. The road pavement is cracked and shows signs of distress. The following buried utilities are some of those which were identified in the vicinity of the crossing, and have been taken into account in developing the culvert replacement design: • An 8-inch water main on the north side of the pavement. A%-inch diameter connection to the house crosses the road about 40 feet west of the centerline of the existing culvert. • An 8-inch diameter sanitary sewer down the middle of the roadway below the culvert, which connects into an 18-inch trunk sewer which continues down the center of SE 234th Street to 132°d Avenue SE. The 18-inch trunk sewer is located on the eastern side of the creek, and turns eastwards at the manhole. According to an as built drawing prepared for the Cascade Sewer District, the 18-inch trunk isewer was constructed in 1968, and the 8-inch diameter sewer was constructed in 1973. 1 • A 2-inch diameter gas line in the eastbound lane of SE 234th Street. A gas service line turns south about 14 feet west of the centerline of the existing ' culvert. • Three communication cables are located a few feet north of the 8-inch water main. • Two power cables are located about 22 feet south of the centerline of the existing 1 sanitary sewer. Upper Meridian Valley-234th Street Culvert Kent 3 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 3.2 GENERAL GEOLOGY Geologic information for the site was obtained from the Geologic Map of the Renton j Quadrangle, King County, Washington (Mullineaux, D. R, 1965). The map indicates that the area is generally underlain by ground moraine consisting of thin ablation till over lodgement till. Lodgement till generally consists of a dense unsorted mixture of sand, silt, clay and gravel, whereas ablation till is similar, but less dense. The map indicates that the thickness of ablation till varies widely, but is commonly 2 to 10 feet thick. 3.3 SOILS AND GROUND WATER Both borings encountered asphalt and fill over native medium dense silty sand which became dense to very dense below 12.5 to 15 feet below road level. We interpret the dense to very dense silty sand to be lodgement till, and the overlying medium dense silty t sand to be ablation till. The top of the ablation till vanes from 8 feet below road level in BH-1 to 7.5 feet below road level in BH-2 The soils encountered above this depth consist of a combination of fill and creek bank deposits. The fill typically consists of loose to medium dense, silty sand to sandy silt and,based on the ground contours, is likely about 3 to 4 feet thick. The presence of abundant organics and decomposed woody , debris towards the base of the layer is indicative of original creek bank deposits. Immediately after drilling, ground water was measured at 11.5 and 11.8 feet below ground (about 4 feet below culvert invert). However, observations of water levels during drilling can be misleading. Actual ground water levels are often higher than those observed in a boring,because borings are typically open only for a short time, and the I auger used to advance the boring can smear the side of the hole inhibiting flow of water into the boring. We anticipate that stable ground water levels likely correspond to creek water levels. We further anticipate that ground water elevations will vary depending on the season and creek water level. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL The soil explorations show that the bottom of the proposed box culvert will be supported on loose to medium dense, silty sand with gravel, and in the vicinity of the sewer trench, with new trench backfill. Water is expected at about 2 feet above invert grade. These soil conditions will offer adequate support for a box culvert. The following aspects will play a significant role in the construction: Upper Meridian Valley-234th Street Culvert Kent 4 HWA GeoSciences Inc. January 12,2007 1 HWA Project No. 2006-018-21 Water Control: Temporary diversion of the creek and dewatering may be required to lower the ground water level so that the excavation and subgrade preparation as well as installation of the 14-inch diameter sleeve pipe can be performed under relatively dry conditions We do not expect significant settlement to occur as a result of limited ground water lowering to excavate for the culvert foundation. ' Excavation Support:Excavation is required through loose to medium dense silty sands. These spoils are expected to flow and heave when excavations extend to more than a few feet below the water level. However, sufficient space is available to lay the excavations back. 4.2 SEISMIC DESIGN RECOMMENDATIONS 4.2.1 Seismic Parameters ' Per AASHTO design guidelines (AASHTO, 1996), the acceleration coefficient,A, applicable for design purposes is that which is generated by an earthquake with a 10% probability of exceedance in a 50 year period, or a 1 in 475 year return interval. Data available for the USGS through their Earthquake Hazards Program website, indicates that the appropriate A value for tlus site is 0.29g. Based on the soils encountered in the ' explorations and the site geology,we recommend the site be characterized as a Type H soil profile. We recommend a Site Coefficient(S) of 1.2 for this project. 4.2.2 Liquefaction Considerations Our liquefaction analyses indicate that small pockets of loose soil below the water table down to depths of about 13 feet below road level (about 4 to 5 feet below the base of the culvert),may liquefy in a major earthquake. Although, buried culverts are typically not required to be designed to seismic design standards (AASHTO, 1996), the City should appreciate that in the event of a major earthquake, the culvert may experience some settlement and tilting and may possibly require replacement because of less than optimal flow conditions. Empirical relationships suggest that volumetric strains associated with soil liquefaction at this site may be on the order of 1.5 to 3 5 percent. Conservatively assuming that soil confinement at depth will limit lateral straining, the estimated vertical displacements associated with liquefaction may range from 1 to 2 inches below the culvert-crossing site. Some lateral spreading of the soils comprising the creek banks is probable during a major earthquake, inasmuch as the top of the liquefiable zone is near or within the base of the channel banks. However, at the crossing location, the roadway embankment and culvert will buttress the banks against sliding/spreading. Design