Loading...
HomeMy WebLinkAboutPW11-242 - Original - MidMountain Contractors, Inc. - 2011 Sewer Improvements - 06/17/2011 Records Mamma g e m en :, 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 City Clerk's Office. Vendor Name: MidMountain Contractors, Inc. Vendor Number: JD Edwards Number Contract Number: AdI—C2�01Z This is assigned by City Clerk's Office Project Name: 2011 Sewer Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of Mayor's signature Termination Date: 140 Working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nick Horn Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Construct sewer improvements in eight areas throughout the city._ _'max`=-1—�-f-''--- ----- — - - S.Pubhc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 f SIGNED CONTRACT CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2011 Sewer Improvements 1 Project Number: 10-3018 BIDS ACCEPTED UNTIL BID OPENING May 31, 2011 May 31, 2011 10:45 A.M. 11:00 A.M. 1 DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY ]. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WAS Fil N GTON TAB INDEX Tab 1 Bidder's Package j Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans ' Tab 6 WSDOT Standard Plans Tab 7 Miscellaneous Details Tab 8 Traffic Control Plans Tab 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2011 Sewer Improvements Project Number: 10-3018 E BIDS ACCEPTED UNTIL BID OPENING May 31, 2011 May 31, 2011 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 j TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR S. H0$f o wA,s� KENT WASH I NGTON �o��e�o ST b BIDDER'S NAME MidMountain Contractors, Inc CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2011 Sewer Improvements Project Number: 10-3018 BIDS ACCEPTED UNTIL BID OPENING May 31, 2011 May 31, 2011 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. ' INTERIM PUBLIC WORKS DIRECTOR KENT W A S H I N G T 0 N ORDER OF CONTENTS Invitation to Bid 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 Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Check List Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Miscellaneous Details Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 31, 2011 up to 10:45 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 "Invitation to Bid." 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 11:00 a.m. for the City of Kent project named as follows: 2011 Sewer Improvements Project Number: 10-3018 The project consists of eight areas of utility work around the city. The project includes constructing 7,448 linear feet of 8" PVC gravity sewer within the footprint of existing mains, and the removal of the existing lines and structures, 3,239 linear feet of 6" PVC side sewer. Five existing surface clean-outs will be removed and 34 new manholes will be installed. The Engineer's estimated range for this project is approximately $2,955,000 - $3,455,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Nick 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. iA cashier's check, postal money order or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 12th day of May , 2011. BY: renda Jacober, City C rk Published in Kent Reporter on May 20, 2011 Daily Journal of Commerce on May 18 & 25, 2011 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date May 31,2011 This statement relates to a proposed contract with the City of Kent named t2011 Sewer Improvements Project Number: 10-3018 I am the undersigned bidder or prospective contractor. I represent that - 1. I x have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. MidMountain Contractors, Inc NAME OF BIDDER BY: Signature/Title Mark Mills, President&Greg Lovinger,Vice President 825 Fifth Avenue, Kirkland, WA 98033 P O Box 2909, Kirkland, WA 98083-2909 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2011 Sewer Improvements/Horn 1 May 10, 2011 Project Number: 10-3018 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract 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. jBy signing below, I agree to fulfill the five requirements referenced above. Dated this 31st day of May , 2011. By: Mark Mills, Presiden reg Lovi ger,Vie President For: MidMountain Contractors, Inc Title: President and Vice President Date: May 31, 2011 2011 Sewer Improvements/Horn 2 May 10, 2011 Project Number: 10-3018 v CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 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. 2011 Sewer Improvements/Horn 3 May 10, 2011 Project Number. 10-3018 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of { Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2011 Sewer Improvements/Project Number: 10-3018 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of , 2011. r By: For: Title: Date: I 1 2011 Sewer improvements/Horn 4 May 10, 2011 Project Number. 10-3018 PROPOSAL rTo the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Midmountain Contractors, Inc has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2011 Sewer Improvements/Project Number: 10-3018 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents 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. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS ' Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2011 Sewer Improvements/Horn 5 May 10,2011 Protect Number 10-3018 z SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5D001000 1-09.7 1 Mobilization $ �, ' $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ZgmO $ 251000 WSDOT LUMP SUM Per LS 1020 2-02.5 24 Remove Cement Concrete $ �7+ $ �OZ i KSP SQ YDS Sidewalk and Driveway Per SY ■ AO 1025 2-02.5 40 Remove Cement Concrete $ c73? $ � 1 KSP LN FT Curb and Gutter Per LF /i 1035 8-31.5 10 Remove Existing Tree Greater $ 27 $ KSP EACH Than 12 Inch Diameter Per LS 1050 2-02.5 10,102 Saw Cut Existing Asphalt $ $ 3q 3ofo j KSP LN FT Concrete Pavement Per LF 1075 4-03.5 20 Gravel Borrow, Including Haul $ 2 5-0 $ KSP TONS and Compaction Per TON 1080 4-04.5 758 Crushed Surfacing Top $ 2 Sr $ vr KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 1,267 Crushed Surfacing Base $ Z8 $ 3671 SF7lo KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 918 HMA Class 1/2", PG 64-22 $ n6 / $ KSP TONS Per TON 2011 Sewer Improvements/Horn 6 May 10, 2011 Project Number 10-3018 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1125 5-04.5 681 Cold Plant Mix for Temporary $ f Z $ KSP TONS Pavement Patch Per TON Q 1140 8-06.5 13 Cement Concrete Driveway, $ (�S $ (I ��✓�' KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 8-14.5 11 Cement Concrete Sidewalk $ 50 $ KSP SQ YDS Per SY 1205 8-04.5 75 Cement Concrete Curb and $ 30" $ KSP LN FT Gutter Per LF I1230 7-05.5 6 Adjust Existing Valve, Meter, $ 1,346 $ (� 1 0� KSP EACH Monument or Junction Box to Per EA Grade 1266 8-12.5 40 Remove and Restore Chain $ 2�+ $ KSP LN FT Link Fence Per LF 1268 8-12.5 708 Remove and Restore Wooden $ P;7 ` $ (7,700 KSP LN FT Fence Per LF 1270 8-12.5 840 Temporary Fencing $ $ 0 KSP LN FT Per LF 1285 8-18.5 5 Remove and Restore Existing $ o'OT $ WSDOT EACH Mailbox Support, Type i Per EA 1315 8-28.5 40 Pothole Utilities $ 1 6000^ $ KSP EACH Per EA 2011 Sewer Improvements/Horn 7 May 10, 2011 Project Number. 10-3018 SCHEDULE III A - SEWER (CHICAGO STREET) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1320 8-30.5 9 Project Sign Installation $ (Vfo' $ 5/86o KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $15,000.00* $15,000.00 WSDOT CALC Per CALC *Common price to all bidders ' 1365 8-15.5 50 Quarry Spalls $ � $ Z 000 WSDOT TONS Per TON 1375 8-32.5 1 Relocation/Demolition of $iQ lsb $ M 500 KSP LUMP SUM Existing Storage Sheds Per LS 1 Sub Total $ 54 1 . 