Loading...
HomeMy WebLinkAboutPW07-282 - Original - Reed Trucking & Excavating, Inc. - 2007 Water Main Replacement - 07/06/2007 Records Ma" gemenstv,, KENT ' ' WASHINGTON Document CONTRACT COVER SHEET This Is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Reed Trucking & Excavating, Inc. Contract Number: r wo7—02 g a This is assigned by Mary Simmons Vendor Number: Project Names: 2007 Water Main Replacement Contract Effective Date: July 6, 2007 Contract Termination Date:60 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nick Horn Department: Engineering Abstract: Installation of 8" water main pipe and appurtenances to replace existing mains. ADCL7832 07102 1 CITY OF KENT KING COUNTY, WASHINGTON ' KENT SPECIAL PROVISIONS FOR 2007 Water Main Replacement Schedule I - East Maple Street Water Main Replacement Project Number: 07-3010 Schedule II - East Walnut Street Water Main Replacement Project Number: 07-3011 BIDS ACCEPTED UNTIL BID OPENING June 12, 2007 June 12, 2007 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL ' LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS ENT WASHINGTON 1 TAB INDEX Tab 1 Bidder's Package t Tab 2 Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Details Tab 6 WSDOT Special Provisions 1 Tab 7 New Water Main Connection Procedures ' Tab 8 City of Kent Development Assistance Brochure � I Tab 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON ' KENT SPECIAL PROVISIONS FOR 2007 Water Main Replacement Schedule I - East Maple Street Water Main Replacement Project Number: 07-3010 Schedule II - East Walnut Street Water Main Replacement Project Number: 07-3011 BIDS ACCEPTED UNTIL BID OPENING June 12, 2007 June 12, 2007 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD o wasoq'f DIRECTOR OF PUBLIC WORKS O +Q 32158 54'ISTERF f0NAL 4. EXPIRES p5_27 KENT W A S H I N G T O N i BIDDER'S NAME XEEoTw6r O E AI L1ng 'Dv- CITY OF KENT KING COUNTY, WASHINGTON BIDDER'S DOCUMENTS FOR 2007 Water Main Replacement ' Schedule I - East Maple Street Water Main Replacement Project Number: 07-3010 i Schedule II - East Walnut Street Water Main Replacement Project Number: 07-3011 BIDS ACCEPTED UNTIL BID OPENING June 12, 2007 June 12, 2007 i 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R.BLANCHARD DIRECTOR OF PUBLIC WORKS KENT WAS H IN G T O N ORDER OF CONTENTS Call for Bids Contractor Compliance Statement Declaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 —Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over$100K) Subcontractor List(over$1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Affidavit & Certification Form jNon-Collusion, Minimum Wage (Non-Federal Aid) ' Bidders Check List Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Details WSDOT Special Provisions New Water Main Connection Procedures ICity of Kent Development Assistance Brochure ' 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 11:45 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 U.S. Mail All bids will be opened and read publicly aloud at 12:00 p.m. for the City of Kent project named as follows 2007 Water Main Replacement Schedule I-East Maple Street Water Main Replacement/Project Number: 07-3010 Schedule 11-East Walnut Street Water Main Replacement/Project Number: 07-3011 The project consists of the installation of approximately 710 lineal feet and 383 lineal feet(respectively) of 8"water main pipe and appurtenances to replace existing 4" and 6" mains ' The Engineer's estimate for this project is approximately$239,000 Bid documents maybe obtained by contacting City of Kent Engineering Department,Nancy Yoshitake at(253) 856-5508 For technical questions,please call Granville Horn at(253) 856-5529 Bids must be clearly marked"Bid"with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895 Only sealed bids will be accepted No facsimiles will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington Copies of the plans and Special Provisions may be purchased at a non-refundable cost of$50.00 for each set Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only A cashier's check, postal money order or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246 No bidder may withdraw his/her bid for a period of six (60) days after the day of bid opening. Dated this 23rd day of May , 2007. BY Bien Jacober, City Cler Published in Kent Reporter on May 30th and June 6th, 2007 Daily Journal of Commerce on May 30th and June 6th, 2007 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order#11246) Date 6/ -13 -617 This statement relates to a proposed contract with the City of Kent named t2007 Water Main Replacement Schedule I-East Nlaple Street Water Main Replacement/Project Number: 07-3010 Schedule 11 - East Walnut Street Water Main Replacement/Project Number: 07-3011 I am the undersigned bidder or prospective contractor. I represent that— 1. I have, X have not, participated in a previous contract or subcontract subject to the President's Executive Order#1 1246 (regarding equal employment opportunity) or a preceding similar Executive Order. 1 �EED Ru(7 n' , NAME OF BIDDEEW S BY: -� Signature/'171 `Puoalluj2 , USA 178373 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2007 Water Mam ReplacemenUHom 1 May 23,2007 Project Numbers 07-3010&07-3011 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',, equal employment opportunity policies IThe 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 12. 2. During the time of this contract I will not discriminate to employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3 During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below,I agree to fulfill the five r—e�quirements referenced above Dated this day of UAIE 12007 By: For: T u I Il- Title PV'PS I'd�1�- Date: 2007 Water Mam Rglacemem/Hom 2 May 23,2007 Project Numberti 07-3010&07-3011 i CITY OF KENT ADMINISTRATIVE POLICY NUMBER 1.2 EFFECTIVE DATE- January I, 1998 i SUBJECT: MINORITY AND WOMEN SUPERSEDES April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor ' POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2007 Water Mam ReoacementlHom 3 May 23,2007 Project Numbers 07-3010&07-3011 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 tThe undersigned hereby certifies that �F_25/) lJ 066 N EX8M 0#q_bhQ 1 �C has examined the job site and construction details of the workA outlined on the p�and described in the specifications for the project named 2007 Water Main Replacement- Schedule I- East Maple Street Water Main Replacement/Project Number: 07-3010 and Schedule II -East Walnut Street Water Main Replacement/Project Number: 07-3011 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 1006 2-03 5 t00 Roadway Exca,,ation, $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. 2001 Water Mam Replacement/Hom 5 May 23,2007 Project Number 07-30I0&07-3011 ' SCHEDULE I-WATER - EAST MAPLE STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT t1000 1-09.7 1 Mobilization $4,000.00 $lp/QDO.OG WSDOT LUMP SUM Per LS t �&L4( xd, t6/aW"dAM &I& 1005 2-01 5 l Clearing and Grubbing S //.fOO•eO $ �/ 500•00 WSDOT LUMP SUM Per LS d/1o.21G"s I'd jzi�e � 04V a awt? 1050* 2-02.5 799 Saw Cut Existing Asphalt $aI415 $ �j 7q7 7-5 KSP LN FT Concrete Pavement - Per LF 1080* 4-04.5 126 Crushed Surfacing Top and Base $L�ai•OG $ KSP TONS Course, 5/8 Inch Minus Per TON O&lf 9,0 M(40 Min) / 1095* 5-04.5 91 HMA Class B, PG 64-22 $ &/• oO0 $ KSP TONS Per TON 1125* 5-04 5 ]0 Cold Plant Mix for Temporary $�a7a. $ lj ai00� KSP TONS Pavement Patch Per TON 1215* 8-28.5 2 Pothole Utilities $ KSP EACH Per EA 1285 8-18 5 1 Remove and Replace Mailbox $Aw'440 $ �QQ, WSDOT EACH Per EA ei 4�CC4"¢ "i�e W C qi::� 1305* 7-09 5 3 8 Inch Connection to Existing $317116,oa $ /���350Zo KSP EACH Water Main Per EA 20117 Water Mam Re,lacement/Horn 6 May 23,2007 1 Project Numbers 07-3010&07-3011 ' SCHEDULE I- WATER - EAST MAPLE STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1320* 7-09.5 85 6 Inch Diameter Ductile iron $50,06 $ TI A56,6C KS/P� LN FT Cl 52 Water Main Pipe Per LF 1325* 7-09.5 v 7 8 Inch Diameter Ductile Iron, $S(0,106 $ 35� �� •� KSP LN FT C152 Water Main Pipe Per LF 1340 7-12.5 4 6 Inch Gate Valve, MJ x FL or $ iw'64 $ �j�1Q0•(�! KSP EACH MJ x MJ or FL x FL Per EA 1345* 7-12.5 2 8 Inch Gate Valve, MJ x FL or $ 1)ow.06 $ 01,Coe KSP EACH MJ x MJ or FL x FL Per EA 1380* 7-14.5 2 Hydrant Assembly $ q,0610,60 $ KSP EACH Per EA i 1405* 7-15 5 7 Abandon Existing Water Service $356.66 $ A��Q•(�6J KSP EACH Per EA ./ 1410* 7-09 5 1 Abandon Existing Water Main $ 11w,co $ KSP LUMP SUM Per LS 1415* 7-15.5 7 Service Connection $ 756,66) $5j,;56,& KSP EACH 1 Inch Diameter Per EA 1 1445* 7-15.5 150 Water Service Line $ $ // goo,& KSP LN FT I Inch Diameter Per LF e&Ad M 2007 Water Main Replacement/Horn 7 May 23,2007 Project Numbers 07-3010&07-3011 SCHEDULE I-WATER - EAST MAPLE STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT t1505* 7-15.5 7 5/8 Inch x 3/4 Inch Meter Setter $356. 00 $d/v.50„z KSP EACH Per EA 1520* 7-15.5 7 Meter Box Iforp to 1 Inch $0166,00 $ / V 66fw KSP EACH Diameter Service Per EA 1555 2-09.5 t,400 Shoring or Extra Excavation $ r 75 $ 1/ 056,QD WSDOT SQ FT Class B Per SF 1560* 7-09 5 40 Foundation Material, Class I and II $30,00 $ 00,66 KSP TONS for Water Main Per TON 1575* 7-09.5 143 Pipe Zone Bedding for Water $ 00 $ Aj67V, 00 KSP TONS Main Per TON 1585* 7-09.5 186 Bank Run Gravel for Trench $ 10.00 $ 3,378,66 KSP TONS B^ackfdl for Water Main Per TON Z"&.50 Min) 1605* 1-10.5 80 Traffic Control Labor $1{8,00 $ 3��yQ.QJ KSP HOURS Per HR i ".40C /M &4& 1610* 1-10.5 36 Construction Signs Class A $ 15.00 $ Sy6!n0 KSP SQ FT Per SF .GAG Add, "t�e- /Ya ee,& 1615* 1-105 45 Traffic Control Supervisor $ 5o,oc) $ 01,015&60 jKSP HOURS PerHR 2007 Water Mam ReoxemenUHom 8 May 23,2007 Project Number 07-3010&07-3011 1 SCHEDULE I-WATER - EAST MAPLE STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1 1700* 8-01.5 .25 Hydroseedmg, Fertilizing, and $ I i ew.06 $ y'6Q• 06 KSP ACRE Mulching Per AC 1710* 8-01.5 15 Straw Logs for Drainage Way $ 16o.00 $ /1 SOO xo KSP EACH Barrier Per EA 1715* 8-01.5 1 Inlet Protection $ 106.00 $ 100,00 KSP EACH Per EA (/V ,e4&0k-,1 oze4f W&w 1755* 8-01 5 1 Temporary Water Pollution/ $1,800 00* $1,800 00 WSDOT FORCE Erosion Control Per FA 1 ACCOUNT *Common price to all bidders Sub Total $ Z d M5175 8.9% WA State Sales Tax $ �i �► �� Schedule I Total $ 1 i 1 1 2007 Water Main RcplacemenVHom 9 May 23,2007 Project Numbers 07-3010&07-3011 SCHEDULE II-WATER -EAST WALNUT STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ' 2000 1-09.7 1 Mobilization $ 4",0 $ �Oj0�0•G�% WSDOT LUMP SUM Per LS 2005 2-01 5 1 Clearing and Grubbing $116m,00 S WSDOT LUMP SUM Per LS//J 2050* 2-02.5 438 Saw Cut Existing Asphalt $ pZ.ai5 $ 985. 50 ' KSP LN FT Concrete Pavement Per LF 2080* 4-04 5 56 Crushed Surfacing Top and Base $ dal•00 $ ljaj.3al'o KSP TONS Course, 5/8 Inch Minus Per TON J W �Qe&� je/(66 00 Min) 2095* 5-04.5 49 HMA Class B, PG 64-22 $ Qo $ ��9.06 /KSP TONS Per TON e 2125* 5-04 5 10 Cold It Mix for Temporary $ jel-I0,00 $ KSP TONS Pavement Patch Per TON 2215* 8-28 5 2 Pothole tilities $ $ KSP EACH Per EA 2305* 7-09 5 2 8 Inch Connection to Existing $ 3 r150,0�$ 7j�0Q•�J KSP EACH Water Main Per�A 2320* 7-09 5 15 6 Inch Diameter Ductile Iron $ 60, 0el) $ 7so.&G KSP LN FT Cl 52 Water Main Pipe Per LF a /M "iZz�;7 2007 Water Main Replacement/Horn 10 May 23,2007 Project N umbers 07-3010&07-3011 SCHEDULE II-WATER -EAST WALNUT STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2325* 7-09.5 383 8 Inch Diameter Ductile Iron, $ Stp,60 $ & KSP LN FT Cl 52 Water Main Pipe Per LF 2340* 7-12 5 2 6 Inch Gate Valve, MJ x FL or $ ew,06 $ GQ) KSP EACH MJ x MJ or FL x FL Per EA `& k g&"Aa Zk&" eow"'It /,& me/6" 2345* 7-12.5 1 8 Inch Gate Valve, MJ x FL or $ 11600,00 $ 000.40 KSP EACH MJ x MJ or FL x FL Per EA Al Je4�Aoe z&" e/1 /M g"& ���� 2380* 7-14 5 1 Hydrant Assembly $ g wc.00 $ Tj 000,j5Li KSP EACH Per EA 2405* 7-15 5 9 Abandon Existing Water Service $360,60 $ 3'/ISD.G� KSP EAC�HI � Per EA Z !,/ IUdfm e� !/ Jf4 e0"� 1'e m-k-& 2410* 7-09.5 1 Abandon Existing Water Main $ Il$DO.60 $ l/L366,66 KSP LUMP SUM _ Per LS 2415* 7 l5 5 9 Service Connection $ 750,6b $ KSP EACH I Inch Diameter Per EA 1 �Z 2445* 7-15 5 197 Water Service ire $ /0i,I6 $O;1 KSP LN FT 1 Inch Diameter Per LF 2505* 7-15 5 9 5/8 Inch x 314Inch Meter Setter $350, Oo $ 3j 1'56106 )KSP EACH �� n ,.Per EA 2007 Water Main Replacement/Horn I I May 23 2007 Project Number 07-3010 R 07-3011 I SCHEDULE II-WATER - EAST WALNUT STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2520* 7-15.5 9 Meter Box for Up to I Inch $ 63MO $ Q! KSP EACH Diameter Service Per EA J%u-d 0,6,�x zaatv iu &46 2555* 2-09.5 800 Shoring or Extra Excavation $ a 75 $ (pQQ,CYO WSDOT SQ FT Class B Per SF 2560* 7-09.5 19 Foundation Material, Class I and II $ 3Q,06 $ KSP TONS for Water Main Per TON IN GP/Ci 47 2575* 7-09.5 77 Pipe Zone Bedding for Water 00 $ 38&,CG KSP TONS Main Per TON [ `6m.1&" &�&V ejm� /a eez4;�p 2585* 7-09 5 100 Bank Run Gravel for Trench $ 16,66 $ ll ewoaY KSP TONS Backfill for Water Main Per TON ($2 50 Min) 2605* 1-10.5 80 Traffic Control Labor $ gb,QO $ 3, g6, C� KSP HOURS Per HR 2610* 1-10.5 36 Construction Signs Class A $ $ KSP SQ FT Per SF 2615* 1-10.5 50 Traffic Control Supervisor $5O.Qo $ A1500,a; KSP HOURS Per HR 2700* 8-01.5 .25 Hydroseeding, Fertilizing, and $ lu,Q6 $ KSP ACRE Mulching Per AC 2007 Water Nam RLplacement/Hom 12 May 23,2007 Project Number 07-3010&07-301 1 ■ SCHEDULE H-WATER - EAST WALNUT STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT j2710* 8-01.5 10 Straw Logs for Drainage Way $ 106.60 $ KSP EACH Barrier Per EA 1 evdlj 4LI&V W 'm mv�, 27 t5* 8-01.5 3 Inlet Protection $ 100.60 $ .310)6,((/ KSP EACH Per EA 2755* 8-015 1 Temporary Water Pollution/ $1,80000* $1,80000 WSDOT FORCE Erosion Control Per FA ACCOUNT *Common price to all bidders Sub Total $ 89,101 .�d 8.9% WA State Sales Tax $ 8, 00/,C5(J Schedule II Total $ 97 qn�l ) i i 1 i . i 2007 Water Mam Re,lacemenUHorn 13 May 23,2007 Projea Numbers 07-3010&07-3011 l � BID SUMMARY Schedule I /3Q>� 0/q, fV Schedule II TOTAL BID AMOUNT L 2007 Water Mam Re,lacemm,,UHorn 14 May 23,2007 Project Number 07-3010&07-3011 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 1 bid opening may disqualify your bid. PROJECT NAME: 2007 Water Main Replacement Schedule I - East Maple Street Water Main Replacement Schedule II - East Walnut Street Water Main Replacement PROJECT NUMBERS: 07-3010 and 07-3011 Subcontruc.tor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2001 Water Main Rglacem�nVHorn 15 May 23,2007 Project Numbers 07-3010&07-3011 i SUBCONTRACTOR LIST (Contracts over 1 mullion dollars) Name of Bidder: ! �C S�Lr -P Project Name: 2007 Water Main Replacement Schedule I - East Maple Street Water Main Replacement Schedule 11 - East Walnut Street Water Main Replacement Project Numbers: 07-3010 and 07-3011 I Pursuant to RCW 39 30 060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing, and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name. Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Aidder Date t 2007 Water Main ReplacemenVHom 16 May 23,2007 Project Numbers 07-3010&07-301 1 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 1 MODIFICATION. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. p SUBMITTED BY. 5/-/0,10kJ T. T L NAME. teed [ rae-6/yi yPg11q&,41M,_Z?A7 - ADDRESS & � /�1(T �9k i PRINCIPAL ONCE: j h F lw 1 Po 66K 7�1 1 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? q 1.2 How many years has your organization been in business under its present business name° 1.2.1 Under what other or former names has your organization operated9 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation- I q9g 1.3.2 State of incorporation- U)A 1.3.3 President's name. 5hAUJ 9 Rt_E70 1.3.4 Vice-president's name(s)• Shnuvn gez0 1.3.5 Secretary's name ��Mpto �. (PprdD17 1.3.6 Treasurer's name On (I l e L, (Pordali 1.4 If your organization is a partnership, answer the following: 11tq 1.4.1 Date of organization- 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s) 2001 Water Main ReplacemenVHorn 17 May 23 2007 Project Number. 07-3010&07-3011 I ' 1.5 If your organization is individually owned, answer the following: JJ/fi 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 A)J'A 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 U)AShl Jqgqo�n S1;4-(Zf REeD'r't1o1&70J 2.2 List jurisdictions in which your organization's partnership or trade name is filed (i)A 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. Site De_VeLopmerit 1 Under9 rams I G i Ll-kl�5 3.2 Claims and Suits (If the answer to any of the questions below 1s yes, please attach details.) 3.2.1 Has your organization ever failed to complete any work awarded to it? NO 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers9 NO 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? ye6 I see AttAdh6d. 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 ) NQ 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 �je& A f}Khe 3.4.1 State total worth of work in progress and under contract. 11l 1511 AVI 00 3.5 On a separate sheet,list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 5&<e AtfAdl ed 3.5.1 State average annual amount of construction work performed during the past five years- l b l vol poi, oo 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization See A1<t.4dhe1d 3.7 On a separate sheet, list your major equipment. See Ae6ic%opw 2007 Water Mani Repla.ement/Horn May 23 2007 Projcu N umbei s 07-3010&07-3011 4. REFERENCES C el 4.1 Trade References 4.2 Bank References. 4.3 Surety- GvE5tel"/I �((fLtzL CO/rl�R�y 4.3.1 Name of bonding company: 4.3.2 Name and address of agent. Poll I I)-jQLA Xf)5Ur4nef &MPMJ POPSq Xa56 5. FINANCING 6, NiqrWrt WA 5.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders It 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? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary) 2007 Water Mam Replacement/Hom 19 May 23,2007 Project Numbers 07-3010&07-3011 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 day of f//Ito 2007. Name of Organization 4 Lm im fi ip �. ' By: Title: pl"t';5/d coh� 6.2 ,being duly sworn, deposes and says that the information pi vi ed herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this �day of 0 'f +�,, ,/�//i� Notary Public: I tlS 'ry r 5 vi's ' • • y ' II'/�'�Ol e �7"4i�11G@UG My Commission Expires: �. ", �'`„; M1i 1 2007 Water Mam ReP facemem/Horn 20 May 23 2007 Project Numbers 07-3010&07-3011 REEDC Land Clearing Road Building ' Home&Sites TRUCKING & EXCAVATING Demolition 8707-169th Street East Puyallup,WA 98375 Hauling phone 253 8414837 tax253 8414816 City of Kent—2007 Water Main Replacement Schedule 1, Project Number 07-3010& Schedule H, Project Number 07-3011 Pagel RE: Project: 2007 Water Main Replacement ' Owner: City of Kent, City Hall Bid Date/Time: June 12,2007*12:00 P.M. To Whom It May Concern: As part of bidder's package, Reed Trucking &Excavating, Inc answers questions listed on page 18 & 19. 