forces that will be transferred to Upper Meridian Valley-234th Street Culvert Kent 5 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 the structure can be determined from the lateral earth pressure recommendations provided in Section 4.4 of this report 4.3 FOUNDATIONS We understand that the City plans to replace the existing culvert with a 3-sided,precast concrete box culvert. Because the existing fill has effectively preloaded the site, and the replacement three-sided box culvert is not anticipated to significantly increase the net loading on the underlying loose and medium dense sands, culvert settlement will be small (unlikely to exceed 1-inch) and largely a function of how much soil is disturbed at founding level during excavation for the culvert. To reduce disturbance and distribute the loads, we recommend the foundation material be over-excavated by 1-foot and replaced with a working platform of crushed rock. The replacement fill should extend to 2 feet on either side of the culvert and the base and sides of the excavation should be covered with a woven geotextile. The crushed rock should be lightly compacted by static rolling with a small drum compactor,but rolling should be discontinued if pumping of the pad and underlying subgrade becomes apparent. Additional settlement will occur if liquefaction of the loose sands occurs during a major earthquake. We anticipate total liquefaction induced differential settlement/tilt will be less than 1-inch. 4.4 LATERAL EARTH PRESSURES For determination of lateral earth pressure design parameters, we have assumed that the ' backfill against the sides of the culvert will consist of a suitable granular material. We have further assumed that the backfill adjoining the walls of the culvert will be placed to a horizontal condition at its surface and is compacted to the requirements provided for in Section 4.5. On the basis of an assumed wet unit weight of 125 pcf for the backfill and a friction angle of not less than 35 degrees, we recommend the following equivalent fluid unit weights for design purposes. Loading Condition Equivalent Fluid Unit Weight(Pc11 Active—Static (K.) 35 Active—Seismic(K kE) 40 At Rest—Static (Ko) 55 At Rest—Seismic(KoE) 80 Upper Meridian Valley-234th Street Culvert Kent 6 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 Passive - Static (Kp) 460 Passive- Seismic(KpF) 435 The foregoing parameters are based on fully-drained conditions. As ground water at the culvert location is expected to fluctuate in response to the stream level, water pressures are likely to act on portions of the structural elements. Accordingly, the buoyant unit weight of the soil will apply below the water table and full hydrostatic pressure must be added to that section of structure below the water table. To determine the appropriate equivalent buoyant fluid unit weight for the above cases, multiply the above values by the ratio of buoyant to drained unit weights (i.e. 0.50 in this case) and add 62.4 pcf. As indicated above, the lateral earth pressure parameters apply only to horizontal backfill conditions, and will have to be increased or decreased for sloping backfill conditions. It is also to be noted that the parameters are unfactored, and a suitable factor of safety should be applied to the passive earth pressure values for determination of restraint forces. In this latter regard, an allowable (FS = 1.5) coefficient of sliding resistance equal to 0.45 is recommend between footings and underlying granular soils for determination of sliding resistance. 4.5 BACHFILL PLACEMENT AND COMPACTION Crushed rock backfill should consist of materials meeting the requirements for Crushed ' Surfacing Base Course, as described in Section 9-03 9(3) of the 2006 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. Materials used to backfill the culvert excavation should consist of Gravel Backfill for Walls, as described in Section 9-03.12(2) of the 2006 WSDOT Standard Specifications. During placement of the initial lifts, the backfill material should not be dozed into the excavation or dropped directly on the structure. Furthermore, heavy vibratory equipment should not be permitted to operate directly over the structure until at least 2 feet (and possibly more depending on the weight of the compactor) of material is present above the crown of the culvert, unless directed otherwise by the structural engineer. In order to minimize subsequent settlement of the excavation backfill,new pavements, i and utilities,we recommended that backfill soils be placed and compacted to the ■ standards outlined in Section 2-03.3(14) C, Method B, 2006 WSDOT Standard Specifications The procedure to achieve proper density of compacted fill depends on the size and type of compactor, number of passes,thickness of the layer being compacted, and soil moisture-density properties. If access or load considerations restrict the use of 1 heavy equipment, smaller equipment can be used,but the soil must be placed in thin enough lifts to achieve the required compaction. Upper Meridian Valley-234th Street Culvert Kent 7 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 4.6 EXCAVATION STABILITY AND SHORING 4.6.1 General Excavation and construction of the replacement culvert must be performed in a manner that will not adversely impact existing utilities. We anticipate that excavation can be accomplished with conventional equipment such as a large trackhoe or excavator. The excavation is anticipated to have a maximum depth on the order of about 12 feet below existing road level, but could be deeper if deleterious subgrade materials are encountered at intended foundation levels. Maintenance of safe working conditions, including temporary excavation stability, is the responsibility of the contractor. All temporary excavation in excess of 4 feet in depth must be sloped in accordance with Part N of WAC (Washington Administrative Code) 296-155, or be shored. The material encountered generally classifies as Type C soil, for which WAC requires j that unsupported excavation must be inclined no steeper than 1.5H:1 V,but flatter slopes are likely necessary because of water seepage Alternatively, the excavation could be shored. 