00 b m�~ 9.5 % WA State Sales Tax $ Schedule I Total $ 2011 Sewer Improvements/Hom 8 May 13, 2011 Project Number 10-3018 i SCHEDULE III A - SEWER (CHICAGO STREET) - ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 3005A 7-17.5 1,642 PVC Sewer Pipe, $ 1!!F $ KSP LN FT 8 Inch Diameter Per LF 3035A 7-18.5 975 PVC Side Sewer Pipe, $ $ Z';7f * KSP LN FT 6 Inch Diameter Per LF 3050A 7-05.5 4 Manhole Under 12 Feet, $ 3150 $ kcle: o ;k KSP EACH Type 1 48 Inch Diameter Per EA 3060A 7-05.5 3 Manhole 12 Feet to 20 Feet, $ �`"�'� $ oc'o' * KSP EACH Type 1 48 Inch Diameter Per EA 3085A 7-05.5 7 Locking Manhole Frame and $ 445z� * KSP EACH Cover Per EA 3100A 7-19.5 30 Sewer Cleanout $ � $ 12,boct � * WSDOT EACH Per EA 3110A 2-02.5 7 Remove Existing Catch Basin $ -4mI $ 2, �"— * KSP EACH or Manhole Per EA 3112A 2-02.5 1 Removal and Disposal of $ 15,�'�Ca KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete r � 2p 3115A 2-09.5 27,393 Shoring or Extra Excavation, $ $ 21 'j- � 7 1 * WSDOT SQ FT Class B Per SF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 9 May 10, 2011 Project Number, 10-1011, i SCHEDULE III A — SEWER (CHICAGO STREET) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3120A 7-08.5 322 Foundation Material, $ V ' $ 2s 97 * KSP TONS Class I and II Per TON �Bedding a Zone 3135A 7-08.5 1,060 Pi 26 P 9 $ $ 271 r * KSP TONS Per TON lL So 3145A 7-08.5 12,139 Bank Run Gravel for Trench $ Z $ 3at�T7 * KSP TONS Backfill Per TON ($2.50 Min) 3185A 8-27.5 1 Temporary Sewer Bypass sl%c $ 71566 KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 1 �Sub Total $ 3C) �0&= �— 9.5 % WA State Sales Tax $ 2 )-q ( 15 Schedule III A Total $ r r i i 2011 Sewer Improvements/Horn 10 May 10, 2011 Project Number 10-3018 1 SCHEDULE III B - SEWER (REITEN ROAD) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005B 7-17.5 11570 PVC Sewer Pipe, $ 7`�7 " $ * KSP LN FT 8 Inch Diameter Per LF 3035E 7-18.5 935 PVC Side Sewer Pipe, $ 4or $ 3� ^ IKSP LN FT 6 Inch Diameter Per LF ' 3050B 7-05.5 2 Manhole Under 12 Feet, s3edFoc $ 7r 000^ * KSP EACH Type 1 48 Inch Diameter Per EA 3060E 7-05.5 2 Manhole 12 Feet to 20 Feet, $ 460 $ 1L i * KSP EACH Type 1 48 Inch Diameter Per EA 3085E 7-05.5 4 Locking Manhole Frame and $ 496 $ Itsac� * KSP EACH Cover Per EA 3090E 7-05.5 1 Watertight Manhole Frame $ 40'_ $ 400 KSP EACH and Cover Per EA 3100E 7-19.5 30 Sewer Cleanout $ -4oc $ (Zlc�o �c WSDOT EACH Per EA I3110B 2-02.5 4 Remove Existing Catch Basin $ '4W $ 11 66C1 KSP EACH or Manhole Per EA 3112E 2-02.5 1 Removal and Disposal of $ lbkib $ Leta ^ -KSP LUMP SUM Existing Sanitary Sewer- Per LS System, Complete i * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 11 May 10,2011 Pro]ect Number 10-3018 SCHEDULE III C - SEWER (MAPLE/WALNUT ALLEY) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7 3005C 7-17.5 965 PVC Sewer Pipe, $ t 6 $ 1Z131J ' * KSP LN FT 8 Inch Diameter Per LF 3035C 7-18.5 375 PVC Side Sewer Pipe, $ .40, $ '�ja�^ * KSP LN FT 6 Inch Diameter Per LF 3050C 7-05.5 3 Manhole Under 12 Feet, $ :!j $ * KSP EACH Type 1 48 Inch Diameter Per EA 3060C 7-05.5 1 Manhole 12 Feet to 20 Feet, $ Q,Odo $ 4,00 �c KSP EACH Type 1 48 Inch Diameter Per EA 3085C 7-05.5 4 Locking Manhole Frame and $ 445^ $ (I $c:10 * KSP EACH Cover Per EA I 3100C 7-19.5 28 Sewer Cleanout $ 4o0 $ (1,Z00 * WSDOT EACH Per EA 3110C 2-02.5 4 Remove Existing Catch Basin $ 4C6~ $ i �6ao— �c KSP EACH or Manhole Per EA 1 3112C 2-02.5 1 Removal and Disposal of $16100C $ l abcmc� KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete 3115C 2-09.5 13,863 Shoring or Extra Excavation, $ $ * WSDOT SQ FT Class B Per SF The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 13 May 10,2011 Project Number 10-3018 SCHEDULE III C — SEWER (MAPLE/WALNUT ALLEY) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3120C 7-08.5 172 Foundation Material, $ v $ (f3, 60 * KSP TONS Class I and II Per TON 3135C 7-08.5 552 Pipe Zone Bedding $ Vo $ (4 3S2i L * KSP TONS Per TON ' 3145C 7-08.5 4,959 Bank Run Gravel for Trench $2� �C KSP TONS Backfill Per TON ($2.50 Min) 3185C 8-27.5 1 Temporary Sewer Bypass $tacos $ (d1000 iKSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. V Sub Total $ 1, e) k C4("-6 9.5 % WA State Sales Tax $ ��1//S� Schedule III C Total $ ( 1 p5 T /7 �3 I 2011 Sewer Improvements/Hom 14 May 10,2011 Project Number 10-3018 SCHEDULE III D - SEWER (GARFIELD AVENUE/EAST LANE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005D 7-17.5 810 PVC Sewer Pipe, $ 7y $ 6017_FDI * KSP LN FT 8 Inch Diameter Per LF 3035D 7-18.5 344 PVC Side Sewer Pipe, $ 40 $ (✓0,14-iC * KSP LN FT 6 Inch Diameter Per LF 3040D 7-05.5 1 Special Shallow Manhole, $ 715co $ d3,50d KSP EACH 48 Inch Diameter Per EA 3050D 7-05.5 4 Manhole Under 12 Feet, $ $ (410� * KSP EACH Type 1 48 Inch Diameter Per EA 3060D 7-05.5 2 Manhole 12 Feet to 20 Feet, r $ $ Sim KSP EACH Type 148 Inch Diameter Per EA 3085D 7-05.5 7 Locking Manhole Frame and $ � $ KSP EACH Cover Per EA 3100D 7-19.5 20 Sewer Cleanout $ 4oc $ D1�0 i * WSDOT EACH Per EA F 3110D 2-02.5 5 Remove Existing Catch Basin $ $ 2�d� �k KSP EACH or Manhole Per EA 3112D 2-02.5 1 Removal and Disposal of $ oa��a $ 81506 KSP LUMP SUM Existing Sanitary Sewer - Per LS System, Complete * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 15 May 10,2011 Project Number 10-3018 SCHEDULE III D - SEWER (GARFIELD AVENUE/EAST LANE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3115D 2-09.5 8,200 Shoring or Extra Excavation, $ $ �C WSDOT SQ FT Class B Per SF 3120D 7-08.5 139 Foundation Material, $ $ I411 z'_ * KSP TONS Class I and II Per TON 3135D 7-08.5 457 Pipe Zone Bedding $ 26 $ Ito gSZ 0. * KSP TONS Per TON 3145D 7-08.5 2,851 Bank Run Gravel for Trench $ $ 7elz ' �C KSP TONS Backfill Per TON ($2.50 Min) 3185D 8-27.5 1 Temporary Sewer Bypass $ 7!15� $ 7l5 KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 9.5 0!o WA State Sales Tax $ �7� T 1 Schedule III D Total $ 1 2 142 !:I— 2011 Sewer Improvements(Hom 16 May 10, 2011 Project Number 10-3018 SCHEDULE III E - SEWER (CENTRAL AVENUE N /RAILROAD AVENUE N. ALLEY) ITEM SECTION APPROX. ITEM UNIT TOTAL _ NO. NO. QUANTITY PRICE AMOUNT r3005E 7-17.5 630 PVC Sewer Pipe, $ 15 ' $ 17,W50 * KSP LN FT 8 Inch Diameter Per LF 3035E 7-18.5 117 PVC Side Sewer Pipe, $ $ 41G80 * KSP LN FT 6 Inch Diameter Per LF 3050E 7-05.5 3 Manhole Under 12 Feet, $ 31 $ Sacr * KSP EACH Type 1 48 Inch Diameter Per EA 3085E 7-05.5 3 Locking Manhole Frame and $ 45C $ (I J50 ;k KSP EACH Cover Per EA 3100E 7-19.5 20 Sewer Cleanout $ 406 $ �c WSDOT EACH Per EA 3110E 2-02.5 2 Remove Existing Catch Basin $ T%-%j $ �c KSP EACH or Manhole Per EA 3112E 2-02.5 1 Removal and Disposal of $ alp$ bts�_ KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete ' 3115E 2-09.5 5,582 Shoring or Extra Excavation, $ $ 5 5gZ^ * WSDOT SQ FT Class B Per SF � 3120E 7-08.5 99 Foundation Material, $ S _ ?$ 9 2 ' * KSP TONS Class I and II Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 17 May 10, 2011 Project Number 10-3018 SCHEDULE III E - SEWER (CENTRAL AVENUE N./RAILROAD AVENUE N. ALLEY) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3135E 7-08.5 324 Pipe Zone Bedding $ U0 $ $1 , Y �G KSP TONS Per TON 3145E 7-08.5 2,025 Bank Run Gravel for Trench $ $ � 62 �{c KSP TONS Backfill Per TON ($2.50 Min) Q ! 