3 EXPERIENCE 32 Claims and Suits: 3 2 3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? Yes,as listed below 1. Sunset Pacific General Contractor,2003 Requested arbitration for$28,000,awarded to Reed Trucking&Excavating, Inc. $28,000. 2. Graham Contracting General Contractor, 2005 Requested arbitration for$65,000, awarded to Reed Trucking&Excavating, Inc $65,000 3.4 List of major construction projects in progress by name to include owner,architect or design engineer, contract amount,percent complete and scheduled completion date. Project. Seattle Mental Health Owner Seattle Mental Health Civil Engineer Poe Engineering, Inc. Contract Amount: $554,885 00 %Complete 85% Scheduled Completion Date: 7/12/07 Project, Walgreens, Store No 10304 Owner. Walgreens 106 Willmont Road ' Deerfield, Illinois 60015 Civil Engineer: Pacland Contract Amount- $453,627 60 %Complete 85% Scheduled Completion Date- 7/12/07 -i ' UNDERGROUND UTILITIES FINISHED TURN-KEY PROJECTS City of Kent—2007 Water Main Replacement Schedule, Project Number- 07-3010 & Schedule H, Project Number• 07-3011 Page 2 ' 3.5 List of major projects completed last 5 years Name of project. Silver Creek Retirement Owner Mountain West LLC Contract Amount: $522,947 37 Date of Completion September 2005 % of cost of work performed by Reed Trucking &Excavating, Inc 100% ' -------------------------------------------------------------------------- Name of project: Park Vista Retirement Owner Mountain West LLC Contract Amount $447,549 35 Date of Completion- January 2006 %of cost of work performed by Reed Trucking&Excavating, Inc - 100% Name of project Spring Creek Retirement Owner Mountain West LLC Contract Amount $9771453 22 Date of Completion- December 2006 % of cost of work performed by Reed Trucking &Excavating, Inc.: 100% ----------------------------------------------------------------------------- Name of project Walgreens Shoreline General Contractor Powell Construction Contract Amount $340,000 00 Date of Completion: August 2006 %of cost of work performed by Reed Trucking &Excavating, Inc 100°% ---------------------------------------------------------------------------- 3 6 Construction experience and present commitments of the key individuals of your organization Shawn J Reed, President and Owner 18 years Connie L Gordon, Office Manager 20 years Daniel Keller, Forman 5 years 1 ' City of Kent—2007 Water Main Replacement Schedule I, Project Number 07-3010& Schedule 11,Project Number- 07-3011 Page 3 3.7 List of Major Equipment: ' (3) 8 Axle Dump Truck& Trailer 2002 PC 200 Excavator 2005 PC 160 Excavator 2005 WA 250 Loader 2002 7D310 Backhoe ' 2002 Tilt Top Trailer 1998 Sakai 84" Drum Roller 2002 JD550 Dozer 2002 F-450 Utility Truck 2005 F-450 Utility Truck 1998 International Water Truck PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) 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: &o Tr9dKtMd NAME OF ' BY Signature hAwn T KEED , residen-r~ ' (Print Name and Title) Po Bax 73110j►9 Address PuuR� u� WA 9F373 1 2007 Water Main Replacement/Hom 21 May 23,2007 Project Numbers 07-30t0&07-3011 BID BOND FORM ' KNOW ALL MEN BY THESE PRESENTS: That we, as Principal, and , as Surety, ' are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 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 2007 Water Main Replacement - Schedule I - East Maple Street Water Main Replacement/Project Number: 07-3010 and Schedule I1 - East Walnut Street Water Main Replacement/Project Number: 07-3011 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 DAY OF 2007. ' PRINCIPAL SURETY 20— Received return of deposit in the sum of$ 2007 Water Mam RglacementlHom 22 May 23,2007 Proiru Numhers 07-3010&07-3011 CNA 6/5/2007 2:49 PM PAGE 2/004 Fax Server � �Df VWstffn Surety Company BID BOND (Percentage) Bond Number: 14996220 KNOW ALL PERSONS BY THESE PRESENTS,That we Reed Trucking & Excavating, Inc. Of P. 0. Box 731629, Puyallup, WA 98373 hereinafter referred to as the Principal, and Western Surety Company ' as Surety, are held and firmly bound unto city of Kent of 220 Fourth Ave. S., Kent, WA 98032 hereinafter referred to as the Obligee, in the sum of Five ( 5 %)percent of the greatest amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally,firmy by these presents WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for 2007 Watermain Replacement-Maple & Walnut Street NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall,within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee, or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void,otherwise to remain in full force and effect ' SIGNED,SEALED AND DATED this 12th day of ,Tune 2007 Reed TrUcking 6 Excavating, Inc. (Principal) By V44 �/Yt (Seal) Western Surety Company ✓S(Surety) r L= Seal John F. Criss Attorney-in-Fact t (IPORA SEAL Fain F5970 ' CNA 6/5/2007 2:49 PM PAGE 4/004 Fax Server Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY Bend No. 14 998220 llmow All Min By Theme Presents,that WESTERN SURETY COMPANY,a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Saoux Falls,South Dakota(the"Company"),does by theme presents make, constitute and appoint John F. Criss ' its true and lawful attormay(a)-m--fact,with fill power and authority hereby conferred,to execute,acknowledge and deliver for and an its behalf as Surety,bonds for Pnnctpal Reed Trucking fi Excavating, Inc. Obligee City of Kent Amount. $500,000.00 and to lend the Company thereby as fully and to the aame extent as if such bonds were signed by the Samar Vince President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorney(s}m-fact may do within the above stated limitations. Saud appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7 All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate came of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President or by such other ofBcen as the Board of Directon may authorize. The President,any Vkre President,Secretary,any Assonant Secretary,or the Treaams may appoint Atton mym in Fait or agents who shall have authority to issue bonds,polices,or un dertalungs in the name of the Company. The corporate mead a not necessary fiz the validity of any bands,policies,undertakings,Powers of Attorney or other aldngetmus of the corporation The signature of any such officer and the corporate meal may be printed by facsimile." All authority busby coubarred shall expire and terminate,without notice,unless used before midnight of September 12 , 2007 ,but until such thus"be irrevocable and in full force and effect In Witness Whereof;Western Surety Company has caused these presents to be signed by its Senior Vice President,Paul T Brutlat, an7ibOD gM ltobea�fixedthis 12th dayof June 2007 l,p WEST R SURW COMPANY W k Paul T Bruffa^mcr Vice President ;* S�A%O- ST r A Be Co on this 12th day of June ,in the year 2007 ,before me,a notary public,personally appeared Paul T Braflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the afareesid officer of WESTERN SURETY COMPANY and acknowledged sand instnneent to be the voluntary act and deed of s aorporffioa NNMWVNMMIMIY,MMY D.KRELL MMRV PURM otary Public-South Dakota •lfYfX OMm'Y1 {�MM`NNMMMMNM�� My Commission Expires Nuamber 30,2012 I the undersigned oilioer of Western Surety Company,a stock corpoaahon of the State of South Dakota,do hereby certify that the attached Power of Attorney is in.full force and affect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney nor now m force. In testimony whereof E have hereunto set my hand and seal of Western Surety Company this 12th day of June 2007 WESeTR SURE COMPANY P orVweProndmt Form F6108$200g i 6 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. I 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 1 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 2007 Water Main Replacement Schedule I-East Maple Street Water Main Replacement/Project Number: 07-3010 Schedule II -East Walnut Street Water Main Replacement/Project Number: 07-3011 NAME OF PROJECT 1 V ,DNAME OF BIDDER'S VIRM SRINATURE O AU ORIZE REPRESENTATIVE OF BIDDER Subscribed and sworn to beP�IL4Bifj day of ,2007. 'A, f rr�i 50 a5 ` • gINcOary Public in and for the Statf of Washington, 0i p -re�[dingat 2007 water Mam Re,Iacemen ftwn t11�1r��� 23 May 223,2007 Project Numbers 07-3010&07-301 1 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete The bidder's attention is especially called to the following forms Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name..................................6 Tableof Contents Sheet...........................................................................................O�j Callfor Bids..............................................................................................................I ContractorCompliance Statement.........................................................................D' Date............................................................................................................... a Havelhav Signature and address.a not acknowledgment ....•..•..........•.•..•..•...•.•.................................� S Declaration— City of Kent Equal Employment Opportunity Policy..................(9' Datedand signed..........................................................................................I Cityof Kent Administrative Policy........................................................................ Proposal ....................................................................................................................7 1110 First line of proposal—filled in........................ .4 Unit prices are correct and written in words............................................U/�/ Bid the same unit price for asterisk (*) bid items.....................................1i9' City of Kent Subcontractor List (over$100K)......................................................0' Subcontractorslisted properly.„................................................................17 Signature.......................................................................................................19/ Subcontractor List(over$1 million)......................................................................cr� Subcontractors listed properly...................................................................M." Signature.......................................................................................................1C' 1 Contractor's Qualification Statement....................................................................all,-- Filledout and notarized ..............................................................................Lid f ProposalSignature Page..........................................................................................9' All Addenda acknowledged.........................................................................L9' Date,signed and addressed.........................................................................CI BidBond Form.........................................................................................................� 1 Signed, sealed and dated.............„...............................................................i�Power of Attorney. (Amount of bid shall equal 5% of the total amount bid) Non-Collusion Affidavit......................................................................................... . 1 Signed,dated and notarized........................................................................ t / Bidder's Check List.................................................................................................19 The following forms are to be executed after the Contract is awarded, A) CONTRACT This agreement to be executed by the successful bidder. B) PERhORMANCL 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 1 To be executed by the successful bidder AFTER COMPLETION of this contract. 2007 Water Mam Rglacemendnom 24 May 23,2007 Project Numbers 07-3010&07-3011 Jun 21 07 08i22a Reed Truckine 253-841-4816 p. 5 PERFORMANCE BOND TO CITY OF KENT BOND#70329526 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned, Reed Trucking & Excava i ng, rni ' as Principal,and Western Surety rmmpan3,i: a Corporation organized and existing under the laws of the State of Washingon, 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$2-�r; , 9?n 1 tlogether with any adjustments, up or down, in the total contract price because of changes in the cpnlract work, for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or personal representatives,as the case maybe. 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 2007 Water Main Replacement-Schedule 1 -East Maple Street Water Main Replacement/Project Number: 07-30I0 and Schedule Ii-East Walnut Street Water Main Replacement/Project Number: 07-3011 (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: 1 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 acid supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect IN WITNESS WHEREOF,the above bounden parties have executed this instrument under their separate seats. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its underwgrted representatives pursuant to,authority of its governing body, I (SIGNATURES ON FOLLOWING PAGE) 2007 Water Mein RcpisccmenUMom 25 May 23,2007 Pruja'Numbcrd' 0"""&,07-30r 1 Jun 21 07 08i21a Reed Trucking 253-841-4816 p. 4 1 PERFORMANCE BOND PAGE TWO TWO ESSE / Reed Trucking &� Rxnavating, Inc 3Shawn ABY: Re d TITLB:Presideni- DATE: l-e 1/0 7 DATE: 6/2 7/0 7 1 CORPORATE SEAL: PRINT NAME DATE: 6 ��� ,07 Western Surety :Comp n SURETY CORPORATE SEAL: BY: an John F Criss DATE: 6/27/07 TITLE: Attorney-in-Fact ADDRESS: P n Box 2 9 o _ Gig Harbor, Wa- 98335 CERTIFICATE AS TO CORPORATE SEAL jI hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond;that gh-t,,n RP,--a Who signed the said bond on behalf of the Pnncipal Reed Trjicking R Px vg r;n;.—_T.nc. 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 Corpor ,tion by au�ty � �its goyerning body. 5 1 SECRETARY OR ASSISTANT SECRETARY I2007 Water Main Repl MnCnt/1ium 26 May 23,2EW Pm3ect Numbers 07.3010&073011 CNA 6/27/2007 11:42 AM PAGE 3/003 Fax Server 1 "bstm SureLy Company POWER OF ATTORNEY-CERTIFIED COPY Bond No 70329526 Enow All Men By These Presents,that WESTERN SURETY COMPANY,a corporation duly or1ramzed and axunmg under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company'),does by these presents make, constitute and appoint John F. Criss its true and lawful attorney(s)-m-fact,with fall power and authority hereby conferred,to execute,aclmowledge and deliver for and on its behalf as Surety,bonds for Principal Reed Trucking & Excavating, Inc. Obligee, City of Kent Amount: $500,000.00 I and to land the Company thereby as fully and to the aame extent as of such bonds were signed by the Semor Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorneys)-m-fact may do within the above stated limitations Said appointment u made under and by authority of the following bylaw of Westara Surety Company which rename in frill force and effect "Section 7 AD bonds,policies,undertalunge,Powers of Attorney or other obligations of the corrporatien shall be,executed in the corporate name of the Company by the President,8xretary,any Assistant Secretary,Treasurer,or any Vice Precedent or by such other officers as the Board of Dieactors may authorise The President,any Vice President,Secretary,any Assistant Secretory,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,poluxes,or undertakings in the name of the Company The corporate seal is not macessary for the validity of any bonds,policies,undertakings,Powers of Attorney or Aber obligations of the corporaton. The signature of any such officer and the corporate awl may be printed by facsimile" All anthonty hereby confarred shall expire and terminate,witbout notice,unless used before midnight of Nov ember 26 , 2007 ,but until such time shall be irrevocable and in full force and effect In Witness Whereof Western Surety Company has caused these presents to be signed by its Semor Vice President,Paul T Bruflat, and its M4 t 7 to 2th_ day of June 2007 Err ``s t " 0"' � WEST R SURE COMPANY =may z �.�i. I&�i'Ay * Paul T B sir Vice PresidentST ' f �A as ' CO On this 27th mod June in the yaor 2007 ,before me,a notary public,personally insured Pail T Brufat, who being to ate duly sworn, arlmowledged that he signed the above Power of Attorney as the afnresmd offrcaer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and dead of a d coat ryor� iri►M+.+www`►uw....; � aJ/a/J('/af.[• D.KRELL f �,RY�` otary Public-South Dakota kM��MMM My Ca wdeealon Evores Novo r 30,2012 I the undersigned officer of Western Surety Company,a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is m full force and effect and a irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force In testimony whereof,I]lave hereunto set my]land and seal of Waste=Surety Company this 27 th day of ' June 2007 WEST R SURELY COMPANY T Paul T Vice President Farm F6901t-f?-2006 CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and gct,& JkvLkFN& k CyCo#Tr'w'i, / 7-11C• organized under the laws of the State of d/6--441WN rOAI , located and doing business at f U �d f 734-'2 V IA14 `9r37-? ("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: 2007 Water Main Replacement- Schedule i- East Maple Street Water Main Replacement/Project Number: 07-3010 and Schedule II - East Walnut Street Water Main Replacement/Project Number: 07-3011 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided I 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 sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. i2. 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. i2007 Water Main Replacement/Hom 27 May 23,2007 Project Numbers 07-3010&07-3011 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 IShould 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 I 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. i7. 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 1 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. i I 2007 Water Main Replacemenb'Hom 28 May 23,2007 Project Numbers 07-3010&07-3011 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CITY OF KENT BY: U E E COOKE, MAYOR DA • y ATTEST: 1l4a BRENDA JACOBER, CIT LERK APAROVED M TO ORM: T L 7EPARTMENT CONTRACT BY. PRINT NAME -�uruN TITLE: /✓ DATE: 0' 7 -7 Lo 1 i ` 2007 Water Main Replacement/Horn 29 May 23,2007 Project Numbers 07-3010&07-3011 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ) ss COUNTY OF KING ) ' On this day of , 200_,before me personally appeared and to me known to be 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 1 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. 1 IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. ' NOTARY PUBLIC, in and for the State of Washington, residing at My appointment expires I l 1 1 2007 Water Main Replacement/Hom 30 May 23,2007 Project Numbers 07-3010&07-3011 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 1 Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may anse 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 IContractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ' 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors ' and personal injury and advertising injury The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: I. 