4.6.2 Open Excavations , We recommend that temporary open excavation should be sloped at no steeper than 2H:IV after local dewatering to at least 3 feet below culvert invert, but existing soil conditions may dictate even flatter slope angles. The slopes should be monitored, and slope angles adjusted in the field based on local subsurface conditions and the contractor's methods. With time and the occurrence of seepage and/or precipitation,the stability of temporary unsupported cut slopes may be significantly reduced. Therefore, all temporary slopes should be protected from erosion by installing a surface water diversion ditch or berm at the top of the slope and, in wet periods, by covering the cut face with well-anchored plastic sheets. 4.7 WATER CONTROL The contractor should be responsible for control of ground and surface water. Construction of either culvert alternative may require a suitable temporary diversion of the creek,to allow construction largely in the dry. Upper Meridian Valley-234th Street Culvert Kent 8 HWA GeoSciences Inc. January 12,2007 HWA Project No. 2006-018-21 Construction dewatering requirements depend on the time of year, creek level, recent rainfall and other factors. For this reason, construction should be performed during the dry summer season, subject to fisheries considerations and regulations. We recommend that for the purposes of estimating dewatering requirements, it should be assumed that the ground water corresponds to the creek level. Even if construction is undertaken towards the end of summer, construction dewatering may be necessary to maintain stable slopes, prepare subgrade, evaluate subsurface conditions, place crushed rock backfill, and construct the culvert. In addition, upward seepage into the excavation base can cause sand boils and/or foundation base heaving. We recommend that the proposed excavation be dewatered to maintain the ground water level at least 3 feet below the base of the excavation, and dewatering measures should be 1 implemented before excavation to final subgrade level begins. Dewatering should continue until the culvert has been placed and backfilled, and is capable of resisting hydrostatic forces. Disposal of water will be a consideration that will have to be suitably resolved with environmental and fisheries agencies having jurisdiction. We anticipate that wells or well points will be required, but this is dependent on the depth of the excavation, volume of ground water seepage, and potential presence of boiling or quick conditions in the excavation base. The latter condition will need to be evaluated at the time the excavation is undertaken, and suitable dewatering measures implemented as necessary. 4.8 WET WEATHER EARTHWORK Existing site soils are moisture sensitive to varying degrees, and may be difficult to handle or traverse with construction equipment during periods of wet weather. Therefore, general recommendations relative to earthwork performed in wet weather or in wet conditions are presented below. These recommendations should be incorporated into the contract specification and should be required when earthwork is performed in wet conditions: 1 1) Site stripping and fill placement should be accomplished in small sections to minimize exposure to wet weather. Excavation or removal of unsuitable soil should be followed promptly by placement and compaction of a suitable thickness of clean structural fill. The size and type of construction equipment used may have to be limited to prevent soil disturbance. 2) Material used as structural fill should consist of clean granular soil, of which not more than 5%passes the U.S. Standard No. 200 sieve, based on wet sieving the fraction passing the 3/4-inch sieve. The fine-grained portion of structural fill soils should be non-plastic. Upper Meridian Valley-234th Street Culvert Kent 9 HWA GeoSciences Inc. January 12, 2007 HWA Project No. 2006-018-21 3) No soil should be left uncompacted so it can absorb water. Stockpiles of excavated soil should either be shaped and the surface compacted, or be covered with plastic sheets. Soils that become too wet should be removed and replaced with clean granular materials. 4) Excavation and placement of fill should be monitored by someone experienced in wet weather earthwork to determine that the work is being accomplished in accordance with the project specifications and the recommendations contained herein. 4.9 EROSION CONSIDERATIONS Erosion can be minimized by careful grading practices, the appropriate use of silt fences and/or straw bales and by implementing the recommendations in the Wet Weather Earthwork section of this report. Surface runoff control during construction should be the responsibility of the contractor, and should be treated prior to discharge to a permanent discharge system such as a storm sewer, so as to comply with State water quality standards. All collected water should be directed to a permanent discharge system, such as a storm sewer. Permanent control of surface water should be incorporated in the final grading design. Water should not be allowed to pond immediately adjacent to foundations or paved areas. Grading measures, slope protection, ditching, sumps, dewatering, and other measures should be employed as necessary to permit proper completion of the work. 5.0 CONDITIONS AND LIMITATIONS We have prepared this report for use by the City of Kent for design and construction of a portion of this project. This report should be provided in its entirety to prospective contractors for bidding or estimating purposes;however,the conclusions and interpretations presented should not be construed as a warranty of the subsurface conditions. Experience has shown that subsurface soil and ground water conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations and may not be detected by a geotechnical study. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for a review of the recommendations of this report, and provide revisions, if necessary. We recommend that HWA be retained to review the plans and specifications and to monitor the geotechnical aspects of construction,particularly construction dewatering, excavation, subgrade preparation,bedding and backfill placement and compaction. Upper Meridian Valley-234th Street Culvert Kent 10 HWA GeoSciences Inc. 1 January 12,2007 HWA Project No. 2006-018-21 The scope of our work did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or ground water at this site. HWA does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and we cannot be responsible for the safety of personnel other than our own on the site;the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. We appreciate this opportunity to be of service. Sincerely, HWA GEOSCIENCEs INC. ar m TONAL t`�" ZEXPIRES 03/18/0 e Bryan K. Hawkins,P.E. Geotechnical Engineer ' Upper Meridian Valley-234th Street Culvert Kent 11 HWA GeoSciences Inc. N tL Ile -- --- - -- -7 1124t3 �5E224 h�c th.