3185E 8-27.5 1 Temporary Sewer Bypass $ $(saa $ Sf ` KSP LUMP SUM System Per LS * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ ID / a 7 i9.5 % WA State Sales Tax $ Schedule III E Total $ ( (-7 41 I 1 1 2011 Sewer Improvements/Ham 18 May 10, 2011 Project Number 10-3018 SCHEDULE III F - SEWER (74" AVENUE METRO DROP CONNECTION) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRRICE AMOUNT 301OF 7-17.5 46 Ductile Iron Sewer Pipe, $ ✓�� $ lb/oo r KSP LN FT 8 Inch Diameter Per LF // 3095F 7-05.5 14 Sewer Drop Connection, $ boo" $ ( * KSP VT FT 8 Inch Diameter Per VF 310OF 7-19.5 1 Sewer Cleanout $ 4'0 $ 400 * WSDOT EACH Per EA 3112E 2-02.5 1 Removal and Disposal of $3� $ 30 va^ rKSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete 3115E 2-09.5 882 Shoring or Extra Excavation, $ $ 8671--- * WSDOT SQ FT Class B Per SF 3120E 7-08.5 6 Foundation Material, $ V ' $ 4 ' * KSP TONS Class I and II Per TON 3135F 7-08.5 21 Pipe Zone Bedding $ 2(0 $ ' * KSP TONS Per TON ' 3145F 7-08.5 405 Bank Run Gravel for Trench $ 2S� $ i O12 SS_ �C KSP TONS Backfill Per TON t ($2.50 Min) 3185F 8-27.5 1 Temporary Sewer Bypass $�t � $ B.s� KSP LUMP SUM System Per LS * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 19 May 10, 2011 Pro,ect Number 10-3018 SCHEDULE III F - SEWER (74`h AVENUE METRO DROP CONNECTION) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total $ ' 9.5 % WA State Sales Tax $ 141 Schedule III F Total $ 2011 Sewer Improvements/Horn 20 May 10, 2011 Project Number 10-3018 SCHEDULE III G - SEWER (EAST MACLYN STREET) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005G 7-17.5 775 PVC Sewer Pipe, $ 1 15 $ SJ��ZS * KSP LN FT 8 Inch Diameter Per LF 3035G 7-18.5 575 PVC Side Sewer Pipe, $ —W $ * KSP LN FT 6 Inch Diameter Per LF 305DG 7-05.5 3 Manhole Under 12 Feet, $ 3, $ * KSP EACH Type 1 48 Inch Diameter Per EA 3085G 7-05.5 4 Locking Manhole Frame and $ $ r * KSP EACH Cover Per EA 1 3095G 7-05.5 8 Sewer Drop Connection, $ (Do $ * KSP VT FT 8 Inch Diameter Per VF 31000 7-19.5 19 Sewer Cleanout $ 410 $ 7.low ' * WSDOT EACH Per EA 311OG 2-02.5 2 Remove Existing Catch Basin $ 4oc; $ * KSP EACH or Manhole Per EA 3112G 2-02.5 1 Removal and Disposal of 4,000 $ (lr;OwU KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete ' 2 615 r 3115G 2-09.5 12,615 Shoring or Extra Excavation, $ ( $ ( � ' * WSDOT SQ FT Class B Per SF The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid ' items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 21 May 10, 2011 ' Project Number 10-3018 SCHEDULE III G - SEWER (EAST MACLYN STREET) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT — r 312OG 7-08.5 165 Foundation Material, $ $ 1 1 J�r * KSP TONS Class I and II Per TON CC 3135G 7-08.5 529 Pipe Zone Bedding $ 26� $ fit ' * KSP TONS Per TON ' 3145G 7-08.5 5,234 Bank Run Gravel for Trench $ 2�� $ 13Ias� �c KSP TONS Backfill Per TON ' ($2.50 Min) 3185G 8-27.5 1 Temporary Sewer Bypass $$(, °O $ KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. ' In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price Sub Total $ 65 9.5 % WA State Sales Tax $ 1 7 _ Schedule III G Total $ 14001 2011 Sewer Improvements/Horn 22 May 10, 2011 Project Number 10-3018 1 SCHEDULE III H - SEWER (ALEXANDER AVENUE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1 i / det-% - 3005H 7-17.5 286 PVC Sewer Pipe, $ 7✓ $ Zlj T7 * KSP LN FT 8 Inch Diameter Per LF 3035H 7-18.5 127 PVC Side Sewer Pipe, $ 1c> $ ✓t * KSP LN FT 6 Inch Diameter Per LF 1 3060H 7-05.5 2 Manhole 12 Feet to 20 Feet, $ iDw $ ODC CIS * KSP EACH Type 1 48 Inch Diameter Per EA G 3085H 7-05.5 2 Locking Manhole Frame and $ 447 r 0 $ * KSP EACH Cover Per EA 1 3100H 7-19.5 5 Sewer Cleanout $ "Two $ ' �c WSDOT EACH Per EA 1 3110H 2-02.5 2 Remove Existing Catch Basin $ 400 $KSP EACH or Manhole Per EA 3112H 2-02.5 1 Removal and Disposal of $3,5 $ t 1 KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete cc 3115H 2-09.5 5,860 Shoring or Extra Excavation, $ r $ 1 * WSDOT SQ FT Class B Per SF 3120H 7-08.5 67 Foundation Material, $ % r $ 3 1 * KSP TONS Class I and II Per TON The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 23 May 10, 2011 Project Number 10-3018 ' SCHEDULE III H — SEWER (ALEXANDER AVENUE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ' 3135H 7-08.5 212 Pipe Zone Bedding $ ?'V $ z57,171 * KSP TONS Per TON 3145H 7-08.5 2,506 Bank Run Gravel for Trench $ 'ZSi $ KSP TONS Backfill Per TON ($2.50 Min) ' 3185H 8-27.5 1 Temporary Sewer Bypass $ ,51ow $ ��� KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 1/ 9.5 % WA State Sales Tax $ to �r Schedule III H Total $ 0165 1 1 2011 Sewer Improvements/Hom 24 May 10, 2011 Project Number: 10-3018 1 SCHEDULE III I - SEWER (SEATTLE STREET/VIEW PLACE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE �A,M/OUNT e3005I 7-17.5 422 PVC Sewer Pipe, $ T 7 i %�)$ `5� * KSP LN FT 8 Inch Diameter Per LF 3035I 7-18.5 170 PVC Side Sewer Pipe, $ 40 woo $ (C:v 8ab * KSP LN FT 6 Inch Diameter Per LF ' � 3050I 7-05.5 2 Manhole Under 12 Feet, $ 3J�✓ $ 1t coo * KSP EACH Type 1 48 Inch Diameter Per EA 3060I 7-05.5 1 Manhole 12 Feet to 20 Feet, $ 4tDD $ Aoo * KSP EACH Type 1 48 Inch Diameter Per EA 30851 7-05.5 3 Locking Manhole Frame and $ 49) $ 14 71!�D * KSP EACH Cover Per EA 3100I 7-19.5 7 Sewer Cleanout $ P-0� $ $cz� * WSDOT EACH Per EA 3110I 2-02.5 3 Remove Existing Catch Basin $ fw $ * KSP EACH or Manhole Per EA 3112I 2-02.5 1 Removal and Disposal of $ 58D $ �l��I KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete 3115I 2-09.5 5,377 Shoring or Extra Excavation, $ $ * WSDOT SQ FT Class B Per SF * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid ' items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 25 May 10, 2011 Project Number: 10-3018 SCHEDULE III I - SEWER (SEATTLE STREET/VIEW PLACE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 3120I 7-08.5 76 Foundation Material, $ $ (��� * KSP TONS Class I and II Per TON 31351 7-08.5 250 Pipe Zone Bedding $ 2� $ ��rw KSP TONS Per TON 3145I 7-08.5 2,391 Bank Run Gravel for Trench $ 2 , * KSP TONS Backfill Per TON ($2.50 Min) 3185I 8-27.5 1 Temporary Sewer Bypass $ J/(OW $ ��� KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Q2 ISO�f Q Sub Total $ 0 % 2� 4 9.5 % WA State Sales Tax $ . Del Schedule III I Total $ 2011 Sewer Improvements/Horn 26 May 10, 2011 Project Number: 10-3018 SCHEDULE III J — SEWER (CREST AVENUE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 30051 7-17.5 343 PVC Sewer Pipe, $ $ 2��1Z5 * KSP LN FT 8 Inch Diameter Per LF 30351 7-18.5 145 PVC Side Sewer Pipe, $ 440 $ �t * KSP LN FT 6 Inch Diameter Per LF 30601 7-05.5 1 Manhole 12 Feet to 20 Feet, $ ljoo $ 4,aoa * KSP EACH Type 1 48 Inch Diameter Per EA 30851 7-05.5 1 Locking Manhole Frame and $ 7" $ 456"- t KSP EACH Cover Per EA 31003 7-19.5 5 Sewer Cleanout $ 440 $ ZIbm WSDOT EACH Per EA 31103 2-02.5 1 Remove Existing Catch Basin $ � $ * KSP EACH or Manhole Per EA 3112J 2-02.5 1 Removal and Disposal of $%jam $ KSP LUMP SUM Existing Sanitary Sewer Per LS System, Complete 31151 2-09.5 5,116 Shoring or Extra Excavation, $ ( $ * WSDOT SQ FT Class B Per SF 31203 7-08.5 60 Foundation Material, $ V ' $ * KSP TONS Class I and II Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2011 Sewer Improvements/Horn 27 May 10, 2011 Project Number 10-3018 SCHEDULE III ] - SEWER (CREST AVENUE) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT ! 