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 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability 2007 Water Main Replacement/Horn 31 May 23,2007 Project Numbers 07-3010&07-3011 EXHIBIT A (Continued) 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mall, 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 Iinsurer's liability. D. Contractor's Insurance For Other Losses IThe Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANH. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. IH. 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 j 2007 Water Main Replacement/Horn 32 May 23,2007 Project Numbers 07-3010&07-3011 ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID J DATE(MMIDD/YYYY) REEDT-1 06 27 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PENINSULA INSURANCE AGENCY HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. BOX 250 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW GIG HARBOR WA 98335 Phone: 253-851-3323 Fax:253-858-2230 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA OHIO CASUALTY INSURANCE CO _ _ - -- INSURERB MUTUAL OF ENUMCLAW 14761 REED TRUCKING & EXCAVATING INC INSURER C P.O. BOX 731629 INSURER PUYALLUP WA 98373 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING I ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS D-L-- --- -- —- -- OLIICY-EFFECTI"OLI Y EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE MMIDD/YY DATE MMIDD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X, COMMERCIALG ENERAL LIA81LITY BH053060919 02/21/07 02/21/08 PRA MSESO(EaoC �e) $ 100,000 1 CLAIMS MADE C" OCCUR MED EXP IAny one person) $ 10,000 X Owner_/Cont Prot. PERSONAL BADV INJURY $1,000,000 X STOP GAP _ GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 POLICY JECT LOC 1 AUTOMOBILE LIABILITY — — COMBINED SINGLE LIMIT$ ANY AUTO CP40044515 11/19/06 11/19/07 (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIREDAUTOS BODILY INJURY $ X� NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $1 a n n n A OCCUR LI CLAIMS MADE BX05 3 0 6 0 91 9 5/2'7/0 7 2/21 /0 8 AGGREGATE DEDUCTIBLE $ RETENTION $ 1 $ WORKERS COMPENSATION AND WC SIAju TORY LIMITS ER IOTH EMPLOYERS'LIABILITY — ANY PROPRIETOR/PARTNERIEXECUTIVE E L EACH ACCIDENT $ OFFICER)MEMBER EXCLUDED E L DISEASE-EA EMPLOYEE $ If yes de scribe under T SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE:2007 WATER MAIN REPLACEMENT-SCH 1-E MAPLE ST WATER MAIN REPL/PROJ#07-3010 & SCH II-E WALNUT ST WATER MAIN REPL/PROJ#07-3011. BELOW IS LISTED AS ADDL INSURED PER CG 2010. CERTIFICATE HOLDER CANCELLATION KENTCIT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSU)NG INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN THE CITY OF KENT, IT'S NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL OFFICIALS-EMPLOYEES-AGENTS 6 VOLUNTE IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR I ERS 220 4TH AVE SO. REPRESENTATIVES KENT WA 98032-5895 AUTHOR DREPRESENTATIVE � ACORD 25(2001/08) ©ACORD CORPORATION 1988 ' FOLKr r+Utn9 R. BHOS306091 9 & CP4004451 5 CQFvAML ;1AL. t,%Lr146 rA;. 163AI114.11 INSURED Reed Trucking & Excavating, Inc, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAR IT CAREFULLY, ADDITIONAL INSURED --- OWNERS, LESSEES OR CONTRACTORS (FORM B) Thu endorwrniont modirias insurary c provided wrA*w Ow f411ownC COMMERCIAL GENERAL LIABILITY COYERMA-E PART. $c"EDULE Mani$ of Person Or OrgZALT.Auon. The City of Kent, It' s Officials-Employees-Agents & Volunteers 220 4th Ave So. Kent, Wa. 98032-5895 (11 no entry appears above,Information required W cwnplete this endorsement will be shown In the DWaration. as applicable to this endorsement.) WHO IS AN INSURED (Section 11) Is amended to indude as an Insured the person or organization shovvn In the Sctxdule, but only with respect to Iiabitity arising put of "your work"fW that Insured Dy Qr fQr yw. Authorized agent/broker :),I, T- C - Date (Ob7)P7 John F Criss 6/27/07 1 1 CG 20 10 i l d5 GWyrlght, Inswince jer.ices thrice, tn—, 19" ' 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.. .................. .............................................1-3 1-03 Award and Execution of Contract............................................... ...............1-5 1-04 Scope of the Work ......................................................................................1-7 1-05 Control of Work....................................................................................... 1-9 1-06 Control of Material ....................................................................................1-17 1-07 Legal Relations and Responsibilities to the Public.....................................1-20 1-08 Prosecution and Progress . . .. ........ . . ......... .... .......................................1-30 1-09 Measurement and Payment ................ ............................ ............. ...........1-34 1-10 Temporary Traffic Control..........................................................................1-37 DIVISION 2 EARTHWORK ........................................................................2-1 2-03 Roadway Excavation and Embankment .....................................................2-1 2-06 Subgrade Preparation........................................... ................................... . 2-1 2-07 Watering..... .. . ...................................................... ........................... .2-2 DIVISION 4 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 7-09 Water Mains .. . . .. . . . . ..... ........ ... . .. .. ........................7-1 7-12 Valves for Water Mains ...........................................................................7-6 7-14 Hydrants............................................................... ......................................7-7 7-15 Service Connections....................................................................................7-9 DIVISION 8 MISCELLANEOUS CONSTRUCTION...............................8-1 8-01 Erosion Control and Water Pollution Control ............................................8-1 ' 8-18 Mailbox Support. . . ... . . . ........ . ..............................................8-10 8-28 Pothole Utilities .. ........................................................................ ..............8-11 ' DIVISION 9 MATERIALS............................................................................9-1 9-03 Aggregates ..................................................................................................9-1 9-30 Water Distribution Materials......................................................................9-2 t2007 Water Main Replacement/Hom 1 May 23,2007 Project Numbers 07-3010&07-3011 TABLE OF CONTENTS PAGE KENT STANDARD DETAILS..............................................................................A-1 ' WSDOT SPECIAL PROVISIONS A-2 ....................................................................... NEW WATER MAIN CONNECTION PROCEDURES....................................A-3 CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE...................A-4 ' PREVAILING WAGE RATES.............................................................................A-S t2007 Water Main Replacement/Hom 2 May 23,2007 Project Numbers 07-3010&07-3011 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. I 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. iSECTION 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 j2007 Water Mam Replacement/Horn ] - ] May 23,2007 Project Numbers 07-3010&07-3011 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. 1 2007 Water Main Replacement/Hom 1 -2 May 23,2007 Project Numbers 07-3010&07-3011 2. "Standard Plans for Road,Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the"National Electrical Code." 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above-listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details. Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED BY THE FOLLOWING. 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2IS 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. 2007 Water Main Replacement/Hom 1 -3 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 61H PARAGRAPH. 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. SECTION 1-02.4(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be 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 for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 1-02.5 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents and a"Bid Proposal' for the ' advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids." Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPH AND BYADDING 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. 2007 Water Main Replacement/Horn 1 -4 May 23,2007 Project Numbers 07-3010&07-3011 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. 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 prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h)AND REPLACING ITEM 1(a) WITH THE FOLLOWING. 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION I-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BYDELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: ' 2007 Water Main Replacement/Hom 1 -S May 23,2007 Project Numbers 07-3010&07-3011 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. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid The affidavit and the work sheets shall be submitted to the Engineer no later than 5.00 p.m on the first business day after Bid opening, or the claim will not be considered The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids maybe rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH"60 CALENDAR DA YS"RELA TING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract ' SECTION 1-03.3 IS DELETED AND REPLACED BY THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. 2007 Water Main Replacement/Horn 1 -6 May 23,2007 Protect Numbers 07-3010&07-3011 Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-fumished 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. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH. 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The"Contract Bond" shall remain in force for one year following the Kent City Council"Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1- 05.10 (Guarantees), and the Performance Bond language of the contract. SECTION 1-03.77S 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 2007 Water Main Replacement/Horn 1 -7 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 1-04.2 IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL , PROVISIONS, KENT STANDARD DETAILS"FOLLOWING THE WORDS, "CONTRACT PRO VISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BYDELETING ITEMS 1 THROUGH 7IN THE SECOND t 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 BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4IS REVISED BYDELETING THE FIFTH PARA GRAPHAND 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 5THPARA 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 Variation in Estimated Quantities 2007 Water Main Replacement/Horn 1 -8 May 23,2007 Protect Numbers 07-3010&07-3011 SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING. 1-04.9 Use of Adjacent Properties Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. 1-05 CONTROL OF WORK SECTION 1-05.5 IS 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. I 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 2007 Water Main Replacement/Horn 1 -9 May 23,2007 Project Numbers 07-3010&07-3011 a� 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. Any claim by the Contractor for extra compensation by reason of alterations or , reconstruction work allegedly due to error in the Surveyor's line and grade, will not be allowed unless the original control points set by the Surveyor still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys , The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the Work These shall generally consist of one initial set of: 1. Cut or Fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and 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 2007 Water Main Replacement/Horn 1 - 10 May 23,2007 Project Numbers 07-3010&07-3011 ' advance notice of at least two (2) full business days is given to the City,the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the required staking. The City will furnish the following stakes and reference marks: ! 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25 foot stations where needed 2. Rough Grading- One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (Should slope transitions possibly cause erroneous grading, intermediate points along vertical curves may also be staked.) 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and back fill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50 foot stations Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes, 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase 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. ' 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. ! 2007 Water Main ReplacemenUHom 1 - 11 May 23,2007 Project Numbers 07-3010&07-3011 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 channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion,provide additional staking at the request of the Contractor at the rate of$150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day. 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) Illuminati on/signahzation Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.5(7) Stake Verification It shall be the Contractor's responsibility to examine survey stakes before commencing operations The Contractor shall notify the City if the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake The City will then check the stake or stakes in question Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of$150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down"time as a result of any staking and/or resetting procedure 2007 Water Main Replacement/Horn 1 - 12 May 23,2007 Project Numbers 07-3010&07-3011 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 S 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 wntten 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 nsk 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. SECTION 1-05.10IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-05.10 Guarantees I 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 unauthonzed interruption of the City Facilities, the work necessary to correct the items listed. 2007 Water Main Replacement/Horn 1 - 13 May 23,2007 Project Numbers 07-3010&07-3011 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 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 2007 Water Main Replacement/Horn 1 - 14 May 23,2007 Project Numbers 07-3010&07-3011 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, I but shall not imply that all the obligations of the Contractor under the contract have been fulfilled ' 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. tWhenever 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. 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. i2007 Water Main Replacement/Horn t - 1S May 23,2007 Project Numbers 07-3010&07-3011 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. 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. 2007 Water Main Replacement/Hom 1 - 16 May 23,2007 Project Numbers 07-3010&07-3011 ' If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A 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 INITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 2007 Water Main ReplacemenUHom 1 - 17 May 23,2007 Project Numbers 07-3010&07-3011 t 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmrttal 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 days vanable 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. 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 2007 Water Main Replacement/Hom 1 - 18 May 23,2007 Project Numbers 07-3010&07-3011 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. 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 to the Technical Specification sections and in Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall. 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED"—Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED"—Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission Does not constitute approval or deletion of 2007 Water Main Replacement/Horn t - t9 May 23,2007 Project Numbers 07-3010&07-3011 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 SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: j 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. 2007 Water Main Replacement)Hom l -20 May 23,2007 Project Numbers 07-3010&07-3011 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. I1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc , owned by the State of Washington, water mains and their appurtenances, sanitary sewers and sewage I disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price The City will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception- The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional, or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 2007 Water Main Replacement/Horn 1 -21 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 1-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City 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 BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal 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. 2007 Water Main Replacement/Horn t -22 May 23,2007 Project Numbers 07-3010&07-3011 t 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 PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.22.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.17(1) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buned facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(2} Payment All costs to comply with this section and for the protection and repair specified in RCW 19 122 are incidental to the contract and are the responsibility of the Contractor/excavator The Contractor shall include all related costs in the unit bid prices of the contract No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section 1-07.17(3) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. ' 2007 Water Main Replacement/Horn 1 -23 May 23,2007 Project Numbers 07-3010&07-3011 Contractor shall also notify owners/residents adjacent to the area of work of proposed , construction two work days (minimum) prior to starting construction. 