-S i -2 soon c ani ;f el Park 7 orth Meridian Park \SE23°2h�WSL PRO]ECT SITE �� LL QQ� c 41tb1 (N �> ;-5E-235th�Bt� "sN Ih �¢ F 23 c IM ?ram 31 Kent y --5E-24Oth S2 Qkanogar 3 Cblwll OaHarb0P� / OZ� 7�'n • x 3 r i ( , ' AstoVan n NOT TO SCALE VICINITY MAP DRAWN er EFK RWRE No. UPPER MERIDIAN VALLEY CREEK CHECKED er —11}i 1 234TH STREET CULVERT REPLACEMENT DATE PROJECT No. HVItAGEOSQENCES INC CITY OF KENT, WASHING ON 05 24 06 2006-018-21 H 11PROJEC7S12006 PROJECTS12DO6-018-21 MERIDIAN VALLEY CREEK CULVERT REPLA EMENTI C D1HWA BH XSEC DWG | § § ) ■ | | k 2 128 PL S o % j § 7 § ;mu \ / \ / \ m 7mm . - - zm k mm . \f § 20Ct | CL ® � § { | k 6 | N 0 `m G ELEVATION IN FEET o � O co o o .'p- «A- N N y O O Ln CA KS 441I 1p ^ cn L' 0 4J 0 S pt co 0 Gl 0 P x _o g [� D Cl C n D D "D — F rn m 1� , z _ r z a � y o II 77 z 4 q 3 1 -P�l -utd (� m mI I J D m m W 3 D m O n I' o r*i mnp Oro < z M I I _ X � m < a= I I cn � � mm I I z -� I I o z rnrn o En 3 � m D m d bd r z r 3 1 I � D x m tj � G O ` m m I I o3 C 2 z Do I I Z r r r BH-11 z G m G I�—I rQ Z a $ z GI —I 4 1 ri r- z pn �7OOX CDl� n 'S 3 z o rrl D -0 " O C� Fn m � � I�—I m Z t-a °' CI z — D ' o o ^� m z r ri rn an D M 6 CAP 00 w m j t7 APPENDIX A 1 FIELD EXPLORATIONS 1 1 1 1 1 1 RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines ' Approximate Approximate AL Aterberg Limits Pl.L=Liquid Limit Limit Density N(bbwsM) Relative Density(%) Consistency N(blowslft) Untrained Shear Strength(psf) CBR California Bearing Ratio Very Loose 0 to 4 0 - 15 Very Soft D to 2 <250 CN Consolidation ' Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 DO Dry Densny(pcl) Medium Dense 10 to 30 35 - 65 Medium Soft 4 to B 50D - 1000 CIS Direct Shear Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 - 2000 GS Grain Size Distribution Very Dense over 50 as - 100 Very Stiff 15 to 30 2000 - 40DO K Penneabilrty Hard over 30 >4000 MD MoisturelDensity Relationship(Proctor) MR Resilient Modulus USCS SOIL CLASSIFICATION SYSTEM PID Photoi0nization Device Reading MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Approx Compressive Strength(tsf) Gavel and GW Well-graded GRAVEL SG Specific Gravity Coate Clean Gravel •' TC Tnaxial Compression Grained Gravelly Saga (little or no fines) TV Torvane Soils o Q GP Poorly-graded GRAVEL Appmx Shear Strength(tst) More than ' 50%of Coarse Gravel with u GM Silty GRAVEL UC Unconfined Compression Fraction Retained Fines(appreciable on No 4Sieve amount of fines) GC Clayey GRAVEL SAMPLE TYPE SYMBOLS Sand and Clean Sand •• SW Well-graded SAND ® 2 0"OD Splft Spoon(SPT) Sandy Soils (little or no fines) (140 lb hammer with 30 in drop) More than SP Poody-graded SAND T 50%Retained 1 Shelby Tube 50%or More on No of Coarse Sand with SM Silty SAND �. 3-114"OD Split Spoon with Brass Rings 200 Sieve Fraction Passing Fines(appreciable Size No 4 Sieve amount of fines) $C Clayey SAND f07� Small Bag Sample Fine Silt ML SILT L Large Bag(Bulk)Sample � ' and Liquid Lima — SoBs Clay Less than 50% CL Lean CLAY soils Core Run OL Organic SILTIOganic CLAY Non-standard Penetration Test (3 0"OD split spoon) MH Elastic SILT 50%or More Snit and Liquid limit CH Fat CLAY GROUNDWATER SYMBOLS Passing Cry 50%or More No 200 Sieve Groundwater Level(measured at Size OH Organic SILTlOrgamc CLAY time of dolling) Highly Organic Soils PT PEAT—' T Groundwater Level(measured in well or _ open hole after water level stab8ized) COMPONENT DEFINITIONS COMPONENT PROPORTIONS COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS Boulders Larger than 121n Cobbles 3 Into 12 in <5% Clean Gravel 3 in to No 4(4.5mm) 5-12% Sightly(Clayey.Silly,Sandy) Coarse gravel 3 in to 314 in Fine gravel 314 in to No 4(4 5mm) Sand No 4(4 5 mm)to No 200 111074 mm) 12-30% Clayey,Silty,Sandy,Gravelly Coarse sand No 4(4 5 min)to No 10(2 0 mm) Medium sand No 10(2 0 mm)to No 40(0 42 min) 30-50% Very(Clayey,Silty,Sandy,Gravelly) Fine sand No 40(0 42 min)to No 200(0 074 mm) 1 Silt and Clay Smaller than No 200(0 074mm) Components are arranged in order of increasing quartzites. NOTES Sod classifications presented on exploration logs are based on visual and laboratory observation Sol descriptions are presented in the following general order MOISTURE CONTENT ' Densily/consistency,color,moffier(H any)GROUP NAME,additrons to group name(if any),moisture DRY Absence of moisture,dusty, content Proportion,gradation,and angularity of consMuents,additional comments dry to the touch (GEOLOGIC INTERPRETATION) - MOIST Damp but no visible water usually Please refer to the discussion in the report text as well as the - WET Visible free water,table p expbabon logs for a more complete description of subsurface conditions soil is below water table Upper Meridian Valley Creek LEGEND OF TERMS AND ULTA Culvert Replacement Project SYMBOLS USED ON HWAGEOSCIENCES INC at SE 234th Street EXPLORATION LOGS ' City of Kent, Washington PROJECT No.- 2006-018-21 FIGURE: A'1 LEGEND 2006-018 GPJ V12107 DRILLING COMPANY Holocene Drilling LOCATION See Figures 2&3 IN DRILLING METHOD Hallow Stem Auger DATE STARTED 04/21/2006 SAMPLING METHOD SPT with autohammer DATE COMPLETED 04/21/2006 SURFACE ELEVATION 417 t feet LOGGED BY J Speck cc w ' co m Z cc w Standard Penetration Test cgi a- 2 m 1 in (140 lb,weight,30"drop) 1 O Z m ` ♦ Blows perfoot W W CID Z _1J a� Co cam) 2 n zi = O a" m 0: LiJa o= of = DESCRIPTION w in a a O 0 0 10 2D 30 40 50 0 0 ML 6 inches of asphalt Loose,brown,sandy SILT with gravel,moist Sand is fine ML Gravel is fine to coarse,sub-angular to rounded AD •• . SM Loose to medium dense,olive gray,silty SAND to sandy SA 4-3.4 SILT with gravel,moist Sand is fine Gravel is fine to coarse,sub-angularto rounded Organic layer 5 [Fill and Original Topsoil] • -- 5 S-2 3-2-3 S-3 4-5.6 • SM Medium dense,light brown,silty SAND with gravel,moist Sand is fine to medium Gravel is fine to coarse, 10 sub-angular to rounded S4 8-5-10 • 10 [Native] ... . Grades mare dense Contains trace coarse sand. S-6 7-9-10 • •.. . .. . . 15 SM Driller notes high blow counts Grades to less silty Broken S-6 24-50/4" • : 15 rack noted in fip of sample •' '•••• •• • S-7 5016" • Dense,gray,silty SAND with gravel,moist Sand is fine to medium Gravel is fine to coarse,sub-angular to rounded '•;: "• •• ' 20 Clean sand laminations noted,sub-horizontal at 18 5 feet S-8 30 5, • 20 S-9 50/3' • 25 S-10 50/6' • . .:• :. . . _ . .. 