31351 7-08.5 198 Pipe Zone Bedding $ l.1; $ KSP TONS Per TON i 3145J 7-08.5 3,076 Bank Run Gravel for Trench $ $ 71&0110 KSP TONS Backfill Per TON ($2.50 Min) 31853 8-27.5 1 Temporary Sewer Bypass $ 50W $ KSP LUMP SUM System Per LS The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ! / Sub Total $ (& , Tol' 9.5 % WA State Sales Tax $ 6111 Jq'(0 .► Schedule III J Total $ r! r ( �✓ r✓ 8� 2011 Sewer Improvements/Horn 28 May 10, 2011 Project Number 10-3018 1 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,792 Traffic Control Labor $ 454'� $18o16`h0 KSP HOURS Per HR 5010 1-10.5 162 Construction Signs Class A $ $ A', Os0 KSP SQ FT Per SF 5015 1-10.5 336 Traffic Control Supervisor $ 56 $ KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control, $20,000 $ 201006 KSP LUMP SUM Devices Per LS 5030 1-10.5 30 Portable Changeable Message $ 1705 $ •/11150 KSP DAYS Sign (PCMS) Per DAY laor 5035 1-10.5 31 Sequential Arrow Sign (SAS) $ (Der $ ` KSP DAYS Per DAY 5100 8-22.5 1,350 White Edge Line Paint Stripe $ 6 KSP LN FT Per LF 12 5105 8-22.5 1,450 Double Yellow Center Paint $ $ {t O cg1 Sb KSP LN FT Stripe Per LF 5115 8-22.5 70 Plastic Stop Line $ I $ 700 WSDOT LN FT Per LF 5120 8-22.5 20 Plastic Crosswalk Line per 35 $ 70o WSDOT FT 2011 Sewer Improvements/Horn 29 May 10, 2011 Project Number. 10-3018 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT st7 Sub Total $ 9.5 % WA State Sales Tax $ % g' �— Schedule V Total $ r7�j 7 i 1 I 1 i i i li 1 1 ' I 1 2011 Sewer Improvements/Horn 30 May 13, 2011 Pro)ect Number 10-3018 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 1 Seeding, Fertilizing, and $Zlfw $ 24$� KSP ACRE Mulching Per AC 7005 8-01.5 1,000 Filter Fabric Fence $ $ 6,a«0 KSP LN FT Per LF 7010 8-01.5 450 Straw Wattles for Drainage $ v ' $ � 0 KSP LN FT Way Barrier Per LF 7015 8-01.5 20 Inlet Protection $ 815 $ 16106 KSP EACH Per EA 7020 8-01.5 1,850 Straw Mulch $ • $ KSP SQ YDS Per SY 7025 8-01.5 270 Clear Plastic Covering $ 2. $ 5� KSP SQ YDS Per SY 7030 8-01.5 100 ESC Lead $ 40 ' $ 4,Om KSP DAYS Per DAY QC qI 7035 8-01.5 95 Street Cleaning $ -/ 7 ' $ f S00 wpm WSDOT HOURS Per HR - °O� '"'� 4035= #3,o.15CD 7055 8-01.5 1 Temporary Erosion/Water $3,000.00* $3,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders ' #31 53o Sub Total $ 32 �6S See .���- � 9.5 % WA State Sales Tax $ �- r3�opt_ Schedule VII Total $ � L a 5i91 31 May 13, 2011 i 1 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY P-R/ICE AMOUNT 8005 8-02.5 65 Topsoil Type A $ 10 $ KSP CU YDS Per CY q� d 8010 8-02.5 500 Sod Installation $ 1 $ Ti WSDOT SQ YDS Per SY 8015 8-02.5 50 Bark or Wood Chip Mulch $ 68 00 $ 3, a WSDOT CU YDS Per CY 8020 8-02.5 12 Street Tree Planting and $ 385" $ �t 620 KSP EACH Staking Per EA 8030 8-03.5 1 Existing Irrigation System $2,000.00* $2,000.00 KSP FORCE Removal and Modifications Per FA ACCOUNT *Common price to all bidders Sub Total $ 1010 9.5 % WA State Sales Tax $ Schedule VIII Total $ Zo 1 2011 Sewer Improvements/Horn 32 May 13, 2011 Project Number. 10-3018 1 , BID SUMMARY Schedule I � Schedule III A iSchedule III B �Y t I . V � �3o L Schedule III C Schedule III D Schedule III E ` ! 1�4-7 — Schedule III F 43, 130 41 Schedule III G �� t Schedule III H 71 , 1 , 065 Schedule III I 91 , 112 Schedule III3 :1�1 155 g�— Schedule V 55. 717 � �- �Qu Schedule VII �l -� 59105 SS Schedule VIII ?A l TOTAL BID AMOUNT I 1 eAN r 1 r 2011 Sewer Improvements/Horn 33 May 10, 2011 Project Number, 10-3018 r CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2011 Sewer Improvements Project Number: 10-3018 Subcontractor Name Item Numbers Alive- Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers tSubcontractor Name Item Numbers CONTRACTOR'S SIGNATUR Mar ills, President&Greg Lovinger, Vice President 2011 Sewer Improvements/Horn 34 May 10, 2011 Project Number 10-30111 r r SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: MidMountain Contractors, Inc. Project Name: 2011 Sewer Improvements Project Number: 10-3018 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: IM i,o rn au NV-M r4 C V- S Plumbing Subcontractor Name: V'Y'l i o °-w rn ACA Electrical Subcontractor Name: /,JoyA, A-N �i S a_DA'-Jt,� ----�_ May 31, 2011 Signature of Bidder Date Mark Mills, President& Greg Lovwnger,Vice President i 2011 Sewer Improvements/Horn 35 May 10, 2011 3 Project Number, 10-3018 i 9 a CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a ' bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39 04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2011 Sewer Improvements/Horn 36 May 10, 2011 Project Number 10-30111 iIf the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION i WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. tSUBMITTED BY: MiclMountain Contractors, Inc NAME: Mark Mills, President& Greg Lovmger,Vice President ADDRESS: P O Box 2909, Kirkland, WA 98083-2909/825 Fifth Avenue, Kirkland, WA 98033 PRINCIPAL OFFICE: same as above ADDRESS: PHONE: 425 -202-3600 FAX: 425-202-3610 1. STATUTORY REQUIREMENTS See attached 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 2011 Sewer Improvements/Horn 37 May 10, 2011 Project Number. 10-3018 i ii 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? i2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 2011 Sewer Improvements/Hom 38 May 10, 2011 ' Project Number 10-3018 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 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.) 4.4 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. 4.4.1 State total worth of work in progress and under contract: 4.5 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. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 2011 Sewer Improvements/Hom 39 May 10, 2011 Project Number. 10-3018 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). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE See Attached 7.1 Dated at this 31st day of May , 2011. Name of Organization: MidMountain Contractors, Inc n reg ovinger, ice r si en ` Title: 7.2 Mark Mills&Greg Lov,nger being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before /me this 31st day of May , 2011. / l�/vim L `� ,a®,S2af �,1 Notary Public: ,f K. ���® My Commission Expires: August 12, 2012 :�� ��SSION9'QO NOTARY A 2 118 VI/P.S��T`�� 2011 Sewer Improvements/Horn 40 day 10, 2011 Project Number 10-3018 l Contractor Qualification Statement- MidMountain Contractors,Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 Phone:425-202-3600 Fax:425-202-3610 1. Statutory Requirements a 1 1 Copy of Department of Labor& Industries certificate of registration attached. b. 1.2 UBI#600 546 077 c. 1.3 Employment Security Number 563858-00-0,Contractors Registration# MIDMOC1972OB expires 6/28/12—Master Business License attached. d. 1.4 Mid Mountain Contractors including all subsidiary and affiliated companies under majority ownership or under control by the owners of Mid Mountain Contractors are not and have not been in the past three (3)years disqualified from bidding on any Public Works Contract under RCW 39 06 010 or 39 12 065 (3). 1 Mark Mills, President and Greg Lovinger,Vice President solemnly swear and affirm the above statement in 1 d.1.4 is true. 1 1. Mark Mills, President j2. Greg Lovinger,Vice President , State of Washington County of King On this 31s`day of May 2011 appeared before me, signed this statement, and affirmed that they understood its contents are truthful Dated: May 31, 2011 Notary Public l \\11111/�9 %% A ,o Residing at Bothell, Washington. 