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 Energy Comcast Contact: Anita Yurovchak Contact: Jim Nies (253) 476-6304 (253) 864-4382 west MCI Contact: Warren Perkins Contact: Louise Popelka (253) 372-5323 (425) 201-0901 / (425) 766-1740 SECTION 1-07.18IS 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 2007 Water Main Replacement/Horn 1 -24 May 23,2007 Project Numbers 07-3010&07-3011 condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense The Contractor shall perform the following. I 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. I When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings. 4. Maintain existing permanent signing Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of 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. 2007 Water Main Replacement/Hom 1 -25 May 23,2007 Project Numbers 07-3010&07-3011 t 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds. When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete. 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. 2007 Water Main Replacement/Hom 1 -26 May 23,2007 Project Numbers 07-3010&07-3011 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. 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 1-09 4; 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 ' 2007 Water Main Replacement/Hom 1 -27 May 23,2007 Project Numbers 07-3010&07-301 l The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City's TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer The Contractor's employees and agents shall not park private vehicles within or along the traveled way, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes when those public access areas are open to public travel. SECTION 1-07.23(2)IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours , shown in the plans or proposed by the City. The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves. Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. SECTION 1-07.23 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely 2007 Water Main Replacement/Horn 1 -28 May 23,2007 Project Numbers 07-3010&07-3011 1 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 1 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. At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs, or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fads to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, 1 the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 2007 Water Main Replacement/Horn 1 -29 May 23,2007 Project Numbers 07-3010&07-3011 I SECTION 1-07.24 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated j 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 1-08 PROSECUTION AND PROGRESS SECTION 1-08IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will fumish 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. 2007 Water Main Replacement/Hom 1 -30 May 23,2007 Project Numbers 07-3010&07-3011 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction 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 days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Also reference Section 1-07.23(1) of the Kent Special Provisions. rExcept 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. tIf a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p in on any day, the Contractor shall apply in writing to the Engineer for permission to work those times The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled Permission to work longer than an 8-hour period between 7.00 a in. and 6.00 p in. is not required. 2007 Water Main Replacement/Horn 1 -31 May 23,2007 Project Numbers 07-3010&07-3011 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10 00 p m. and 9 00 a m on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following- 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, 1 lth day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday When any , of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts ' due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical , completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the 2007 Water Main Replacement/Hom 1 -32 May 23,2007 Project Numbers 07-3010&07-301 I Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplement progress schedules shall not conflict with any time and order-of-work requirements in the contract If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the information required in this section, the City may withhold progress payments until a schedule containing required information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.S IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.5 Time for Completion The entire project, including cleanup, shall be physically completed within the time set forth in the contract. Each calendar day, including Saturdays, Sundays, and holidays, shall be counted when computing the total contract time for completion. The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a delay to the Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the immediate project area. The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting(see Section 1-03 3) Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed(see Section 1-03.3). 2007 Water Main Replacement/Horn 1 -33 May 23,2007 Project Numbers 07-3010&07-3011 The Contract will be considered substantially complete when all mains are installed, tested for purity and pressure, and accepted by the City's Inspection Engineer, and all 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, to facilitate the completion of the project. SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 5 IN THE SECOND PARAGRAPH AND 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 resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1-05 1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BYREPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number(this is already imprinted on the tickets). , 2. Identification number of truck/truck trailer 3. Date and hour of weighing 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket 6. Weighman's identification. 2007 Water Main Replacement/Hom 1 -34 May 23,2007 Project Numbers 07-3010&07-3011 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 j 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 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 iin 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. t2007 Water Main Replacement/Hom 1 -35 May 23,2007 Project Numbers 07-3010&07-3011 t 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 Retamage 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. 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.11(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 ansing from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington 2007 Water Main Replacement/Horn 1 -36 May 23,2007 Project Numbers 07-3010&07-301 t ■ 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 ansing 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 penod 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 ansing 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 ansing 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 SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations 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. 2007 Water Main Replacement/Horn 1 -37 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 1-10.2(I)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 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. 2007 Water Main Replacement/Horn 1 -38 May 23,2007 Project Numbers 07-3010&07-3011 s 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 iconvenience, safety, and orderly movement of vehicular, pedestrian and s 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 (see Appendix A-4), 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. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(1)B IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non-work periods, the TCS shall be available to the job site within a 45-minute time period after notification by the Engineer The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next t2007 Water Main Replacement/Horn 1 -39 May 23,2007 Project Numbers 07-3010&07-3011 working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer Include in the diary such items as, a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and e Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good 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 Assistance Brochure #6-5, Traffic Control Plans. The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely 2007 Water Main Replacement/Horn 1 -40 May 23,2007 Project Numbers 07-3010&07-3011 responsible for providing copies of the approved TCP's to the Traffic Control Supervisor(TCS). L 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 Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans Copies of the MUTCD may be purchased from the Superintendent of Documents, U S. Government Printing Office, Washington, DC, 20402 Washington State Modifications to the MUTCD, publication M 24-01, maybe 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 1 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. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE FOLLOWING. When a sign or traffic control device becomes classified less than"acceptable"it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project The radios will be capable of having direct contact with the Traffic Control Manager, Traffic Control Supervisor, and project management (foremen, superintendents, etc.). 2007 Water Main Replacement/Horn 1 -41 May 23,2007 Project Numbers 07-3010&07-3011 The hours eligible for"Traffic Control Labor"will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a Traffic Control Supervisor (TCS) will be paid for as "Traffic Control Labor"per hour. 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28 All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3)be suspended no more than 1 foot from the ground Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1- 10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for"Traffic Control Vehicle." 2007 Water Main Replacement/Horn 1 -42 May 23,2007 Project Numbers 07-3010&07-3011 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 1-10.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.4 Measurement No unit of measure will apply to the position of Traffic Control Manager(TCM) and it will be considered incidental to unit contract prices. When the TCM performs the duties of Traffic Control Supervisor (TCS), measurement and payment will be as specified for the TCS. Traffic Control Supervisor(TCS) will be measured for each hour a person is actually performing the duties described in Section 1-10 2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the job site 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 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. SECTION 1-10.S IS DELETED AND REPLACED BY THE FOLLOWING: ' 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal. The unit contract price for"Traffic Control Labor"per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10 2(1)B, and Section 1-10.3(1) of the Special Provisions, and as authorized by the Engineer. The hours eligible for"Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on weekly basis. 2007 Water Main Replacement/Horn 1 -43 May 23,2007 Project Numbers 07-3010&07-3011 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-I0.2(1)B Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for"Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas• 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of I and 2 above, or for temporary road closures subject to the provisions of Section 1-07 23(3) of the Special Provisions. 2007 Water Main Replacement/Horn 1 -44 May 23,2007 Project Numbers 07-3010&07-3011 DIVISION 2 - EARTHWORK 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. SECTION2-03.3(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(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03 3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2007 Water Main Replacement/Horn 2- 1 May 23,2007 Project Numbers 07-3010&07-3011 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED BY THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City of Kent Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option No additional deposit is required for the hydrant wrench The Contractor shall be responsible for paying all water use costs at the current City rate. Prior to issuance of the hydrant meter(and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City of Kent Customer Service Division located on the first floor of the Centennial Building at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter(and wrench if applicable) to the City Maintenance Shops undamaged and all water use fees have been paid to date The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter(and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2007 Water Main Replacement/Horn 2 -2 May 23,2007 Project Numbers 07-3010&07-3011 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BYADDING FOLLOWING: 4-04.3(2) Subgrade 1 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 PARAGRAPH AND REPLACING IT WITH THE FOLLOWING. 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a I result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer SECTION 4-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 4-04.5 Payment ' "Crushed Surfacing Top Course, 5/8 Inch Minus" The unit contract 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. 2007 Water Main Replacement/Horn 4- 1 May 23,2007 Project Numbers 07-3010&07-301 l r DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS rNOTE: 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 rSECTION 5-04.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 5-04.1 Description Section 5-04 of the Standard Specifications is modified per the WSDOT GSP "Hot ' Mix Asphalt' as included, except as modified herein See Appendix A-2 SECTION 5-04.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: r5-04.2 Materials ' Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.3(9) Spreading and Finishing rAsphalt 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. r5-04.3(10) Compaction rDensity shall be at least 92 percent of maximum theoretical density(nce density). Compaction tests shall be performed by an approved geotechnical or testing firm r under the direction of a professional civil engineer registered in the State of Washington r r2007 Water Main Replacement/Horn 5- 1 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 5-04.3(10)B IS DELETED AND REPLACED BY THE FOLLOWING: ' 5-04.3(10)B Control ' For Asphalt Concrete Class A, B, E, F and G, where paving is in the traffic lanes, , including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0 10 foot, the acceptable level of compaction shall be a minimum 92 percent of the ' 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 compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density(92 percent of the maximum density determined by WSDOT Test ' Method 705) Asphalt concrete Class D and prelevehng mix shall be compacted to 92 percent of ' the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer ' reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. ' SECTION 5-04.3(12) IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding ' connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by , eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the , Engineer. The full depth end of each lane of planing shall be squared off to form a uniform , transverse joint The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the 2007 Water Main Replacement/Horn 5 -2 May 23,2007 ' Project Numbers 07-3010&07-3011 transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. ' 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 material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for"Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. r 2007 Water Main Replacement/Horn 5-3 May 23,2007 Project Numbers 07-3010&07-3011 DIVISION 7 - DRAINAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS, WATER MAINS AND CONDUITS 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 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. ' SECTION 7-09.3(9)IS DELETED AND REPLACED BY THE FOLLOWING. 7-09.3(9) Bedding the Pipe In most cases, imported bedding is not required for water main installations. The ' native material shall be worked to form a continuous and uniform trench bottom for all burred 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 prevent any damage to the pipe or its protective coatings. ' 2007 Water Main Replacement/Hom 7- 1 May 23,2007 Project Numbers 07-3010&07-3011 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 Also see Appendix A-3 New Water Main Connection Procedures. 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, the City Water 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 by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor Where various methods are possible, or if doubt exists as to what is , required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after , satisfactory pressure and purity tests. SECTION 7-09.3(19) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: ' 7-09-3(19)C Abandon Existing Water Main ' Where the plans call for an existing water main to be abandoned, the Contractor shall be responsible for abandoning existing water mains, stubs, valves and/or , appurtenances required by the Engineer as described below: 2007 Water Main ReplacementlHom 7-2 May 23,2007 ' Project Numbers 07-3010&07-301 I 1. Water mains and appurtenances shall be abandoned by removal and disposal, and/or plugging the cut ends with a mechanical joint cap at the discretion of the Engineer. 2. Stubs, their valves and appurtenance shall be removed and disposed of at the discretion of the Engineer and the tee shall be plugged with a mechanical joint plug The Engineer reserves the right to change the above requirements to better fit unforeseen existing conditions in the field as they are discovered 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 Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24)IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for cohform (punty) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no ' flushing between samples are required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests Contractor shall pay for purity tests as required by the City of Kent. ' 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. ' 2007 Water Main Replacement/Horn 7-3 May 23,2007 Project Numbers 07-3010&07-3011 All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent, pnor to discharge NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlonnate 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 This 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 punty test sample results are satisfactory, connections to the existing main can be made All closure pieces and fittings shall be swabbed with an appropnate chlorne solution (5- 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 PARAGRAPH 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. SECTION 7-09.5 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: 2007 Water Main Replacement/Hom 7-4 May 23,2007 , Project Numbers 07-3010&07-3011 ' The unit contract price per ton for"Pipe Zone Bedding for Water Main"constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications This includes but shall not be limited to- excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for"Foundation Material, Class I and H for Water Main" 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, Cl 52 Water Mani 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. ' The unit bid price per each for"8 Inch Connection to Existing Water Main" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the 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, dewatering, 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) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item The cost to coordinate this work with the City Water Department 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. 