25 Borehole terminated at approximately 26 5 feel Ground j .. . .. .... .. .. water observed at approximately 11 8 feet after drilling , 30 .. 30 35 • ...: ....... 35 - ...... .. .... 40 - 4D For a proper understanding of the nature of subsurface conditions, this D 20 40 60 so 10D exploration log should be read in conjunction with the text of the Water Content(^/.) geotechnical report. Plastic Limit 1 0 Liquid Limd- Natural Water Content NOTE This log of subsurface conditions applies only at the specrFed location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations Upper Meridian Valley Creek BORING: Culvert Replacement Project BH-1 IMGEOSaENCES INC at SE 234th Street PAGE 1 of 1 ' City of Kent, Washington PROJECT NO.. 2006-01 S-2'1 FIGURE, A-2 BORING 2006-018 GPJ 1/12107 ' DRILLING COMPANY Holocene Drilling LOCATION See Figures 2&3 DRILLING METHOD Hollow Stem Auger DATE STARTED 04/21/2006 SAMPLING METHOD SPT with aulchammer DATE COMPLETED 04/2112006 SURFACE ELEVATION 418 3 feet LOGGED BY J Speck w 6 m Z Standard Penetration Test -pl a �� y (140 lb weight,30"drop) J Z m c 30 ♦ Blows perfoot F J rl�N� J J W Z ' uJ U < Z S O o-m W y } y Q Q z F K W m o tt rn DESCRIPTION Co in IL-a O O 0 10 20 30 40 50 w 0 6 inches of asphalt ML 0 Loose,brown,sandy SILT with gravel,moist. Sand is fine ML Gravel is fine to coarse,sub-angular to rounded • Medium dense,brown,sandy SILT with gravel,moist. Sand S-1 7-" is fine Gravel is fine to coarse,sub-angular to rounded. Abundant organic material,bumUdecomposed woody 5 debris ♦-* ..:....:... ... ........ .. ....... 5 SMMedium stiff,brown to gray,sandy SILT to silty SAND with S-2 2-2-2 - gravel,moist Sand is fine Gravel is fine to coarse, - sub-angular to rounded • SM [Fill and Original Topsoil] 8-3 5.6.5 •• - Medium dense,light brown to gray,silty SAND with gravel, . : . -. moist Sand is fine to medium Gravel is fine to coarse, - . .. 10 sub-angular to rounded Noted some sandy silt inclusions in 3-3-3 ; 10 sample � ..... :..... .... .. :. ... . [Native] ' Grades less dense Note more moisture • - SM •- 8-5 17-19-19 •• ••-• Note trace coarse sand in sample Dense to very dense,brown to gray,silty SAND with gravel, 15 moist Sand is fine to coarse Gravel is fine to coarse, •"--' . • ..-"' •' ••.• S-6 10-26-41 sub-angular to rounded. ...... •••• •• : :•-• :.... . . . •.. SM Very dense,gray,silly SAND with gravel,moist Sand is S-7 5018- ••••' fine to medium Gravel is fine to coarse,sub-angularto ,. ; :. rounded Trace coarse sand noted in sample - S$ 5015, • S 9 50150 .... .. ... . .. .. :.. 5 Borehole terminated at approximately 24 0 feet. Ground - 25 water observed at approximately 11 5 feet after drilling - 30 :. 30 V. ! _ 35 40 40 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 0 80 100 exploration log should be read in conjunction with the text of the Water Content(/a) geotechnical report. Plastic Limit f--•—[ Liquid Limit Natural Water Content NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations U� Upper Meridian Valley Creek BORING: ' Culvert Replacement Protect BH-2 HWAGEOSaENCESINC at SE 234th Street PAGE 1 of 1 ' BORING 2006-018 GPJ 1/12/07 City of Kent, Washington_ PROJECT NO 2006-018-21 FIC,URE• A-3 t APPENDIX B LABORATORY TEST RESULTS t t i t t 1 i 1 r m rCD O GO m Cl)ll N (V 7 } p C V N O r Q U o �° CA KD Z Q - N M J r m° N o NLU N OW o0 EL � LL o O O o I o N w Cy O J LL G Z _ J Q F O I W r o U 0 M N o a r E O Z CD LU W N 0 J CL o Y c N O ID- -- -- — -- -- -- -- -- — W O ❑. N p -- coy C m \ U cm Z o — — to C U 'cY Q (A Q O N -, 0 CO3 co cq " W - - C -=o N #' -- - - - ------ -- -- U' O Q z N W Y LU ----- ZO c � O Q' U) > .0 m ` C O W _ V N C N Cl o LL m o om 7 V (� m .n m D U 1p Q J O O r O 0 U Z ^ LL a u> v> o LU s Q n N e l[7- — '�— -- -- -- -- -- -- -- -- R. �.— -- -- -- --- -- -- -- -- M In W z V) N N C LU J Ln Q - z e m m m j A M•O in m r CD Lo M N O � 1H013M.18 ?13NId 1N301:13d r N N G 3 - ------------ I � . 1 PERMITS WA State Dept of Fish and Wildlife - HPA r r r r r Upper Mendian Valley Crk Culv Repl/Fieldmg A-5 May 23,2007 Project Number 05-3012 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 RC W Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 1 Issue Date May 02, 2007 Control Number. 108906-1 Project Expiration Date May 01,2012 FPA/Public Notice# N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Engineering Department RECEIVED ATTENTION Joseph Fielding 220 Fourth Avenue South MAY 0 3 2007 Kent,WA 98032-5895 253-856-5518 CITY OF KENT ENGINEERING DEPT ` Project Name Upper Meridian Valley Creek Culvert Replacement Project Description: Replace a metal culvert with a three sided concrete box culvert and modify sewer and water conduits at Meridian Valley Creek at 12829 SE 234th St. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and September 30 of calendar years 2007-2011. 2 NOTIFICATION REQUIREMENT: The Area Habitat Biologist listed below shall receive written notification (e-mail to fisheldf@dfw.wa gov) from the person to whom this Hydraulic Project Approval (HPA) is issued (permittee) or the agent/contractor no less than three working days prior to start of work, and again within seven days of completion of work to arrange for a compliance Inspection. The notification shall include the permittee's name, project location, starting date for work or completion date of work, and the control number for this HPA. 3 Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "UPPER MERIDIAN VALLEY CREEK CULVERT REPLACEMENT AT SE 234TH STREET 05-3012", dated April 19, 2007, except as modified by this HPA. A copy of these plans shall be available on site during construction. 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. 5 A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 8. Prior to releasing the water flow to the project area, all instream work shall be completed. Page 1 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date-May 02, 2007 Control Number- 108906-1 Project Expiration Date. May 01, 2012 FPA/Publlc Notice# N/A 9. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returned to preproject or improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be Immediately and safely transferred to free-flowing water downstream of the project site The permittee may request the WDFW assist in capturing and safely moving fish life from the job site to free-flowing water, and assistance may be granted if personnel are available 11. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and 77.57.070. The pump intake shall be screened with 1/8-Inch mesh to prevent fish from entering the , system. The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0 4 feet per second Screen maintenance shall be adequate to prevent injury or entrapment to juvenile fish and the screen shall remain In place whenever water is withdrawn from the stream through the pump intake. 12. The width between the culvert footings for the bottomless culvert shall be equal to or greater than the average width of the streambed 13 Footings of the bottomless culvert shall be buried sufficiently deep so they will not become exposed by scour within the culvert 14 The culvert shall be installed to maintain structural integrity to the 100-year peak flow with consideration of the debris likely to be encountered. 15 Fill associated with the culvert installation shall be protected from erosion to the 100-year peak , flow 16 The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project 17 The culvert facility shall be maintained by the City of Kent (City) per RCW 77.57 030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair Financial responsibility for maintenance and repairs shall be that of the City. 18. Conduit alignment shall be as nearly perpendicular to the stream as possible. 19. The conduits shall be installed at sufficient depth so that subsequent disturbance of the streambed is avoided. Page 2 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound ep Dartment of 1601 B Mill Creek Boulevard FISH and RCW 77 55 021 .Appeal pursuant to Chapter 34 05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date- May 02, 2007 Control Number: 108906-1 Project Expiration Date May 01,2012 FPA/Public Notice#. N/A 20. Excess spoils shall be disposed of so they will not re-enter the stream . 21. Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to perform the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of project installation, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the WDFW Area Habitat Biologist (AHB) listed below Vegetative cuttings shall be planted at a maximum interval of three feet (on center) Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB 22. Equipment used for this project shall be free of external petroleum-based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc ) and undercarriage of equipment prior to its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. 23. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 24 Erosion control methods shall be used to prevent silt-laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 25. Prior to starting work, the selected erosion control methods (Provision 24) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. I 26. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 27. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream or to wetlands associated with the stream. 28. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 29. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or into wetlands associated with the stream. Page 3 of 6 ` Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date May 02, 2007 Control Number: 108906-1 Project Expiration Date May 01, 2012 FPA/Public Notice#: N/A PROJECT LOCATIONS Location #1 Upper Meridian Valley Creek Culvert ■ WORK START: May 02, 2007 IWORK END: May 01, 2012 WRIA Waterbody Tributary to 090091 Meridian Valley Creek Big Soos Creek 1/45EC Section Township Range Latitude Longitude County SE 1/4 16 22 N 05 E IN47.38558 W 122.16336 King Location#1 Driving Directions APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77 20) Additional authorization from other public agencies may be necessary for this project The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be necessary for this project This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment All Hydraulic Project Approvals issued pursuant to RCW 77 55 021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77 55 141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34 04 RCW to appeal such decisions All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s)to whom this Hydraulic Project Approval is issued PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77 55 301 APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are informal and formal appeal processes available Page 4 of 6 " Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-Appeal pursuant to Chapter 34 05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date- May 02, 2007 Control Number: 108906-1 Project Expiration Date May 01, 2012 FPA/Public Notice#: N/A A INFORMAL APPEALS (WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77 55 021, 77 55 141, 77 55 181, and 77 55 291- A person who is aggrieved or adversely affected by the following Department actions may request an informal review of (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval, or (B)An order imposing civil penalties A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and hislher supervisor If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee If you are not satisfied with the results of this informal appeal, a formal appeal may be filed B FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77 55 021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77 55 291 A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval, (B)An order imposing civil penalties;or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34 05 RCW A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-11191,within 30-days of the Department action that is being challenged The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's wntten decision in response to the informal appeal. C FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only), 77.55 141, 77 55 181, or 77 55 241. A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey, Washington 98504, telephone 360/459-6327 D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43 21 L RCW A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P O Box 40903, Lacey,Washington 98504, telephone 360/459-6327 E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal, the department action shall be final and unappealable Page 5 of 6 f Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021 -Appeal pursuant to Chapter 34 05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date- May 02, 2007 Control Number. 