2�i � �titiaulp" So ��� p 9 � e � It ?eAfil° � a � � /,IF 11111\\\ i 1 Contractor Qualification Statement-MidMountain Contractors,Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 2. Organization 2.1 MidMountain Contractors, Inc.has been in business since 1984—27 years 2.2 Removed hyphen from Mid-Mountain in 2003—8 years 2.2 1 none 2.3 MidMountain Contractors, Inc. is a corporation 2.3.1 On 9/7/84 incorporated as Mid-Mountain Contractors, Inc. and on 8/6/03 removed hyphen from name to MidMountain Contractors, Inc. 2.3 2 State of Washington 2.3.3 Mark Mills—President 2.3.4 Tim Welborn,Vice President Greg Lovinger, Vice President 2.3 5 Chris Preach,Secretary i2.3.6 Chris Preach,Treasurer 2.4 N/A 2.5 N/A 2.6 N/A f t Contractor Qualification Statement-MidMountain Contractors, Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 3.Licensing 3.1 State of Washington—MIDMOC19720B State of Alaska Department of Commerce & Economic Development-302115 State of Oregon Secretary of State Corporation Division—204588-24 State of Oregon Construction Contractors Board -109078—Inactive 4. Experience 4.1 Class 1-Clearing,Grubbing,Grading and Drainage Class 2—Production and Placement of Crushed Materials Class 3- Bridges and Structures 1 Class 15-Sewer and Water Mains Class 17- Cement Concrete Curb and Gutter Class 19-Riprap and Rock Walls jClass 20-Concrete Structures(except bridges) Class 34- Erosion Control Class 53-Traffic Control 4.2 Claims&Suits 4.2.1 No 4.2.2 Yes—Juanita Pump Station-Waterproofing dispute w/King County, MiclMountam and subcontractors 4.2.3 Yes—Juanita Pump Station, King County Pending-possible mediation Outcome Yes-Seattle Reservoir Burying Project Beacon/Myrtle Reservoir resolved through mediation.Claim involved subcontractors, bonding company and general liability insurance carrier. Contractor Qualification Statement-MidMountain Contractors, Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 Phone:425-202-3600 Fax:425-202-3610 4.3 No 4.4 Please see attached Major Construction projects in progress 4.4.1 $56 Million 4.5 Please see attached Major Projects completed in the last 10 years 4.5.1 $63.6 Million 4.6 Please see attached Construction Experience and Present Commitments of Key Individuals 4.7 Please Equipment List attached S. References 5.1 Trade References—Please see attached Credit Information sheet 5.2 Bank Reference- Please see attached Credit Information sheet 5.3 Surety Agent-Parker,Smith & Feek, Inc.,2233 11fh Avenue N.E, Bellevue,WA 98004 Phone:425-709-3600 Fax:425-709-7460 6. Financing 6.1 Financial Statement—Will provide as stated 6.1.1 -Will provide as stated t6.1.2 -Will provide as stated 6.1.3 -Will provide as stated 6.1.4 -Will provide as stated 6.2 Yes- Contractor Qualification Statement-MiclMountain Contractors, Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 Phone:425-202-3600 Fax:425-202-3610 7. Signature 7.1 Dated at this 31st day of May,2011. MidMountain Contractors, Inc. P O. Box 2909, Kirkland,WA 98083-2909 BY� Mark Mills, President By: Greg Lovinger,Vice President 7.2 Mark Mills, President and Greg Lovmger,Vice President. Being duly sworn,deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. jSubscribed and sworn/before me this 31st day of May,2011. Notary Public !/ /I My Commission Expires: L-- I % \Ill11111 U •`%�'� a���\Sg\ON Fyp�9 O =Z M y OF ;cPj, • C? r t i Contractor Qualification Statement-MidMountain Contractors,Inc. P.O. Box 2909, Kirkland,WA 98083-2909 825 Fifth Avenue, Kirkland,WA 98033 1 4.6 Key Individuals and Commitments Rick Thompson, Senior Proiect Manager Rick Just completed the S Spokane Street Viaduct Eastbound project and West Seattle Reservoir He will be committed to 30%of his time on the new City of Seattle Thomas Street project starting up the end of June, 30%of his time on S. 2281h Street Project in Kent, and 30%of his time on the 2011 Sewer Improvements project in Kent. Chad Mills, Project Manager Chad completed the May Creek Bridge#505 project and 1-90 Undercrossing Phase 1 and 3 in Issaquah. He will be committed 100%of his time on the 2011 Sewer Improvements project in Ke nt Dan Browning,Superintendent Dan is finishing up on the Port of Seattle Consolidated Car Rental Facility Offsite project and is ' committed 100%of his time to the 2011 Sewer Improvement Project in Kent. r r DEF-\RTM1=N7 UT- LABO1Z ,?ND itilll'S"I�<11=S� == 1 REGISTERED AS PROVIDED BY LAW AS CONSTCONTR GENERAL REGLST.9 EXP.DATE CCOI M®MOCI972OB 6rM2012 EFFECFI%T DATE 9P..0003 MIDMOUNTAIN CONTMACTORS INC 1 PO BOX 2909 KIRKLAND WA.99083-2909 1 F625-0`2-0OO(8197,_ Decn.A n �std , Cettific,t: ----- r 1 _ - REGISTERED AS PROVIDED BYLAW AS CONST CONTR GENERAL Please, Rejno0 e REGIST.4 EXP.DATE CCOI MIDMOC1972O13 6/2sP_012 And SIPII EFFECTLVEDATE 9P12003 identification Card Betoie MIDMOUNT,4JN CON-TRACTORS II;C pla cin 0 lrl PO BOX 2909 BlllfOld KIRKLAND WA 98083-2909 ra . rissued by DEPARTMENT OF LABOR AND INDUSTRIES F625-052-01O gab i) r r r r . 1 r Department of Licensing Office of the Secretary of State ! �i Master License Service Corporations Division LEGAL ENTITY REGISTRATION Unified Business ID #: 600 546 077 it Business ID #: 1 1, + Expires: 08-31-2011 MIDMOUNTAIN CONTRACTORS, INC. 701 FIFTH AVE STE 4409 SEATTLE WA 98104 7012 _i + 1, iJ „1 Domestic Profit Corporation ,. Renewed by Authority of Secretary of State I_+ j 'j REGISTERED TRADE NAMES: VOLKER STEVIN PACIFIC 11 A 1(_ r is 1 i >i i3 �Jy i� i i' (d By accepting this document the licensee certifies that information /� )' provided on the renewal was complete,true,and accurate to the ``Z"C�"� best of his or her knovaledge,and thai the company will stay in compliance with all applicable Washington State regulations Director,D partment of Licensing j'i NO. EXPIRATION Please tear off this section and keep it with your records. 00 546 077 1 08-31-2011 Note: This is not a Washington business license. The expiration date MOUNTAIN CONTRACTORS, INC. indicates when you will need to renew your corporation, limited FIFTH AVE STE 4400 liability company or Massachusetts trust in Washington State. EATTLE WA 98104 7012 You may renew again at dol.wa.gov after February 1, 2011. Use the new password: V23B 6474. For security purposes the password changes each year after you renew. Please read the information printed on the back side of this document. For business license information go to dol.wa.gov or 360-664-1400. r 8 m a md o LL om v�i F� pp N Y� N N �CC m N T[V GG S mUJm �I AgT�g�j4t 9 z 0 O N N mz oSd�ms �$u9^�<3`u'�v m <md' `,4 N N n C N Go (9 V W � m rS S S ry v m n � d o9 dJ i a �7F 4 N m y N() Ol 10 C y$y y L wEd �� c _ � a N i.�T.9 � ° C N OI o O m m O E M 6 0° m o m w o f u x o v vy o o-u n s A a Ego' ;s Cc�.ci av�m euc L�EEL'� n cya ores� uy w�2 �ajE 23vtl m 12m —yC o31 6Na —m O M $ � i E � c 2 ¢ m w d m 19,E opp N m ° 19 C .1L omm N v N Kmpp�5�$# � WEO 9 � @ @ � . � | ! _ -m^k, 3 6< �i© ®\ {®!