2007 Water Main Replacement/Horn 7-5 May 23,2007 Project Numbers 07-3010&07-3011 The unit contract price per lump sum for"Abandon Existing Water Main"constitutes , complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City water department 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. , 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED B Y SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials , The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves.................................................9-30.3(1) Valve Boxes............................................... 9-30.3(4) Valve Marker Posts........................... ..... . .9-30.3(5) Valve Stem Extensions ..................... ..... .9-30.3(6) SECTION 7-12.3 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 SECTION 7-12.3(1) IS DELETED AND REPLACED BY THE FOLLOWING. 7-12.3(1) Installation of Valve Marker Posts , Valve marker posts conforming to City of Kent Standard Detail 3-4 shall be located , opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be , painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. 2007 Water Main Replacement/Horn 7-6 May 23,2007 Project Numbers 07-3010&07-3011 ' SECTION 7-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 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 7-12.5 IS DELETED AND REPLACED BY THE FOLLOWING. 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price for each"S Inch Gate Valve MJ x FL or MJ x MJ or FL x FL' 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, backfiliing 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 1 weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. Payment for valve marker posts shall be incidental to the installation of new water valves, unless a specific bid item is included in the project proposal The unit Contract price per each for"Valve Marker Post"constitutes complete compensation for all labor, materials and equipment necessary or incidental to the installation of water valve marker posts Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-14.2 Materials The following materials shall meet the requirements of the following sections of the 1 Kent Special Provisions Fire Hydrants ....................................9-30 5 ' Hydrant Dimensions .............................9-30 5(2) Fire Hydrant Guard Posts......................9-30.5(6) 2007 Water Main Replacement/Horn 7-7 May 23,2007 Project Numbers 07-3010&07-3011 7-14.3 Construction Requirements SECTION 7-14.3(l) IS REVISED BYDELETING THE FOURTH PARA GRAPHAND REPLACING IT WITH THE FOLLOWING. ' 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. The white hydrant paint shall be Waterous Hydrant enamel V 1814W white high gloss, oil base fast drying paint or equal approved by the Water Department. SECTION 7-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts ' Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants , as directed by the Engineer. Guard posts shall be boned to a minimum depth of three feet (3'). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set , with their tops at the same elevation. Posts shall be located to leave a minimum 3- foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: t 7-14.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: SECTION 7-14.S IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-14.5(1) Hydrant Assembly The unit bid price per each for"Hydrant Assembly ' constitutes complete , compensation for all labor, materials, and equipment necessary or incidental to fumishing and installing fire hydrant assemblies, including, but not limited to the 6- , inch fire hydrant, the 6-inch resilient wedge gate valve, the valve box, the 6-inch diameter ductile iron pipe joining the gate valve to the fire hydrant, furnishing and installing the main line tee, all costs for shackles, rods, concrete blocking, gravel backfill, painting, guard posts and anything else required for the complete installation and testing of the hydrant assembly as specified Reference Kent Standard Detail 3- 1. 1 2007 Water Main Replacement/HHom 7-8 May 23,2007 , Project Numbers 07-3010&07-3011 7-14.5(6) Guard Posts Guard post installation for fire hydrants shall be considered incidental to fire hydrant ' work of all kinds, unless a specific bid Item for guard posts is listed in the proposal. SECTION 7-1 S IS DELETED AND REPLACED BY THE FOLLOWING. t7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter, from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof Also included is abandonment and disconnection of service lines being replaced at the City main line. 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles...............................................9-30.6(l) Corporation Stops................ .............9-306(2) Polyethylene Pipes........ ..9-30.6(3)B Service Fittings . ................................9-30 6(4) Meter Setters . .................................9-306(5) Meter Boxes.......................................9-30 6(7) Water Meters......................................9-30 7(8) 7-15.3 Construction Details 7-15.3(1) General ' Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size(IPS) Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight,high density polyethylene (PE) plastic ' pipe, only ' 2007 Water Main Replacement/Hom 7-9 May 23,2007 Project Numbers 07-3010&07-301 I Pipe materials used for water service lines on private property, and installed by the , customer shall conform to the Uniform Plumbing Code It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served ' The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services The Contractor is responsible for planning and coordinating his work such that water service will be resumed with the least possible inconvenience to the water users The location of existing water service laterals and service lines between the water , main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. , Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, 1.e the meter shall ' be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlormated 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 with a 22 degree vertical angle from the water main pipe centerline as shown in the Standard Details. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Standard Details. 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 and from the water meter setter to the water service line Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). 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 as shown in Standard Details 3-5 and 3-7. The wire shall be bared and connected between the corporation and the 2007 Water Main Replacement/Horn 7- 10 May 23,2007 ' Project Numbers 07-3010&07-3011 angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter ' When water services lines are installed for future use, the work shall include a"tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run' section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend"WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the Standard Specifications 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(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City of Kent Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Special Provisions. ' Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the nght-of-way or easement line and inside the nght-of- way or easement. In all cases the angle stop shall be installed 9 inches below finished grade 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. 7-15.3(9) Meter Boxes and Vaults Water meter boxes shall be installed directly opposite the main line connection; shall be parallel with the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk Water meter boxes ' installed outside of City sidewalks shall be located within the easement or nght-of- way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. ' 2007 Water Main Replacement/Horn 7- 11 May 23,2007 Project Numbers 07-3010&c 07-3011 Water meter boxes are specified for varying meter sizes and for varying locations Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. 7-15.3(10) Replace/Abandon Existing Water Service , Where the plans call for an existing water service to be abandoned, the corporation ' stop at the water main line shall be exposed and shut off The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as , specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4IS DELETED AND REPLACED BY THE FOLLOWING: t 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each Measurement of new water service line will be made per linear foot. SECTION 7-15.S IS 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 ' corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, 2007 Water Main ReplacemendHom 7- 12 May 23,2007 Project Numbers 07-3010&07-3011 disinfection, and testing of the service connection. Reference Kent Standard Details 3-5 and 3-7. The unit contract price per each for"Abandon Existing Water Service" shall be full pay for performing the work as specified including excavation, backfill and compaction. The Contractor shall expose, shut off, and plug the corporation stop at the main, and cap the service line. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. The unit contract price per linear foot for"Water Service Line 1 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 I to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilhng, restoration, marking of"tail runs", testing, flushing, and disinfection. The unit contract price per each for"5/8 Inch x 3/4 Inch Meter Setter"constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the service lines, connecting to "tail runs", excavation, backfill, fittings and adaptors, testing, flushing and disinfection. The unit contract price per each for"Meter Box for 1 Inch Diameter Service" ' constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including,but not limited to excavation, backfill, and setting to grade. 1 1 1 1 1 t 2007 Water Main ReplacemenUflom 7- 13 May 23,2007 Project Numbers 07-3010&07-3011 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources Best Management Practices fall into a number of 1 categories Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and hydroseedmg shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseedmg. 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. 1 Seed ......................................... ......8-01 3(2)B and 9-14.2 Fertilizer..... . ............. ....................8-01 3(2)B and 9-14.3 Straw Log.........................................9-14.5(7) 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: 2007 water Main Replacement/Horn 8- 1 May 23,2007 Project Numbers 07-3010&07-301 I t 1. Providing ditches, beans, 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 j 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 maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. Prior to or in conjunction with all clearing or grading, the Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm 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 in the plans, as needed, and as directed by the Engineer. The Contractor shall Furnish, install, maintain and remove and dispose of water pollution , and erosion and sediment control Best Management Practices (BMPs) to prevent sediments and other debris from entering into the storm drainage system and adjacent sensitive areas, including creeks and wetlands. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The City of Kent Survey crew shall flag the boundaries of the clearing limits in the field as shown on the plans, prior to construction. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area During the construction period, no 2007 Water Main ReplacementlHorn 8-2 May 23,2007 Project Numbers 07-3010&07-3011 disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction The TESC facilities shown on the construction plans must be constructed and ' functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs 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 dunng 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 1 runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the deficiencies observed by the Engineer or the governmental agency. These measures shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. ' 2007 Water Main Replacement/Horn 8-3 May 23,2007 Project Numbers 07-3010&07-3011 The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications , and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities Water shall be frequently applied in traffic areas, as required, to achieve dust control at the site in accordance with these Special Provisions Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation. Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more than 5 acres of erodible earth between October 1 and April 30 and never more than 17 acres of erodible earth between May 1 and September 30 The Engineer may increase or decrease the limits in light of project conditions. Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October inclusive, as approved by the Engineer. Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include, but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. 2007 Water Main Replacement/Horn 8 -4 May 23,2007 Project Numbers 07-30I0&07-3011 If the Engineer, under Section 1-08 6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such ' cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work Nothing in this section shall relieve the Contractor from complying with other contract requirements SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's certification of compliance for the filter fabric fence which includes- Manufacturer's name, address, telephone number, product name by trademark and style, geotextile polymer type(s), and physical properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control. SECTION 8-01.3(1)C IS REVISED BYDELETING ITEM 1 AND REPLACING WITH THE FOLLOWING: 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. tSECTION 8-01.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following. 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 1 2. City of Kent 2002 Surface Water Design Manual. f 2007 Water Main Replacement/Horn 8-5 May 23,2007 Project Numbers 07-3010&07-3011 8-01.3(1)G Water Quality Monitoring , Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU(nepholometric 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 j discharged and during any storm event. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED BY THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way shall be seeded. Hydroseeding shall be the method of seed application A slurry of seed, fertilizer, mulch and water shall be evenly broadcast over areas to be seeded. 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 j 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. 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 2007 Water Main Replacernent/Hom 8-6 May 23,2007 Project Numbers 07-3010&07-3011 The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed- Mixture shall be fresh, clean, new crop seed Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14 2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating 1 during delivery, storage, and handling. Store seed in cool dry location away from contaminants Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out Water slowly and thoroughly with fine spray nozzle Water the hydroseeded areas at least twice daily(in the early morning and late afternoon) until the grass is well established as determined by the Engineer Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 2007 Water Main Replacement/Hom 8-7 May 23,2007 Project Numbers 07-3010&07-3011 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(2)B at the rates and analysis specified in Section 9-14 3 with regard to formulation and rate of application Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. SECTION 8-01.3(2)F IS REVISED BYDELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following penods- West of the summit of the Cascade Range -March 1 to May 15 and August 15 to October 1 Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work Keep streets and area drains open and free flowing Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger ' than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at j the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. 2007 Water Main Replacement/Hom 8-8 May 23,2007 , Project Numbers 07-3010&07-3011 Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)C Straw Log Barrier Straw log barriers shall be installed per the detail and locations shown in the plans. SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system The Contractor shalt maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. SECTION 8-01.3(1 S) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1 8-01.3(15) Maintenance The E.S C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8-01 3(1)B shall keep the Engineer informed of all areas of sediment accumulation, and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet 1 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. IThis maintenance requirement also applies during any winter shut down. 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. 1 2007 Water Main Replacement/Horn 8-9 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for"Seeding, Fertilizing and Mulching" shall be full ' pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: a. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. b. All biofiltration swales C. Detention pond site d. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per each straw bale used for"Straw Log for Drainage Way Barrier" constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to install the straw bale drainage barriers wherever specified, shown on the plans or as directed by the Engineer Straw shall be in an air dried condition free of noxious weeds and other materials detnmental to plant life. The unit contract price per each for"Inlet Protection' shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements I THE SECOND PARA GRAPH IS REPLACED BY THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. 