108906-1 Project Expiration Date May 01,2012 FPA/Publlc Notice#. N/A ENFORCEMENT: Sergeant Chandler (34) P2 Habitat Biologist Q✓ for Director Larry Fisher 425-649-7042 WDFW CC. Page 6 of 6 DETOUR PLAN Upper Mendian Valley Crk Culv Repl/Fieldmg A-6 May 23,2007 Project Number 05-3012 W 3 H a cJ_.a 4 4� w z U 0 c¢ W zw Q w g F Yam. �u xX�J qEqE 0 N O CC O ]� 2 O ZCU S R W O F Z O W O W ? d W c°.>'" c� v gign_ A{ ag _ w � ��" z_ � ed o� > �., Z Nn �Go tJC ome m N > a& 8B 3fyy' ¢� 3' a ~ O F o z (OJ c s22 oG yyee yyyy6 r aa yy y Z W > ¢ W f.9 a W di ifv ap. U n9K o apxy yO �oU O s c W o o it d W s aaed` .oTa9zSooc W O J gpBF W 0 0 W Z= C° g��y."i�" u � zosoKZs �IM o uu ¢ aad otQ � � 3S 3AV EL f _ = w P (a Li cli W =W n W Uil p � L�1 SFDj a> a x rn o ✓/ pC x K W N 1— 1 F a z d to "W^Q0 a LU �UKa O LLI Q Q S M U Z ■x p N 4 nq 3S o u a m a4 S u3 3S 3AV LZL z ` 3 LZ LL V o u J F cn r�} w i OO 1 X 1— z o r �O ui n $m r Y p � W N W W cn V cn Z m _Z a 7' W v u, E x I J W W Z 0 a) N N N U $ A tg a a W N 'O Q M 3 > Nvwi'�am a O a N LLJ O a na✓ aai F -LLUdC' W� yWr NV) 'oL J nw O °= Q CDw dU aw u�n ,°mw F a z w w d v en�nNka U) - W _«'Oa m ° wNVN�pa 3S 3AV OZL '` E Z z Wz Z Y c ¢ g^o Z J F N J Z FS3AV ZC Lo �n W ><J: V Uw(J W oW N O Z O u9 ugg. C O Z N 12 - o Z coo 0 0gC N HIP � 3 U \ ze W N O 4 n z o c�o m � a W 3z (Dd� o� a % c y o r' w �1 w f ) Cw �rrr V NHIM I••I �.� a W � N Cl Q N � a N Q ppp s G N N RI� Q rV M w 3S � � e O J \ O 9 V L J R R O� e� CQ M cv eny� co 3 z a u g s a U yd W Q -S A � 2 t o A r y h at 1W WUJ IWIZ � �� ZWZ mO W2 WH3 y cciQ� 6m�ZO Z g U Ur uON_ W2 UQa f -L W C a_yNy rWn c N'O _ 51�W Oa, en d N N i p N m W U > �• I p � M oQ.. nO LELL °aaw~d � LLp " y � O � \ ...... .aa ° w_I V }cam W Yi ui W � � .j Om n°°4 W W W ~ IA U i W O .9i WC W W O 11 �.. v-�> Z U y Z O O w Z L J H ~ U O Nm wn PVT Q0 � W � � ❑ -'W. 2a a ui U Q W7.. U to n oa Z W � � W C_ Z_ 0 d manu�r 1tLn � �- � W �' JL49Q � � ZZq,, 0 Z .- N M VLO .O PREVAILING WAGE RATES Upper Meridian Valley Crk Culv Rep]/Fielding A-7 May 23,2007 Project Number 05-3012 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevadmg 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 the hourly 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 Code Key KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41 33 1M 5D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 50 DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1 M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS.DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $41 40 1M 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 1M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER S42 02 1T 5D 8L ASSISTANT MATE(DECKHANO) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 IT 5D 8L LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 03-03-07 (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 1D 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A SA CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35 92 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 , ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 58 FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS JOURNEY LEVEL $42 41 1 H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1 M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 5B COOK $31 90 1K 513 DECKHAND $31 59 1K 58 ENGINEER/DECKHAND $34 37 11K 5B MATE,LAUNCH OPERATOR $36 02 1K 58 Page 2 t KING COUNTY Effective 03-03-07 (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 $973 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $1278 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $41 27 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 5D BALLAST REGULATOR MACHINE $3436 1M 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $3436 1M 5D BRUSH HOG FEEDER $3436 1M 5D BURNERS $3436 1M 5D CARPENTER TENDER $3436 1 M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1M 5D ' CHIPPING GUN(OVER 30 LBS) $34 84 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1 M 5D CHOKER SETTER $3436 1 M 5D CHUCK TENDER $3436 1 M 5D CLEAN-UP LABORER $3436 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 5D CONCRETE FORM STRIPPER $3436 1 M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 1M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1 M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i a,dusting,vacuuming,window cleaning,NOT $27 36 1 M 5D construction debris cleanup) FINE GRADERS $3436 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER $3436 1M 5D GABION BASKET BUILDER $3436 1M 5D GENERALLABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1 M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1 M 5D HAZARDOUS WASTE WORKER LEVEL A $35 20 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1 M 50, HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $35 20 1 M 5D HOD CARR]ER/MORTARMAN $3484 1M 5D JACKHAMMER $34-84 1M 5D LASER BEAM OPERATOR $3484 1 M 5D MANHOLE BUILDER-MUDMAN $3484 1 M 5D MATERIAL YARDMAN $3436 1 M 5D MINER $35 20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1 M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 50 PILOT CAR $29 68 1 M 5D PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1 M 5D PIPELAYER&CAULKER(LEAD) $35 20 1 M 5D PIPEWRAPPER $3484 1M 5D POTTENDER $3436 1M 5D POWDERMAN $3520 1M 5D POWDERMAN HELPER $3436 1 M 5D POWERJACKS $3484 1M 5D RAILROAD SPIKE PULLER(POWER) $3484 1 M 5D RE-TIMBERMAN $35 20 1 M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALEPERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20'� $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 5D TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1 M 5D VIBRATOR $3484 1M 5D VINYL SEAMIER $3436 1 M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 5D PIPE LAYER $34 84 1 M 5D 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 $41 31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 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 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 $3316 26 5A PLASTERERS JOURNEY LEVEL $4123 1R 5A ' PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEYLEVEL $5534 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1M 5D 8L BACKHOES, (OVER 75 HP) $42 35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $39 57 1 M 5D 8L BROOMS $39 57 1 M 5D 8L BUMP CUTTER $42 35 1M 5D 8L CABLEWAYS $42 84 1M 5D 8L CHIPPER $4235 1M 5D 8L COMPRESSORS $3957 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1 M 5D 8L CONCRETE PUMPS $41 93 1 M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT S42 35 1 M 5D 8L CONVEYORS $41 93 1M 5D 8L Page 5 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 1M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1 M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1 M 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1 M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1 M 50 8L ATTACHMENTS CRANES, OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1 M 5D 8L CRANES, OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1 M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43 39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1 M 5D 8L CRUSHERS $4235 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1M 5D 8L GUARDRAIL PUNCH $42 35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L HYDRALIFTSIBOOM TRUCKS(10 TON&UNDER) $39 57 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1 M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1 M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $42 35 1M 5D 8L LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1M 50 8L MIXERS,ASPHALT PLANT $42 35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 11M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 I KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1M 5D 8L ROLLAGON $42 84 1M SO 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1M 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1 M 5D 8L SAWS,CONCRETE $41 93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1 M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1M SD 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRYALL $41 93 1 M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D BL SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1 M 5D 8L TRACTORS,(OVER 75 HP) $42 35 1 M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 5D 8L YO YO PAY DOZER $42 35 1 M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $5301 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 $41 14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEYLEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEYLEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEYLEVEL $53 01 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 76 1B 5C RESIDENTIAL TERRAZZOfTILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 16 5A ROOFERS JOURNEYLEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L 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 JOURNEYLEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEYLEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $53 24 1X 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 2B 5A HOLE DIGGER/GROUND PERSON $16 81 26 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 23 5A SPECIAL APPARATUS INSTALLER 1 $29 89 213 5A SPECIAL APPARATUS INSTALLER 11 $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 26 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSON/INSTALLER $21 17 2B 5A TELEVISION SYSTEM TECHNICIAN $25 15 26 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 1 B 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 81. DUMP TRUCK $39 04 1T 5D 8L 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 i Page 9 BENEFIT CODE KEY-EFFECTIVE 03-3-07 RfR###titiiitf Rf#4Rftf fRf#####ff Rtf#k##rtRi RRt tR#4###4#irt#i Ri RR4f##rti#rt#iittif•t4t R#f#if#kt RiitR 4}#######R#####i iiiiR R#ii 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 TH AN THE PREVAILING RATE OF NVAGE 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 SATURDAY SHALL BE PAID AT ONE 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 AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL , OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) 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 SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 14OURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- l 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 6 OOPM SATURDAY TO 6 OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE V ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS I SHALL BE PAID AT DOUBLE THE HOURLY RAPE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED FHE HOLIDAY AND ALL WORK PERFORMED 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 FHE 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)HOLRS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E- ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE i BENEFIT CODE KEY-EFFECTIVE 03-03-07 -3- 2 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 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 O 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 i 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 AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(1 I) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) 1 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, 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 PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY (7 1/2) r BENEFIT CODE KEY-EFFECTIVE 03-03-07 -4- 5 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 AF PER CHRISTMAS(10) V PAID HOLIDAYS SIX(6)PAID HOLIDAYS W PAID HOLIDAYS NINE(9)PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) 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 DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) L HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) 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, MEMORIAL 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 YEARS 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 CHRISTMAS 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) BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- NOTE CODES 8 A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY 1N ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER I00'TO 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET 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 DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-St 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075, LEVEL B $0 50,AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A&B $1 00, LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50 AND LEVEL D $0 25 9 A SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO l AM IS WAGE PLUS 17 3% GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 31 4% B SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO 12 30 AM IS WAGE PLUS 10%FOR 7'/a HOURS WORKED GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 15%7 HOURS WORKED C