§\ @ . . . , - @ Z2 \\\\I \{K !!2# La f )f) § §■ () | r � L9 k C 0 @ O N M O T r n C eo 0 d of b u ° E _ A"a � d uvv „y "y Tf. c_'u O Q H Q >J N m a O m m `o o r oo m m N m N O s 7 E E m d n F v E g _ E � assE Fg `tam aEg sz od o o _ g e m ^S, g 2 d 3 m = q _ _ � 398d, muo= cyM Nzsd 3 E y a $ E O 0 w m wgtttt m E O ` � m~O I, @a00 vp1i m 4� o� m� �� a vmin f _0 8 a w° 6 8 6 ti 2 cd ci °Rrcm°a '.gym � or,n3 v'o _ �i°_d °jry 0 y E C y al� a�2 Aav� ��H omre 5 c o Q o a o m Q _U� c 2 m N m fn IL F O V a C adv gzf m d Omr K N F' O igg � $a wigs w my 3 d E yc7 e ul " ti7 MidMountain contractors Inc. 1 RICK THOMPSON SENIOR PROJECT MANAGER Rick has over 30 years experience in the construction Industry Rick came to work for MidMountain Contractors, Inc in 1994 in the capacity of Project Manager! Estimator on major public and private works projects Over the last sixteen years at MidMountain Rick has undertaken several of our most complex projects in commercial and industrial site work, public roads and utilities in the capacity of Senior Protect Manager or Project Manager Projects have ranges from 1 million to 25 million. His background includes all phases of civil construction including excavation, shoring, concrete bridge work, structural and architectural concrete, mechanical piping, and all types of utilities Rick works diligently to meet project schedules, timely project completion, cost control, budget containment, successful owner/contractor partnering and value engineering aspects. Teamwork and problem solving skills as assets Rick possesses His project team is consistently recognized for stellar safety performance Perseverance to achieve flawless ' implementation of MidMountain SPQ (Safety, Production & Quality) Program demonstrates his positive attitude, acceptance of new challenges and problem-solving leadership ability while encouraging teamwork Rick is committed to diversity in the workforce, equal employment and apprenticeship opportunities. EDUCATION 1975 University of Washington, B.S Degree, Building Construction PROFESSIONAL EXPERIENCE 1994-Present MidMountain Contractors, Inc., Kirkland, WA Senior Project Manager/ Estimator Senior management responsibilities include the formation, development, supervision, coordination and monitoring all aspects of the protect management teams to insure the protects are brought to successful conclusion. Project South Spokane Street Viaduct Eastbound Location Seattle, WA Owner City of Seattle Value- $22 5 Million Contact Stuart Goldsmith, SDOT Supervising Protect Manager Phone (206) 615-0860 Contact Andre La Foe, URS Corp, Resident Engineer Phone (206) 650-5994 Project West Seattle Reservoir ' Location- Seattle, WA Owner City of Seattle Value $25.1 Million Contact Stephanie Murphy, Project Manager Phone: (206) 386-9778 Contact Merry Lee, P E., Construction Manager SDOT Phone (206) 684-5080 Project Manager: Direct project management duties include overall planning, coordination and project control aimed at meeting the client's requirements to produce a functionally and financially viable project that will be completed on-time within authorized cost and to be required quality standards, while maintaining a safe injury free work place. Project. East "D" Street Grade Separation Location Tacoma, WA 98402-3769 Value. $ 15 7 Million Contact Michael Hale, Assistant Supervising Construction Mgr Phone (253) 591-5766 ' Contact Mark Henry, Project Manager Phone. (253) 591-5771 1979-1994 West Coast Construction Company, Inc., Woodinville, WA Project Management, Estimating and Field Supervision of Major Public and Private Works projects Project: NE 4"'from 1001h to 110t' Location Bellevue, WA Owner- City of Bellevue Value $5,000,000 Duties- Estimated and managed this total reconstruction including demolition, earthwork, utilities, structural concrete, flatwork etc. ' 1976-1979 Will Construction Company, Everett, WA Project Manager/Field Supervisor for Major Public Works projects ' specializing in civil, industrial and mechanical work Project North Bend Sewage Plant ' Location North Bend, Washington Duties Managed this total reconstruction, including sewage bypass, dewatering, structural concrete, mechanical work and new building construction. ' Project Vantage Sewage Treatment Plant Location Vantage, Washington MidMountain contractors Inc. CHAD MILLS PROJECT MANAGER Chad Mills has over 10 years experience in the construction industry. Chad began ' working for MidMountain Contractors in 2000 as a laborer and his career with MidMountain has continued to grow more recently into a Project Engineer / Project Manager since early May 2007 until present, after graduating from Central Washington ' University in June 2006 He has worked on protects ranging from $4 million to $17 million Chad's career has continually advanced with MidMountain due to his diverse levels of experience, willingness to take on responsibility, extensive problem solving, cost budgeting, scheduling, vendor / subcontractor buyout, change order management, submittals, request for information, oral and written correspondence, schedule of values / pay applications, and project closeout. Strong communication, teamwork and problem solving skills are assets that Chad possesses._ EDUCATION Central Washington University, Bachelor of Science, Business Management, Graduated June 2006 Minor in Administrative Management, June 2006 CERTIFICATIONS/TRAINING Competent Person Training First Aid and CPR Certification Leadership and Motivation iPROFESSIONAL EXPERIENCE 1999 - Present MidlMountain Contractors, Inc., Kirkland, Washinaton Project Manager Responsible for contract management, buyout, submittals, cost control, quality control, RFI's, changes, subcontractor management, project closeout. Project References Project: 1-90 Undercrossmg Phase 1 and 3 Owner City of Issaquah Value: $2,151,458. Contact Todd Christensen Phone. 425-837-3449 ' Protect: May Creek Bridge #5005 Owner. King County Value- $597,774 Contact Jeff McCarthy, Resident Engineer Phone 206-423-1086 ' Capacity of Protect Engineer: Responsibilities include field measurements, quantity calculations and preparation of cost reports. SR522 Improvements (3 protects/ 3 Phases) Kenmore, Washington Owner City of Kenmore Value. $33 5 M (all three phases) Contact Ron Lowen ' Phone- (425) 398-8900 Engineer- HDR, Inc. Contact Jill Manlley,PE ' Phone. (425) 450-6236 Capacity General Laborer Chad worked in the field as a general laborer while attending ' college After college he was promoted to Assistant Protect Engineer, Protect Engineer, and then Protect Manager. 1 1 MidMountain contractors inc. 1 DANIEL BROWNING ' PROJECT SUPERINTENDENT For over 30 years Darnel has been working in the construction industry on all types of 1 infrastructure work including, underground utilities, roadwork, pipelines, earthwork, highways, reservoirs, and bridges. 1 Darnel is a hands-on superintendent with strong communication and organizational skills He works diligently to ensure quality control, a safe work environment for employees and the public, timely project completion, budget containment, and has been 1 very successful in owner / contractor partnering and value engineering aspects His experience and management style provides him the ability to manage multiple crews; perform on-site scheduling, schedule timely material deliveries with ease. 1 Daniel and his crews are consistently recognized for stellar safety performance. Perseverance to achieve flawless implementation of MidMountain SPQ (Safety, Production & Quality) Program demonstrates his positive attitude, acceptance of new 1 challenges and problem-solving leadership ability while encouraging teamwork Daniel is committed to diversity in the workforce, equal employment and apprenticeship opportunities These skills along with his excellent attention to detail and management 1 style will ensure the project goals are achieved. EDUCATION ! CERTIFICATIONS 1 40 Hour Hazardous Waste Operations; Competent