2007 Water Main Replacement/Hom 8 - 10 May 23,2007 Project Numbers 07-3010&07-3011 THE THIRD PARAGRAPH IS REPLACED BY THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete Pothole work not on paved surfaces shall be backfilled with native material 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. ' 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for"Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 2007 Water Main Replacement/Hom $- t t May 23,2007 Project Numbers 07-3010&07-3011 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 518 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation- Sieve Size Passin 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No 40 6 - 18% US No 200 7.5 max. % %Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.17IS DELETED AND REPLACED BY THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class H shall be used to replace unsuitable material removed from unstable pipe trench bottoms Foundation Material Class I and Class H shall conform to the following gradations: iPercent Passin 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. 2007 Water Main Replacement/Horn 9- 1 May 23,2007 Project Numbers 07-3010&07-3011 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 j Density(solid volume) 155 pcf min Specific Gravity 2.48 min 9-30 WATER DISTRIBUTION MATERIALS j 9-30.1 Pipe SECTION 9-30.1(]) IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-30.1(1) Ductile Iron Pipe Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the plans 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe j Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint with rubber neoprene gaskets, and have restrained joints utilizing either bolted or boltless system. Any device utilizing round point set screws shall not be permitted. Field fabricated fittings shall not be permitted 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3-inches to 16-inches) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening Valve stems shall be provided with 0-ring seals. 2007 Water Main Replacement/Horn 9-2 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 9-30.3(4) IS DELETED AND REPLACED BY THE FOLLOWING. 9-30.3(4) Valve Boxes Valve boxes shall be installed on all burred valves and conform to City of Kent standard detail 3-12. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section The box shall be coal-tar painted by the manufacturer using industry standards The valve box top section shall be an Olympic Foundry No 940 The cover shall be an Olympic Foundry deep skirt No 940 DS, have the word"WATER" cast into it, and shall be of the non- locking type, unless a locking cover is specifically called for in the Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-IC or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. tValve box covers shall have the lugs or stainless cap screws parallel to the direction of water flow SECTION 9-30.3(5)IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4- inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base, shall contain one number 3 reinforcement bar, and shall otherwise conform to City of Kent Standard Detail 3-4. The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6)IS DELETED AND REPLACED BY THE FOLLOWING: ' 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to City of Kent Standard Detail 3-12. Valve stem operating nuts shall be no shallower than one and one-half(1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. 2007 Water Main Replacement/Horn 9-3 May 23,2007 Project Numbers 07-3010&07-3011 t SECTION 9-30.5IS REVISED BYDELETING THE FIRST PARAGRAPHAND REPLACING WITH THE FOLLOWING: 9-30.5 Hydrants Fire hydrants shall be compression type, break-away(traffic model) hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, M&H 929, or Mueller Super Centurion. SECTION 9-30.5(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with City of Kent standard detail 3-1. Valves and Nozzles—Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting -Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset V1814-W (white glow alkyd enamel 41100 series) Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset V1814-Y (yellow gloss alkyd enamel 41100 series#x3472). SECTION 9-30.5(6)IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter, shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover, and shall otherwise conform to City of Kent Standard Detail 3-1(a). The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED BY THE FOLLOWING. 9-30.6 Service Connections 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or mtnl gasket in order to prevent gasket movement. The saddle is to be tapped with an I P. thread The "U ' straps shall conform to the outside diameter of the range stamped on the saddle. 2007 Water Main Replacement/Horn 9-4 May 23,2007 Project Numbers 07-3010&07-3011 The service saddle shall be manufactured by Smith Blair, Romae, or Mueller Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops All corporation stops shall be Ford ballcorp style The following Ford model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 Connection to service pipes shall be by Ford pack joints (Section 9-30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards. ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor If the existing service line is long enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter 2007 Water Main Replacement/Horn 9-5 May 23,2007 Prefect Numbers 07-3010&07-3011 Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing Insert Stiffeners i The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 , Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pie Ford Model Number Male Iron Pie P.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 1/2 inch 1 1/2 inch C84-77 2 inch 2 inch Ford Pack Joint for Pol ethylene Pie Ford Model Number Male Iron Pie P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch ' SECTION 9-30.6(5) IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.6(5) Meter Setters Meter setters shall be manufactured and tested in accordance with all applicable parts T of AWWA C800 2007 Water Main Replacement/Horn 9-6 May 23,2007 , Project Numbers 07-3010&07-3011 Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends The meter setter shall have a brace pipe eye to hold the setter vertical The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass The following meter setters shall be used for the respective size meter setter listed: 1 Meter Setter Size Type 3/4 mch Ford VH72-15W-11-33 1 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 LBP 2 inch Ford VFH77-1513-11-77 LBP SECTION 9-30.6(7) IS DELETED AND REPLACED BY THE FOLLOWING: 9-30.6(7) Meter Boxes Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows. Meter Box Meter Size Location Type 3/4 inch Planters Carson 1220-12 Sidewalks, driveways, Olympic Foundry pavements or adjacent #SM29 to vehicle turning areas 1 inch Planters Carson 1220-12 Sidewalks, driveways, Olympic Foundry pavements or adjacent #SM30 to vehicle turning areas 1 1/2 inch to 2 inch 1Planters Carson 1730-15 Sidewalks, driveways, Olympic Foundry pavements or adjacent #SM30 to vehicle turning areas 3 inch and larger Concrete vaults per City of Kent Standard Detail 3-8(b) All plastic boxes shall be constructed of black polyethylene Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and all Carson 1324-15G PRV's Green solid lid 1324-2L Extension Boxes -6 inch Carson 132413AL 1 1/4 mch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1B for 19 inch high Green solid lid 1730-P2L 2007 Water Main Replacement/Horn 9-7 May 23,2007 Project Numbers 07-3010&07-3011 SECTION 9-30.6IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City of Kent Water Department The City Water Department will not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s),paid all associated fees, and receives a request from the project inspector All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invens s SR 3/4 inch Invens s SR 1 inch hivens s SR 1 1/2 inch Invens s SR 2 inch Invens s SR , 3 inch to 6 inch Invens s SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Standard Detail 3-8(a &b). After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. i l 1 t 2007 Water Main Replacement/Horn 9-8 May 23,2007 Project Numbers 07-3010&07-3011 KENT STANDARD DETAILS The following Kent Standard Details supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-1(a) Guard Post 3-4 Valve Marker Post 3-5(a) Service Connection(Behind S/W or Curb with no S/W) Plastic & Copper 1" Service 3-12 Valve Box & Operating Nut Extender 1 1 1 1 t 1 i 1 I L t2007 Water Main Replacement/Hom A- 1 May 23,2007 Project Numbers 07-3010&07-3011 I W W U w 3K •' • O-{ lJ� 'fir Q OQ • t-' Jn o W3 Oa0 UN en C-1 W WZ rf Zp �NW 70, F- JD 06 om=3 aV0 co W Do m(n 3ooiI SWQVI�o O = oa ? LLI N W O N M Z N 0 OZ ___ _ �d 1=A IW.N1 U �C� 1 JN M W la_1 _ _ w F'G_ 0 YO J 7 > N �WaI p M U" K J � F-�W W \=F x ZUW O =Q Ye 8z� a / rx vJWi> w xFW Zoo O m� !-. ' c=Wi rs 'O�' mY(!! 3 0 \ < U O �LL x WAIx W pZ�U N umza z vwi / da 3� a tow w� 4w a�p '°�°Id� I > Lr0000 L� a oZ M< �o zqqa LLI aoo:c� I^W� ! x n � � m33 Wz � zwz o y F=dF �_ yQw N a >- ' W WNWO N Z1=� SW W LdC CD w =pa OULu p OO�W�11 N N m / N 3?cC ZW I-i0 Q4.J Z z La W- z ^ 1n f0 h DO 0;InO �z F- O z o , ND9 ,5'£ >. i� x z O mo 6W WLLJ UZZ C O= W �zd El w N c-)M /LLJ p N� x wWn �F mo ° zxo L) ox0 z M < omm �oUP)U 1a1 U >� m C �CNi /)p}p}O nU, 9!- In gF F Ad ¢ L, W z O MM W Z a d CL oz 4- pw L c�N z 1 cn 1 U� --J ow_ cs ZZON U z0 wZ U m .- vw Wm� QOZ z cFi � o�� a o cma a fL a j j o f �µ�I� zz m� z � o � �oF C z� t0 to Z� c> m0 o FX 3tiw 1�w � 3W� NN o w Se 0 wpWg a li Y gO� NmO � Ito Ix n C74x1L =W ' U ADO .> z 2a RO il N �i � �., x w Zo>maQ� 144Ua!!!m O w Z ~ � �Ofn m m WaW V=NL�Z l+=l+{{Od. F V, WO w i Z Fj`E� '7 1 �YO i-i}' SaZ I _ N W 3� NOMINAL U cai Uw o a o a a� a In O �.r Z N Mj d i CITY OF KENT QQJ = ENGINEERING DEPARTMENT z Z p. Z Iw o "a s `/ [ANT STANDARD FIRE HYDRANT DESIGNED MD 1 DRArA SGLE NONE STANDARD DE AA 1 GNECNE9 D\7E 8-9-04 3-1 APPRDYED � f11uR0� 1 GUARD POST PAINT WITH TWO (2) COATS OF WHITE FARWEST WONDERGLOW I OUICKSET ENAMEL1100 SERIES APPROVED 3' MIN 1 FIRE HYDRANT CLEAR ZONE I _ _ `-7 rn _ rn-Y� I11 ill III III I _ —LI. III I IJ I _III LIJ� w WATER CLASS 3000 N I MAIN CONCRETE z a LOWER LIMIT o + FOR PAINT I u GUARD POST l TYPICAL PLACEMENT DETAIL \\ \/ i THE FOG-TITE HYDRANT GUARD POST IS PRE- APPROVED ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION I NOTES: 1. GUARD POSTS SET PLUMB AND BURIED AT LEAST 3-FOOT DEEP 2. GUARD POST ARE INSTALLED WITH TOPS NO HIGHER THAN HYDRANT. IF MORE THAN ONE POST IS SET, THEY SHALL BE SET AT THE SAME HEIGHT 3. GUARD POSTS ARE LOCATED NO CLOSER THAN 3 FEET 9" DIA. FROM OUTSIDE FACE OF FIRE HYDRANT 4. EXPOSED PORTION OF GUARD POSTS ARE TO BE PAINTED WITH TWO (2) COATS OF WHITE PAINT. (SEE STANDARD CITY OF KENT DETAIL 3-1 NOTE 2 FOR TYPE). ENGINEERING DEPARTMENT 5 SEE STANDARD DETAIL 3-1 FOR FIRE HYDRANT DETAILS. O T GUARD POST 6. GUARD POSTS ARE NOT USED WHERE FIRE HYDRANT IS LOCATED BEHIND CURB AND GUTTER DESIGNED JB DRAWN JM SCALE NONE STANDARD OVAIL CHECKED EW DATE APPRDKO Ott Cxa"ttM ��� \a/ i TYPICAL 2" HIGH BLACK STENCIL MARKINGS ON THIS FACE ONLY HOMERIGHT PAINT i " SIZE OF VALVE E'G�5 DF P05T GONGRETE I OOVEIN G TaP GL'55 3000 v 0 SPED GRADE fINj / 2 ' DISTANCE LI�(IT pTO R �E E VALVE ow of W PPG 5 -' O OR BLOWOFF GOATS ALL 3' GOA pN DE1 PAINT5TD VP0 (SEE 2 FOR / N OTE 5AR ... REINFDRGED 0 USE "GV" FOR GATE VALVE OR _ r{P "BV" FOR BUTTERFLY VALVE OR "BO" FOR BIOWOFF ASSEMBLY D / y 53,60 �g5 } 1�2 THE f TITS VALVE MARKER CITY KENT WITH " POST WITH THE "WATER" LEGEND ENGINEERING DEPARTMENT S THE PRE-APPROVED PRODUCT ' ALL OTHERS REQUIRE THE WRITTEN VALVE MARKER POST APPROVAL OF THE ENGINEER PRIOR ,,,,„,,,,,, TO INSTALLATION DES)GNED JB STANDARD DETAIL DRAWN JAI SCALE NONE CHECKED EW DATE 6-11-99 { APPROVED Utt E„W„CER `+_4 W z w In wx ZU p¢ O LLI W X Nr YK HN-O¢ wm Uw W Ow p� W w w p w N w U a ^ W U z �w� < o3 �_ Uz OD a � r w3 Ln In m < > w0 � Zr) ww �O w KO Uw <n 0'_ 1 uLaw ZO 3NIl 1N3W3SV3 z 0 a NO In o Li uu 0 m 3 CL np p vw a> Owe Ww K Idd3d0dd aw M� V),a„d U� JU m Lj U aN a0 N� In �0 mw wo iC o n �ww �0 w w zpo � Baas o0 Eanv, N I w�a _ m Lao U jW IZ > >Zw >lw, g a ZLn o00 ?z a oW wN �� woo cro gOw as ooWw i a w� w� UW ^n N� n nU aw ICI W33W n-w- 00D >m zc� N ri v III- n 0tn z m Q a ¢r W a Z WD �Z O —� z zz z wpm �¢ tn0 w0 II' a �Y ¢a a'-� 0 �w zXo Uw z _ r cD �I— ow aw ^� �woz H a Wz Ywo ww a ao zw w� ¢ a _ CL I� En N�rt a w Lnn CO� H-= o a r` - w w a w E`n N II _ W w¢ w� �p � Z °°W Z� o rp D CD III f-W pw �� � 7,o w JW J JZo�a z � �a mva vmU a� aa�p mLia n3ro z, 5 E�zV) - z aaw 'E -w000c� pz, a OaW <- wUawn pw�Owaz� ~Uww In a� Ewt �W LJzou za apga�N ??oLxmoo o� z < z=� - a0vto z fnUW va �JJ�c YZ �U _ ¢ — U W Q � Z VjQ W W>— OaUmw ZO Crj Q aaw LD a. U¢ r ma �H=-Wrw UC1 N Z �XZ pLO �� D_zw vo� zawz �O Z,na wa ^ Ua OIn D_ w Ww CD 2 O Y En O J �CL ZOw ZZ� In O O_ z zz0 nwow ..OL 01 ,8 v OmuJ ¢W, N N ^Ina a"� u,�- w�J WwU' J¢W r"taaa a¢J U3i D: wo wwH¢- CV w U Ln 0 Z N x aK wUW �UEn� ^00 O _ r� �30 > I nxz w� 3 a`� En r owprn �_ O C) WZN I mwNg'S � z¢ ¢r mY� �. W w O as U') ate._., a �U w zQ Owpa10 wQQ I LO Ow _W N om O� 0wo I Lj 3 3 t` w cr Q w CL ` H-' �CL J Z CJ¢J I.W. U � o= 3 a oZ n� %oo wool as o�Uwo p En_ a be N �3 =z zWa �o pEn a. vomwU FLJ w-Y HO OQ� <dNU �N Ewn V1 In Y wU WO Mr cvog-! poi �0 w D. o UQN w - UaN In U W x Z ¢¢. Z w¢ ww D_W 00Go z� Ww H- CITY NOG KENT Y Y Oz U '• Q 3 p ~ ENGINEERING DEPARTMENT SERVICE CONNECTION (BEHIND m m V KENT S/W OR CURB WITH NO S/W) PLASTIC & COPPER t" SERVICE Z OESIGNED AB SCALE NONE STANDARD DETAIL r DRAWN JN N CHECKED Ew DATE 6-11-99 ARFROVED OWEr.G"EEM 3-5(a) 3000 PSI CONCRETE OLYMPIC FOUNDRY VB 940 WITH PAD IN UNPAVED TWO (2) INCH "DEEP SKIRT" COVER. AREAS THE COVER SHALL BE MARKED "WATER". SEE NOTE 5. SEE NOTE 6 FOR TRANSMISSION ZONE SEPARATION OR OTHER APPLICATIONS SPECIFIED BY THE DIRECTOR. , 3 d n c in 0 f . r—� ° ' EXTENSION I1 AS NEEDED 3 II M • d I ° a f II W II a I 1 � 3'x3'x6" THICK CONCRETE II PAD AROUND VALVE COVER rL4 IN UNPAVED AREAS I �I BASE SECTION: PLAN RICH 24 VALVE BOX BOTTOM, OLYMPIC NO. VBIC OR 2" SQUARE PRE—APPROVED EQUAL OPERATING AND SHALL BE COMPATIBLE NUT WITH TOP SECTION ROCK GUARD, 4 1�4" DIA. 1/8 MIN. THICK VALVE BOX WITH OPERATING NUT EXTENDER NOTES: 3/4" SOUD 1. EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS STEEL ROD. MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE A MINIMUM OF ONE (1) FOOT LONG. 3. EXTENSIONS SHALL BE SIZED AS NOTED, AND PAINTED I i WITH TWO (2) COATS OF METAL PAINT. 4. EXTENSIONS ARE MANUFACTURED OR AVAILABLE FROM OPERATING NUT EXTENDER H.D. FOWLER OR PACIFIC WATERWORKS. 5. EARS, LUGS OR STAINLESS CAP SCREWS ON COVER CITY OF KENT SHALL BE ALIGNED WITH DIRECTION OF WATER FLOW. ENGINEERING DEPARTMENT 3. FOR ADDITIONAL REQUIREMENTS AND USE SEE SECTION • T VALVE BOX AND 3.7.3 OF THE CITY OF KENT CONSTRUCTION STANDARDS KE. OPERATING NUT EXTENDER DESIGNED JB DRAWN JM SC�1lE NONE SfANOARD DETAIL • CHECKED MD 1 MTE 11-30-04 3—1 ^ APPROVED L ' r WSDOT SPECIAL PROVISIONS 1 5-04 Hot Mix Asphalt i r 1 r i 1 1 r r r r r r r2007 Water Main Replacement/Hom A-2 May 23,2007 Project Numbers 07-3010&07-3011 5-04.3(7)A Mix Design Section is deleted and replaced with: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03 8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents Non statistical acceptance testing will be conducted as outlined in 5-04.3(8)A. 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract. Where HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Items 1 & 2 are deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 edition, section 5-04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract Commercial HMA may be used for amounts of HMA less than 2500 tons in any application Testing beyond that specified in 5- 04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti-strip additive, where required, will be verified and documented by the engineer. i 1 1 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9-03.8(2) the Standard Specification, 2006 edition. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, second paragraph is deleted. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture , Item 7 is deleted. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture ' Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on , Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f' , All aggregate passing- 1 ''/2", 1". %", W, 3/8" and No 4 sieves 2 All aggregate passing No. 8 15 , All aggregate passing No 200 sieve 20 Asphalt binder 52 Items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for i the asphalt binder. 1 Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the lob mix formula shall be accepted at the unit contract price with no further evaluation When one or more constituents fall outside the nonstatistical acceptance , tolerance limits in Section 9-03 8(7), the lot shall be evaluated in accordance with Section 1-06 2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation 2. Commercial Evaluation. If sampled and tested, HMA produced under ' Commercial Evaluation and having all constituents falling within the tolerance limits of the lob mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03 8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00 When less than , three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1 00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent The Job Mix , Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1 00 multiplied by 40 percent The Compaction Price ' Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix I I I I I t 1 1 NEW WATER MAIN CONNECTION PROCEDURES t 2007 Water Main Replacement/Hom A-3 May 23,2007 Project Numbers 07-3010&07-3011 3.8.5 Connection to an Existing Water Main A physical separation between all untested and potentially contaminated water mains (or main extensions) and the city's existing water system shall be maintained at all times unless the connection is protected by an approved Department of Health backflow device (see diagram below). Approved Goss Connexion Control Devae and Meter Discharge/flushing `\ Dechlonnation\ Sampling Faucet i Temporary Test Supply Hose \ I L Blocking _Control Valve 1 �� 1 New Water Man UUUddd I I Temporary Cap or Plug Approved Goss Cannea,on Control Demre and Meter Di Dechl ri n slying do Dechlorination CTemporary Blockmg \ / Samjftuce�tControl 1 New Water Main UfTemporary Cap or Plug A hydrant meter and an approved backflow prevention device shall be used whenever drawing water from the city system (see diagram above). Hydrant meters and backflow devices may be obtained from the Public Works Operations Division/Water Section at 5821 S. 240`h Street by completing the billing forms for a hydrant meter permit and making the required damage deposit. There will be a charge for all water used in accordance with Kent City Ordinance section 7.02.180 "Temporary Water Meters". , Prior to the new water main being installed, the contractor has the option of cutting in the connection tee on the existing water main, or providing potable water from another source to provide a temporary water supply. If the Contractor chooses the option of installing the new connection tee, the Contractor shall install new resilient wedge gate valves on all sides of the tee, or as required by the City. A mechanical joint plug with a 2"minimum tap and proper blocking shall be installed on the new incoming mainline valve at the new tee, with piping accessible to accommodate filling the new water main. The City Inspector shall notify the Water section of Public Works Operations a minimum of five full working days before the valve and tee installation is scheduled. This will allow water section employees time to schedule the water main shutdown and notify the customers affected. 