Person- Trenching & Shoring, First Aid- CPR; Butt Fusion & T C S.; 1 Confined Space Entry & Response; Safety & Emergency Response, Storm Water BMP's/Sod & Erosion Control Certification/CESCL, OSHA 30 ' PROFESSIONAL EXPERIENCE 1997-Present MidMountain Contractors, Inc.. Kirkland, Washington 1 Project Superintendent Responsible for the daily operations and success of assigned 1 infrastructure based projects This includes organization of multiple crews, on-site scheduling, material deliveries, personnel management, cost control, CESCL, CESF, haul route supervision, 1 safety, production and quality Project- West Seattle Reservoir Location Seattle, WA Owner: City of Seattle Value. $25.1 Million Contact Duane Nuruhn, Resident Engineer Phone (206) 510-0842 Contact. Bill Duyungan, Resident Engineer Phone: (206) 423-3757 East "D" Street Grade Separation Tacoma, WA 98402-3769 Owner- City of Tacoma Value- $ 14 3 Million Contact Michael Hale Phone (253) 591-5766 Contact Mark Henry, Project Manager Phone (253) 591-5771 ' Spokane Street Viaduct Seattle, Washington Owner City of Seattle Value $ 6 7 Million Contact- Joe Carter, Supervising Engineer Phone: (206) 684-5070 Northwest Landing ULID 90-4 Steilacoom, Washington Owner: Pierce County Public Works & Utilities Department & Weyerhaeuser Company Value: $7.6 Million Contact Scott Bickel, Project Manager Phone (253) 428-8614 1987-1997 Peter Kiewit& Sons Co., Northwest District Utility Foreman- Grading, Paving & Utilities Division Foreman duties included the supervision and coordination of utility crews on large Construction protects with both Kiewit Pacific and Kiewit Construction Kiewit Pacific, projects included the Black Lake Interchange, SR169 Maple Valley Highway and Auburn Super Mall ranging from $2 million to $20 million. ' Jobs with Kiewit Construction included projects such as the 405/520 Northup Interchange and South Center HOV Lanes ranging from $15 million to $40 million U Z_ 0 U J FLU 2 r 0 m Z O d W } W W Fa- 9 ZZ> >Z> >>Z >Z> >Z> >>Z B U Z Z> Z >Z Z> Z >Z Z >Z Z Z> >Z Z> Z >Z >Z Z >Z >Z >Z Z> Z ? 7 > > > > W W > > > > > > > > > > > > > > 0000 OOJJ 000000 000000000000000 2 = ti p C C C L Y 0 � i W F ~ m Y Y U Of Y W W = Y :a O � YY 0 G' Z Zi � � � ?jF F- Y O O 0 LO W Q a a co co F- F_ F_ co Y m 0 Y 0 Y � wLU MC4r (p 0_ LO � aODU UCO UU O Q W W 0000 � � 0- r NN � JJ YYY J2F- JJF- 00C? COc0 W W — XXX d D00 C) F- F- F- NDw CD CD NO W wLL � � aa � aaa oo WWw � �- � � ° a § ccoo °' M m o F � v UFF--- � vv >� > (nfn (n � _j F N § ° a � � � n 3 Jn. a J C o0o F- F- F- F- � � X � � � = F- � D � � w w w w () 0 U U w J J J J J J N F_ N r � LO u (0 F- F- F- F- F- F- �- F- F- r N COmmm 00 � � CO OO 000 O J W W W i i i i Lr, �, oaaQ O W i � N aaNNNaNMQaM r. F- U) (n (n YYYY LO0E- � � � � YY � � aaaa zzzz 00 < 000 aM00000000oa00a Gl wUUUU J JJJ ce -» UYYY � F- � � YY � � � Y BUY YU E o Lo co 00 O co O O (0 W -7T w w co 0 r— Q O LO CO CO 0 M (M M 0) O O r r r N aarnrnrnrn corno0 NOOOOOO VcornrnrnrnrnrnrnnimooOOO 'Q O X� o w ww w W O = w J J t LO ti00 c0 Q * V OCD Q � NM LOO (co ~ (OO Q M CO 000 CO CO M 0) O CD M 0 0 0 � O r- < ml WLLLLLLLL 0: 1LLLLLLLLLL R = 22mTH: mm 122222 1 z Z N to-) J F- z H N U d a Z W zzzzZzzzzzzz zz zzz zzzzzz zz zz � W � � zz � � � � � � � 0 = 000000000000 00 000 000000 00 00 �_ Y � WF_ Y W W LLI m W CO I_ = Z:) OUWU co WWW U U (n � � UUU (° � COM LL LLLL O O W w 0 0 0 2 c0 D D Q Q Q CD CD O O O O N 00 M W Cn 0)C M CC� D DM TLL a a a a D- UUU UUU = UUUUUUUU (D � ° m vMM M D) MD2M >� DM »M » _ _ = R r10 (0 MC) (n U) U) U) U) U) (n (n U) U) U) U) U) NOO OCn Cn <}' LO) a00 F F F OF F F- F— F— F- F- F- NN1* I� U) U) N U) r OO = r QQQC�7QQQQQQQQ L1.I LL1 (� �- r aUUDUD UU F- � 2 222 2 zz W F- F- (n 1— U) U) F— > 000000000000 W W W Q Q C� Q Q W Q w 00 Q W `1 `1Y � YYYYYYYY U' U` JUU 0' ! UU ' U ' Ww U N NCn V CD 0 CO (D (D hrO Cn co � OMfD 0O 00 CO 0) r Cn Cl) 00 CCU O OOOOOOOOOOO OO QMti 0) V CA OC)IM OO OO) O) O a w CD C� c0 0) O r N M Cn CO I` U O r N CO V Cn a Q O OOo ZCMD � OO � � JC.) C.) 00 UU W � 0000 jf (ND S S = = 2 2 2 2 2 2 2 S Q L L LL O LL LL LL p U U U U U U S 2 W LL LL 2 22222 � M ;1212 2 � � 222 ' U) 22m � � � 02t 2 I i I 1 I I U Z () J H 1- W M 0 � m Z C'F a Lu H � z z zzz zzzzzzzzzzz o = 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 3: 0 0 000 00000000000 i � 0 0 Cl o Y Y OLL00 Of LL LL z (n Cn U) Cn cG (n J J p U) UY YYYMY LnLO 2 00Y Y N w w w N w N N O M O O O M LL MQ� MW LLLLLLQLL O UUw 00 wU Z LLLL § Q � § § § O CL � � � c9c7cD 0 � 0 = =o _ = ao � aomw 00uivQi> U =a Q ~ ~ O v cq m< rn Q rn Q Q 0U0 ' c(7C0LL -5 UOYUUUO V OO LL rl- w 00000) m c , M N CO I, o a o Y M rn M W rn rn rn rn rn o 0 0 0 0 (D J L) Q N W O V N LU CO 00 , LLl Lf) CO N u') CO � cM f� , N 00 V 7 r W N N M M M V V V' tf) Ln 0 LL 22 QaLLLL x LL LL LL LL LL LL LL LL LL LL LL �- U 12 i PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred forty (140) 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: May 31, 2011 MiclMountain Contractors, Inc NAME OF BIDDER Signature Mark Mills, President& Greg Lovinger,Vice President I (Print Name and Title) 825 Fifth Avenue, Kirkland, WA 98033 Address P O Box 2909, Kirkland, WA 98083-2909 mailing 2011 Sewer Improvements/Horn 41 May 10, 2011 Project Number 10-3018 L BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we MidMountain Contractors, Inc as Principal, and The Insurance Company of the State of Pennsylvania , as Surety, are held and firmly Five Percent (SU bound unto the CITY OF KENT, as Obligee, in the penal sum of of Bid Amount-------- 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 2011 Sewer Improvements/Project Number: 10-3018 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 invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety ishall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 31st DAY OF May 2011. ountain nc PRINC PAL Presl.,9,�nt Tim Welborn,rheVkc9,Aree0Ag4 t& �f 1�2 nra S ETY Jill A. Boyle, Attorney-in-Fact 20 Received return of deposit in the sum of $ i 2011 Sewer Improvements/Horn 42 May 10, 2011 Protect Number. 10-3018 POWER OF ATTORNEY r The Insurance Company of the State of Pennsylvania Power No. R5M P Y Y I Principal Bond Office. 175 Water Street,New York,NY 10039 No. 13-11-05241 KNOW ALL MIEN BY THESE PRESENTS: 1 That The Insurance company of the State of Pennsylvania,a Pennsylvania corporation,does hereby appoint ---Deanna M Meyer,Karen P Dever, Jill A Boyle,Stuart A O'Farrell,Susan B Larson, Scott Fisher,Lillian Tse,Benjamin L Wolfe,Elizabeth R Hahn, lama M Roy,Scott McGilway of Bellevue Washington--- _ its true and(awful Attorney(s}-m-Fact,with full authority to execute on its beltalt bonds,undertakings,recognizances and other cantracts of mdeninity and writings obligatory m the nature thereof,issued m the course of its business,and to bind the respective company thereby _ ' IN WITNESS WHEREOF,The Insurance Company of the State of Pennsylvania has executed these presents this 17th day of March,2011 Anthony Romano,Vice President STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 17th day of March,2011 before me came the above named vv officer of The Insurance Company of the State of Pennsylvania,tome personally Jill IAClA HALtENBECK known to be the individual and officer described herem,and acknowledged that JULI P�pLo-ALLEt NeEC K he executed the foregoing msturment and affixed the seals of said corporation No Of-$1 100( l thereto by authority of fits office Ouahfled In Bronx