3.8.6 Cubing Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove ` any residue, dirt, debris, obstruction or possible foreign material in the new water main. A. The Water Section shall be responsible for supplying the foam cubes to the contractor based on the water system design as shown on the approved construction plans. B. The Contractor shall be responsible for picking up the cubes at the Public Works Operations located at 5821 S 240`h St Kent, Washington, and shall install two foam cubes at the initial connection and two foam cubes at each lateral connection six inches in diameter and larger(downstream of each connecting valve), as the new main is installed. This would include all six-inch diameter lateral runs to hydrants that are longer than two full pipe lengths, or have more than a single joint in them. C. A mechanical joint cap with a 2"minimum tap shall be installed with proper blocking at the initial connection point on the new main with piping accessible to accommodate both flushing and chlorine injection. D. The Water Section shall retrieve the foam cubes when the contractor performs the cubing process. All cubing and flushing shall be under the supervision of the Water Section or a City Inspector. E. To accommodate the launch and the retrieval of the cubes, the minimum blow-off size shall be four-inch diameter for six-inch and eight-inch mains. A six-inch diameter blow-off shall be installed for 10-inch and 12-inch mains per City of Kent Standards. F. It shall be the contractor's responsibility to properly dispose of all flush water per City of Kent Standards as well as locating and retrieving any "lost" or missing cubes or partial cubes from the water main. G. In the event that the initial cubing does not adequately clean the new water mains, the contractor shall be required to provide additional point(s) for launching and retrieval of additional cubes, and re-cube those sections of main that have debris in them until clean, as determined by the Water Section. 3- 1 3.8.7 Pressure and Leakage Test All new water mains, extensions of existing mains, water system appurtenances and water services shall then be pressure tested for leakage in accordance with Section 7-11.3(11) of the WSDOT Standard Specifications. Water services and appurtenances 2" and smaller installed prior to water main testing shall also be pressure tested with the water main. At no time will the temporary water system connection or backflow device remain connected or in place during the pressure test procedures. 3.8.8 Chlorine Injection After the Contractor has cleaned the water main by cubing and flushing, the Contractor shall inject a liquid chlorine solution evenly throughout the new main and appurtenances for optimal 1 disinfection. The chlorine dosage shall be in accordance with WSDOT 7-11 3(12)B at a minimum of 50 mg/L (see the table on page 4 of this document) and a maximum of 100 mg/l. AWWA C651-99 Standards include detailed procedures for the adequate disinfection, flushing and microbiological testing of all water mains. If the contractor wishes the Water Section to do the injection, the City Inspector shall give the Water Section three working days notification to perform the chlorine injection. The Contractor must sign a waiver holding the City harmless for any failure of purity samples due to the work performed by the Water Section, as well as agreeing to reimburse the city for all city costs associated with the disinfection process. Work may be scheduled after hours due to manpower or workload constraints, in which case the Contractor will reimburse the Water Section for city employee overtime associated with the work performed. The Chlorine shall remain in the main for the time specified according to the procedure used from AWWA Standards C651-99 After the 24-hour disinfection period, the remaining residual throughout the water main and appurtenances shall not be lower than 25 mg/L The Contractor shall be responsible for disposing of all chlorinated water Chlorinated water shall be disposed of in an approved sanitary sewer. If a sanitary sewer is not available, or the capacity of the sanitary sewer will be at risk, the Contractor shall be responsible for disposing of the water per City of Kent Construction Standards. tAmount of Chlorine needed to produce 50 mg/L in 18ft of pipe (one pipe length) for 5.25% household bleach (with no additives), 12.5% Sodium Hypochlorite solutions and 65% available dry Calcium Hypochlorite. Diameter 5.25% al 12 5% al 65% Ib 4" 0 009 0.005 0 007 6" 0.022 0 011 0 017 8" 0.039 0.019 0.029 10" 0.061 0 031 0 052 12" 0 087 0 044 0 047 16" 0 156 0 078 0 119 18" 0.197 0.098 0.152 24" 0 352 0.176 0 271 30" 0 548 0 275 0 422 3 -2 Example: How many gallons of fresh 5 25% Sodium Hypochlonte will be required , to disinfect 5,000 ft of 8" main? 5,000 ft _ 18 ft = 278 lengths of 8" pipe 278 x 0.039 = 11 gallons required 3.8.9 Bacteriological Purity Samples Two consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new main and appurtenances. Water section personnel shall take the first bacteriological purity sample(s) after the chlorine is removed, flushing is completed and the chlorine level is no greater than nor less than the level present in the adjacent distribution system. Water services and other appurtenances two inches and smaller installed prior to water main testing shall also be purity tested with the water main The second set of purity samples shall be taken no less than 24 hours after the first set of samples. A representative background sample of the City water system may be taken from the distribution source at the same time purity samples are taken from the new main In the event that the Water Section or the City Inspector determines that trench water, dirt or ' debris has entered the new main during construction, the first purity samples shall be not be taken until the water has stood in the new main for at least 16 hours after final flushing As above, the second set of purity samples shall not be taken until the water in the new main has stood for an additional 24 hours. Note: No water shall be flushed during the 16- or 24-hour incubation periods described above, or prior to the purity samples being taken. It shall be the contractor's responsibility to make arrangements to transport the sample(s) to a state-certified laboratory approved by the Water Section. The contractor shall be responsible for paying all costs for the purity samples excluding the representative background sample at the distribution source. Note: Two consecutive samples, 24 hours apart, must show no coliforrn presence before perfornang final connections to the existing water system. The Water Section may be available during normal working hours, depending upon workload, r (7.30 am to 4:00 pm) excluding holidays and weekends, to take purity samples, assist with cubing and chlorine injections The Contractor shall reimburse the city for all associated costs, including labor, vehicles, materials and overhead charges. Outside of normal working hours, the contractor shall reimburse the City at the most current hourly overtime rate for labor, vehicles, materials and other associated costs. 3-3 1 3.8.10 Final Connection(s) to the Existing Water Main When both sets of purity sample results are satisfactory and received in writing from the state- certified laboratory, and all other City of Kent water system standards have been met, the contractor shall be allowed to connect the new mains to the existing distribution system j following City of Kent and AWWA standards It shall be the Contractors responsibility to ! pi event, at all times, the contamination of the new and existing water mains with trench water, dirt, debris, or other foreign material. A City of Kent inspector and/or Water Section representative must be present to witness the final connection(s) to the existing water system, to turn on and flush the new water system, and to place the new water system and appurtenances into service. A City of Kent inspector and/or Water Section representative must be present to witness the final connections) to the existing water system, to turn on and flush the new water system, and to place the new water system and appurtenances into service. 3-4 CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE 6-5 Traffic Control Plans 2007 Water Main Replacement/Hom A-4 May 23,2007 Project Numbers 07-3010&07-3011 ' Public Works Location 400 W Gowe Mail to 220 4th Avenue South . Kent,WA 98032-5895 \v KE T (253)856-5500 FAX (253)856-6500 w�sxixarox PUBLIC WORKS Development Assistance Brochure #6-5Traffic Control Plans tThe City of Kent has adopted the City of Kent Minimum City of Kent Traffic Construction Standards (KCS)to set forth the re- Control Plan Requirements quirements and conditions that apply to all im- provements or extensions of the City of Kent street, 1. Except as specifically stated otherwise below storm drainage and utility systems The KCS also to meet more stringent City standards, each includes the design requirements for private de- TCP must be prepared in conformance with velopments and their interface with the City of Kent Part VI of the MUTCD, "Standards and Guides utility,street and drainage systems One of the most for Traffic Controls for Street and Highway 1 important requirements contained within the KCS Construction, Maintenance, Utility,and Incident is the requirement to submit and receive approval Management Operations", 1988 Edition of for a Traffic Control Plan (hereinafter referred to MUTCD,through Revision No 7 dated Janu- as TCP)for all workwithin public rights-of-way that ary 3, 2000 This document is available for meets the requirements of the latest edition and perusal at the Department of Public Works, revision of the Manual on Uniform Traffic Control and for purchase from the Federal Highway Devices (MUTCD) as amended by WSDOT, Administration (FHWA) Each TCP must also adopted emergency amendments to WAC 296- meetthe minimum requirements of WAC 296- 155-305, WAC 296-155-305, and City standards 155-305 and the Department of Labor and In- The Contractor is required to provide a TCP to dustries' emergency amendments to WAC the Department of Public Works for review and 296-155-305 approval prior to scheduling mandatory Pre-Con- 2 Each TCP must be site-specific and project- struction Meetings with the Department of Public specific This means that the TCP for a spe- Works, and at least ten calendar days in advance cific projectwill include the name of that project, of the time the signs and other traffic control de and the reason for working in the public right- vices will be required for minor construction of-way(water main connection,sanitary sewer projects which do not require Pre-construction Meetings tap,street widening,driveway installation,etc) on the face of the TCP Each TCP shall clearly indicate the number of traffic lanes within the The following requirements are intended to facile- public right-of-way, and where the work area tate the preparation of a TCP by the Contractor will be within those traffic lanes who is going to perform the work (or their traffic safety consultant), and the review and approval of 3. Each TCP should include a vicinity map and the TCP by the Transportation Section of the De- partment of Public Works The City will not pre- must include a properly aligned North Arrow pare a TCP for a Contractor or Owner! to clearly indicate where the work will be per- pare within the public right-of-way. pwd2014 7/16/01 p 1 of 6 4. Each TCP approval will expire after 30 days 9. On large or complex construction projects, , of the date of approval, and all work must be where more than one TCP will be required due done between the hours of 8 30 AM (the cus- to phasing or complexity of construction, the tomary end of the AM Peak Hour) and 3 30 project limits for each TCP must be shown on , PM (the customary beginning of the PM Peak an index plan sheet showing the entire scope Hour), unless the face of the TCP clearly states of the construction project, and the index plan otherwise On City streets which have ex- sheet must clearly reference the appropriate tremely large volumes of traffic,the TCP may TCP for each location and phase of construc- specify that the work will not be permitted ex- tion cept during evenings, or during Holiday or on , Sunday mornings, etc. 10. Each TCP must be entirely complete without references to other plans, charts or TCP This 5. Each TCP must include the name of the means that streets, alleys, or right-of-ways where the work a Each sign and device must be identified will take place on the face of the TCP,and must with eitherthe legend, common name, or include the approximate distance(in feet)from the standard highway sign number An ac- the work zone to the nearest cross street(give tual picture or graphic of each sign / de- that street name) in both directions along the vice, while encouraged, is not required street where the work will be performed.This b. The calculated Taper Lengths(in feet),and information may be shown on the vicinity map the Distances (in feet) between signs, when provided cones, and safety barrels, and other channelization devices must be provided 6. Each TCP must dimension the proposed work on the TCP. (Equations, or tables alone zone area (in feet) within the public right-of- are not acceptable) way. 11. Each TCP must contain the following stamps, 7. Advance Warning Arrow Display Boards or information blocks (electronic sequential arrow displays)are re- quired for all lane closures on all City streets having more than two lanes Computer gener- APPROVAL IS CONTINGENT UPON ated Message Boards may be required for NOTIFYING (inspector's name) 24 lengthy(or complex) projects on Washington HOURS PRIOR TO STARTING THE State Route Highways,and/or any City streets ACTUAL WORKAT(telephone number)_ 8. Flaggers may be shown on the TCP and used TRAFFIC CONTROL PLAN APPROVAL by Contractors onlywhen all other reasonable Date (date) methods of traffic control are inadequate to By (traffic specialist's name) warn,control and direct traffic in the work zone! a When a TCP requires more than one Flagger station, all Flaggers and equip- THE HOURS OF WORK WITHIN CITY ment operators must be equipped with RIGHTS-OF-WAY FOR THIS PROJECT suitable two-way radio communication SHALL BE BETWEEN (hours of work)_ equipment to provide an additional mea- sure of safety. NOTE.THIS TRAFFIC PLAN APPROVAL b. When projects involve night construction, IS ONLY VALID FORA PERIOD OF all Flagger stations must be illuminated with CALENDAR DAYS FROM THE DATE OF t lighting devices which do not blind ap- APPROVAL GIVEN HEREON proachmg drivers, and all workers must wear white coveralls at night. pwd2014 7/16/01 p 2 of 6 1 TCP Requirements for Drop- 4. Drop-offs of more than 0.50 foot not within the Offs Within or Adjacent to the traveled way or auxiliary lane must be protected Traveled Way: with appropriate warning signs and further pro- 1. Drop-offs up to 0 20 foot, unless otherwise tected as indicated in 3a, 3b, or 3c if all of the fol- - ordered by the Engineer or Inspector, may re- lowing conditions are met, main exposed with appropriate warning signs a. The drop-off is less than 2 feet; (i.e. SHOULDER DROP-OFF, W8-9a, or b. The total length throughout the project is equivalent) alerting motorists of the condition less than 1 mile, c. The drop-off does not remain open for 2. Drop-offs of more than 0.20 foot that are in more than three working days, the traveled way or in an auxiliary lane will not d. The drop-off is not present on any Kent be permitted unless protected with appropri_ Holidays, and ate warning signs and further protected as in- e. The drop-off is only on one side of the dicated in 3b or 3c below. roadway 3 Drop-offs of more than 0 20 foot, but not more 5. Drop-offs of more than 0 50 foot that are not than 0 50 foot, that are not within the traveled within the traveled way or auxiliary lane and way must be protected with appropriate warn- are not otherwise covered by 4 above must ing signs and further protected by having one be protected with appropriate warning signs of the following and further protected as indicated in 3a or 3c. a. A wedge of compacted stable material placed at a slope of 4 1 or flatter, 6. Open trenches within the traveled way or aux- b Channeling devices (Type II Barricades, iliary lane must have a steel plate cover placed plastic safety drums, other retro- and anchored over them when work is not in reflectorized and approved devices 36 progress Awedge of suitable material, if re- inches or more in height) placed along the quired by the Engineer or Inspector, must be traffic side of the drop-off and a new edge placed for a smooth transition between the of pavement stripe (temporary fog line) pavement and the steel plate. Warning signs placed a minimum of 3 feet from the drop- must be used to alert motorists of the pres- off The maximum distance between the ence of the steel plates. devices must be the posted speed limit in miles per hour Pavement drop-offwam- ing signs must be placed in advance and Synopsis of City of Additional throughout the drop-off treatment. Kent Standards for Traffic c. Temporary concrete barrier, or other ap- Control Devices proved barrier, installed on the traffic side of the drop-off with 1 foot between the 1. Type I Barricades are not acceptable traffic drop-off and the back of the barrier and a control devices within the City of Kenti new edge of pavement stripe(temporary fog line)a minimum of 2 feet from the edge 2 Type II Barricades, and all other traffic control of the barrier An approved terminal,flare, devices and their supports must not show the or impact attenuator will be required at the owner's name or any advertising or commer- beginning of the section For night use, cial message that is not essential to traffic the barrier must have standard delinea- control This is a requirement of Section 1 A- tion such as paint, reflective tape, lane 3 1 of the MUTCD markers, or warning lights. pwd2014 7/16/01 p 3 of 6 3 All TCP signs and other traffic control devices 8 On all Kent streets or State Route Highways ' must be inspected and accepted by the City having a posted Speed Limit of 35 MPH or Department of Public Works priorto use. Un- higher all WSDOT Class B (or NCHRP Cat- approved signs and devices will not be used. egory II)TCP signs and sign supports installed , after January 1, 2000 are required to have roll- 4 At no time will ecology blocks, Jersey barri- up fluorescent orange work zone fabric sign ers, or similar non-crashworthy devices, be panels, and to fully meet the crash require- used to block streets or driveways during or ments of NCHRP Report 350 Rigid alumi- after construction without proper impact attenu- num,and wood TCP signs are not accept- ation All NCHRP Category III traffic control able for Class B TCP signs on and along devices such as these must be demonstrated public streets and highways having to be crashworthy and certified NCHRP 350 speed limits of 35 MPH or higher!Accept- compliant prior to City acceptance for this able fluorescent orange Type IV and Type VII purpose. fabric sign materials and signs are manufac- tured by 3M Company, Stimsonite Corpora- 5 All TCP signs must be standard sizes or larger tion and other manufacturers, and TCP fabric and must be clean, legible and in near new sign panels made of this material are avail- condition Broken,dirty, illegible, hand painted, able through several commercial sign fabri- or hand sprayed TCP signs are not permitted cators. at any time. When any TCP sign becomes classified as less than"acceptable"as defined g. Each Flagger must have in their possession by the book"Quality Standards for Work Zone either a valid Washington State Traffic Con- Traffic Control Devices", it must be immedi- trol Flagger Card, or a valid flagger card from ately removed from the protect and replaced a state having reciprocity with Washington with a new TCP sign classified as "accept- The flagger card must show verification that able " Kent standard sizes for warning signs the flagger training prescribed in WAC 296- are defined below 155-305 (6) is completed, and the card's ex- Speed Limit/Prevailing Speed < 35 MPH: piration date 24 inches by 24 inches Speed Limit/ Prevailing Speed > 35 MPH, Washington State Department of Labor and <50 MPH 36 inches by 36 inches Industries has adopted emergency rules that Speed Limit/Prevailing Speed > 50 MPH went into effect on June 1, 2000, and will fol- 48 inches by 48 inches low up with permanent rules to take effect by March 1, 2001. While several of those emer- 6. All TCP signs and traffic control devices must gency rules were already adopted by the City have Engineer Grade or better retro-reflective of Kent, until such time as the permanent rules faces for both day time and night time use are in effect,the following additional require- wheneverthere is the slightest possibility that ments must be met for all TCP jobs requiring the signs or traffic control devices will remain Flaggers: after dusk. 10 On-site orientation — The Contractor, Em- 7 Unless otherwise specified on the approved ployer, or Project Owner must conduct an on- TCP,the maximum distance between adjacent site orientation when Flaggers start a newiob channelization devices will be the posted This orientation must include, but is not lim- speed limit in miles per hour, except in tapers ited to the Flagger's role and location on the where the maximum distance between de- job site, motor vehicle and equipment in op_ vices will be one-half of the posted speed limit eration atthe site,job site traffic patterns, com- in miles per hour munications and signals to be used between pwd2014 7/16/01 p 4 of 6 Flaggers and Equipment Operators, on-foot C. Flaggers are not assigned other duties escape route, and other hazards specific to while flagging, the lob site d Flaggers do not use personal devices (i a cell phones, pagers, radio head- 11 Additional warning sign—On roads allowing phones,etc)thatcan distract their vision, speeds of at least45 mph,the Contractor must hearing or attention Devices such as provide an additional BE PREPARED TO two-way radios used for communica- STOP warning sign This warning sign is in tions, directing traffic, or ensuring addition to the advanced warning signs re- Flagger safety are acceptable quired by the MUTCD, and should be placed between the last two warning signs in the se- 15. The Contractor must develop and use a ries,or on the opposite side of the street when method to ensure that Flaggers have ad- used on undivided streets equate warning of objects approaching from behind the Flagger Mirrors, spotters, and in- 12 High visible clothing during daylight hours— trusion devices may be used to meet this re- While flagging during the day, a Flagger must quirement, but are not mandatory Additional wear training alone is not sufficient to meet this re- a. A high visibility warning garment de- qulrement. signed in accordance with Class 2 speci- fications for ANSI / ISEA 107-1999, Implementation of Temporary American National Standards for High Traffic Controls: Visibility Safety Apparel—specifically a garment containing at least 775 square 1. The Contractor shall hire a Traffic Control Su- inches of background material and 201 pervisor(TCS)whenever the Contract Speci- square inches of retro-reflective material, fications, or the approved TCP require it The and TCS shall be on the project whenever traffic b. A high visibility hard hat. control labor is required, and as otherwise 13 High visibility clothing during nighttime hours required by the City Department of PublicWorks —While flagging at night,a Flagger must wear a. A high visibility garment designed in ac- 2. The TCS shall personally perform all of the cordance with Class 2 specifications in duties of the TCS During non-working hours I ANSI/ISEA 107-1999, over white over- the TCS shall be able to be on the lob site alls, or other coveralls designed in ac- with a 45-minute time period after notification cordance with Class 2 specifications in by the City ANSI/ISEA 107-1999, and b. A high visibility hard hat that contains at 3. The TCS duties shall include least 12 square inches of retro-reflective a Inspecting traffic control devices and material providing 360 degree visibility. night time lighting for proper location, in- C. During inclement weather, yellow rain stallation, message, cleanliness, and af- gear may be substituted for white cover- fect on the traveling public Traffic con- , alls trol devices shall be checked each work shift except that ClassA signs and night 14. Contractors must ensure that. time lighting need to checked only once a. Flagger workstations are illuminated at each week Traffic control devices left in night without adverse glare, place for more than 24 hours should also b Warning signs reflect the actual be inspected once during the non-work- conditions within the work zone, ing hours when they are initially set up pwd2014 7/16/01 p 5 of 6 b. Preparing a daily traffic control diary on conditions as long as the original intent ' WSDOT forms 421-040A and 421-040B of the TCP is maintained and the revi- and on other forms as necessary,which dons has concurrence with the City De- shall be submitted to the City no laterthan partment of Public Works , the end of the next working day to be- d. Attending traffic control coordinating come part of the project records The meetings or coordination activities as diary shall include such items as deemed necessary by the City Depart- (1) When and where signs and ment of Public Works traffic control devices are e. Preparing,submitting, and implementing installed and removed, supplemental TCP when the approved (2) Location and condition of all TCP no longer reflect the Contractors signs and traffic control devices, means and methods of work. (3) Revisions to the approved TCP, (4) Lighting utilized at night, (5) Observations of traffic conditions; (6) Verifying that the on site orienta- tion has occurred for each flagger on the Last Revised August 22, 2000 project, (7) Verifying that each Flagger has the required flagger certification card, high visibility hard hat,vest, coveralls, and other appropriate clothing, (8) Verifying that Flaggers are appro- priately located, and that each Flagger's attention is not diverted from their duties by the use of personal radios, cell phones, or similar devices (the use of radios for communication between equipment operators and other Flaggers is acceptable), (9) Verifying by regular interviews that Flaggers are not being as- I signed other duties while flag- ging, and (1) Verifying that each Flagger has adequate warning of objects ap- proaching from behind the Flagger. Mirrors, spotters, and 1 intrusion devices may be used to meet this requirement,but are not mandatory Additional training alone is not sufficient to meet this requirement! c Ensuring that corrections are made if traf- fic control devices are not functioning as required The TCS may make minor re- , visions to the TCP to accommodate site pwd2014 7/16l01 p 6 of 6 PREVAILING WAGE RATES t 2007 Water Main Replacement/Hom A-$ May 23,2007 Project Numbers 07-3010&07-3011 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)9D2-5335 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 r*�:r****�***.*ri<,t�,tr+�**,r+*.:x■.*,r«�.■:.:«*+*.�..�*�+*:*:++:r.���.*r+*�rxr+t***..*�.��,++*r*r.�:��+,r.�:�r+x.****:��. (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) JOURNEYLEVEL $1667 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 5D DRYWALL APPLICATOR $4131 1M 50 FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1M 5D FLOOR SANDER $41 40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M SO 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 $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 8L LEVERMAN,HYDRAULIC $43 64 1T 51D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 IT 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 6g 1 Page 1 l l 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 1 D 5A JOURNEY LEVEL $48 75 1 D 5A JOURNEY LEVEL(TUNNEL) $52 30 1 D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION , CABLE SPLICER $55 40 4A 5A 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 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS 1� JOURNEY LEVEL $29 68 1 M 5D GLAZIERS JOURNEY LEVEL $42 41 1 H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 11M 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 59 COOK $3190 1K 58 DECKHAND $3159 1K 58 ENGINEER/DECKHAND $34 37 1K 58 MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 KING COUNTY 1 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 $9 73 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 11M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 11M 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 CARPENTERTENDER $3436 1M 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 1M 5D CHOKER SETTER $3436 1M 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 1M 5D CONCRETE SAW OPERATOR $34 84 1 M 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 11M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,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 GENERAL LABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 +x+++++++xx+++xxxxxxxxxx+xxxxxxxxxxxxxxxxxx+x++x++++++++++++++++xx+x+x+xxxxxxxxxxx+x++++++xx+++++++x+++++++++xx++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34 36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35 20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34 36 1M 5D HIGH SCALER $35 20 1M 5D HOD CARRIER7MORTARMAN $3484 1M 5D JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $3484 1M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $34 36 1M 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 5D PILOT CAR $29 68 1 M 5D PIPE POT TENDER $3484 1 M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $35 20 1M 5D PIPEWRAPPER $3484 1M 50 POT TENDER $34 36 1M 5D POWDERMAN $35 20 1M 5D POWDERMAN HELPER $34 36 1M 5D POWERJACKS $3484 1M 5D RAILROAD SPIKE PULLER(POWER) $3484 1M 5D RE-TIMBERMAN $35 20 1M 5D RIPRAP MAN $34 36 1M 5D RODDER $34 84 1M 5D SCAFFOLD ERECTOR $34 36 1M 5D SCALE PERSON $34 36 1M 5D SIGNALMAN $34 36 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $34 36 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1 M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $34 36 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1 M 5D TAMPER(MULTIPLE&SELF PROPELLED) $34 84 1 M 50 TOOLROOM MAN(AT JOB SITE) $34 36 1M 5D TOPPER-TAILER $34 36 1M 5D TRACKLABORER $34 36 1M 5D TRACK LINER(POWER) $3484 1 M 5D TRUCK SPOTTER $34 36 1M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34 36 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $34 36 1M 5D WELDER $34 36 iM 5D WELL-POINT LABORER $3484 1M 5D Page 4 i KING COUNTY Effective 03-03-07 x+x++++++++++++x+x++++++x+++x+++xx++++++++++x++xx+xxxxx++++++xxxxx++++++x+++x++x++++++x+xxxxxxx+++++xxxx+++++x+xt (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 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 i 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 I 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 JOURNEYLEVEL $3316 2B 5A PLASTERERS JOURNEYLEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEYLEVEL $55 34 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 1 M 5D 8L BOBCAT(SKID STEER) $39 57 1M 5D 8L BROOMS $39 57 1M 5D 8L BUMP CUTTER $42 35 1M 5D 8L CABLEWAYS $42 84 1M 5D 8L CHIPPER $42 35 1M 5D 8L COMPRESSORS $39 57 11M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1M 5D 8L CONCRETE PUMPS $41 93 1 M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1 M 5D 8L CONVEYORS $41 93 1M 5D 8L Page 5 i 1 KING COUNTY ' Effective 03-03-07 ' +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $4235 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 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $4235 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 1M 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) $4235 1 M 50 8L DERRICK,BUILDING $42 84 1 M 50 8L DOZERS,D-9&UNDER $41 93 1 M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 1 M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1 M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4235 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 $4235 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $4235 1M 5D 8L HYDRALIFTSIBOOM TRUCKS 10 TON&UNDER) $39 57 1M 5D 8L HYDRALIFTSlBOOM TRUCKS(OVER 10 TON) $41 93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $4235 1 M 5D 8L LOCOMOTIVES,ALL $4235 1 M 5D 8L MECHANICS,ALL $42 84 1 M 5D 8L MIXERS,ASPHALT PLANT $4235 1 M 5D 8L MOTOR PATROL GRADER(FINISHING) $4235 1 M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1 M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1 M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 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 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 1 M 5D 81- REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42 84 1 M 50 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1 M 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1M 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 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS CONCRETE AND CARRYALL $41 93 1M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1 M 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 S42 35 1 M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 50 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1 M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1 M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1 M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 5D 8L YO YO PAY DOZER $42 35 1M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $3562 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 I 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 JOURNEYLEVEL $2789 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 JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $18 12 1 RESIDENTIAL PAINTERS JOURNEYLEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFiTTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEYLEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $29 76 16 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEYLEVEL $40 33 1B 5A ROOFERS JOURNEYLEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1 R 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) JOURNEYLEVEL $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 SA HOLE DIGGER/GROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 26 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY 1 Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 28 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSONJINSTALLER $21 17 213 5A TELEVISION SYSTEM TECHNICIAN $25 15 28 5A TELEVISION TECHNICIAN $22 64 26 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 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 1 I Page 9 BENEFIT CODE KEY-EFFECTIVE 03-3-07 iiff#ktiki#if 4ttf###t#ti#4#kitk4i####R#kt######itk#k}krtR##i#ifrt#t#kkik}##}##k#rtirt#rt##}}k#kii#kfi4##iki##i###4RY}k#iiitrti OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE 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 0 THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- 1 1 Q THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE I HE 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 FIGI4T (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 600PM SATURDAY TO 600AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' 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 SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS 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 BENEFIT CODE KEY-EFFECTIVE 03-03-07 ' -3- 2 1 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 1N EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) 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(11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) I 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) 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 AFTER 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 2090 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 IR 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 IHANKSGIVING DAY, THE LOST 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 YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER 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 IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET 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'-$1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $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 I 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%:HOURS WORKED GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 15%7 HOURS WORKED C 1 I