Gwv1y - - I,IYCairvi»s,atExfxes,tptl46.2013 CERTIFICATE Exerpts of Resolutions adopted by the Boards of Directors of The Insurance Company of the State of Pennsylvania,on May Is, 1976' "RESOLVED, that the Chairman of the Board,the President,or any Vice President be,and hereby is,authorized to appoint Attorneys-in-Fact to represent and act for and on behalf of the Company to execute bonds,undertakings,recognizances and other contracts of mdenuty,and writings obligatory m the nature thereof,and to attach thereto the corporate seal of the Company,m the transaction of its surety business, "RESOLVED, that the signatures and attestations of such officers and the seat of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond,undertaking recogiuzance and other contract of Indemnity and ifiumg obl igalory in the , nature thereof "RESOLVED, that any such Attorney-to-Fact delivering a secretarial certification that the foregoiog resolutions still be Ili effect may Insert Ili such certrfioation the date thereof,said date to be not later than the date of delivery thereof by such Attorney-ui-Fact" 1,Denis Butkovic,Secretary of The Insurance Company ofthe State of Pennsylvania,do hereby certify that the foregoing exerpts of Resolutions adopted by the Boards of Directors of this corporation,and the Power ofAttormey issued pursuant thereto,are true and correct,and tllat both the Resoluhons and the Po%yers AI Attorney are Ili full force and effect IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of the corporation t� �4 1 hiss'` daY of tlA L 23238(4102) Denis Bull ovie,Secretary 1 . t I 1 I POLICYHOLDER NOTICE Thank you for purchasing insurance from a member company of American International Group,Inc. (AIG). The AIG member companies generally pay compensation to brokers and independent agents, and may have paid compensation in connection with your policy. You can review and obtain information about the nature and range of compensation paid by AIG member companies to brokers and independent agents in the United States by visiting our website at www.aigproducercompensation corn or by calling AIG at 1-800- 706-3102. i 1 I 1 1 1 i CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT 1 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. t AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT 2011 Sewer Improvements Project Number: 10-3018 NAME OF PROJECT MidMountain Contractors, Inc NAME OF BIDDER'S FIRM SIGN RE OF A ZED REPRESENTATIVE OF BIDDER Mark Mills, President& Greg Lovinger,Vice President Subscribed and sworn to before me this 3tst day of May , 2011.i``"' ON99Q FN Notary Public n and for the State of Nn r Z- Washington, residing at gnthPn do ether ImprovemenlLs/Horn 43 May 10, 2011 (08 tNumber 10-3018 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 ....................❑ Tableof Contents Sheet................................................................ .❑ Invitation to Bid. .❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not acknowledgment ................................................❑ Signatureand address................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dated and signed.........................................................................❑Administrative Policy ... .❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unit prices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................El Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractorslisted properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeform and notarize........................................................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signed and addressed........................................................❑ BidBond Form .....................................................................................❑ Signed, sealed and dated ............................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) Non-Collusion Affidavit ........................................................................❑ Signed, dated and notarized .......................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2011 Sewer Improvements/Horn 44 May 10, 2011 Project Number 10-1118 PAYMENT AND PERFORMANCE BOND TO CITY OF KENT ` KNOW ALL MEN BY THESE PRESENTS: Bond No. 928621 That we, the undersigned, MidMountain Contractors, Inc as Principal, and The Insurance Company of the State of Pennsylvania Pennsylvania a Corporation organized and existing under the laws of the State of Was#tix , as a I 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 $ 2,363,636 01 , together with any ad3ustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2011 Sewer Improvements/Project Number: 10-3018 (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: jNOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2011 Sewer improvements/Hom 45 May 11, 2011 Project Number, 10-3018 TWO WITNESSES' MidMountain contractors, Inc PRINCI AL (enter principal's name above) lI A MuLr"ssk Walls TITLE: t�r�s;de� ��/%u �°rrsidutl DATE: /Z DATE: CORPORATE SEAL: Narr�� /YlGLMYD PRINT NAME jDATE: The Insurance Company of the State-of Pennsylvania SURETY CORPORATE SEAL: BY: JiV A Boyle kir^ ` DATE: June 10, 2011 - TITLE: Attorney-in-Fact ADDRESS: 2233 112th Avenue N.E. Bellevue, WA 98004 CERTIFICATE AS TO CORPORATE SEAL II hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that m Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR A5 STANT SECRETARY 2011 Sewer Improvements/Horn 46 May 11, 2011 Project Number. 10-3018 F P., -RTTCP POWER OF ATTORNEY, ; S`4k` : - I AT cvV ti v)PflT„ =U, IIr. , The Insurance Company of the State of Pennsylvania <u t< r,r , ,n: Power No. 32606 Principal Bond Office. 175 Water Street,,'view York,NY 101138 'TOINE; , „ri Or AT'"', r,1u- ` POWER OF �?v ' � �F?. No. 13-11�0241 � e KNOW'ALL MEN BY THESE PRESENTS: r�� ri 1 • -°'.c1 - Ale+- f 1rF PJ ,iF'F .T r'- P. P That The lnsurance company of the State of Pennsylvania,a PGrTr ivania corporation,does hereby appoint ---Deanna M Meyer,Karen P Dever, Jill A Boyle,Stuart A O'Farrell,Susan B Larson, Scott Fisher,Lillian Tse,Benjamin L Wolte,Elizabeth R Hahn, laua M Rov,Scott MLGilvray of Bellevue,Washington - adsr is trio and lawnd A[omey(s)-i i-Fact,with full authority to exeetite on its behalf bonds,undertakings recogmzances and other contracts ofindenwity,and writings obligatory in the nature thereof,issued in the course of its business and to bind the respective company thereby �i "T• •_,,Yr IN WIT NESS WITEREOF,The Insurance Company of the State of Pennsylvania has executed Those presents W -"nRNEY POVvPF --'7RNr this 17th dayof March,20,1.1,NFa O F AT-(' t- -POV iOK+V[ ;. aiTO RT't ,Yfifl of ATTnR Pr.;^ v Anthony Romano Vice President STATE OF NEW PORK �( COUNTY OF NEW YORK ) ss. _ { On This 17th day of March,2011 before me came the above named ,officer of The Insurance Company of the State of Pennsylvania,tame personally ,JU�Q�HAl.LENBEGK , known to be the individual and officer described herein,and acknowledged that r: r< ENF,,N E r P-),, = ' ry = •,T' he executed the foregoing insturment and affixed the seals of said corporation NowyPuu+c-state o(Newyork No thereto by authority of his office _'n " 'tT Ou 1 Blomcou o ` ^r CidrrYrybril+i Fxpfes Apfi S 201+) CERTIFICATE Exerpts of Resolutions adopted by the Boards of Directors of The Insurance Company of the State of Pennsylvania,on May 18, 19t& "RESOLVED, that the Chairman of the Bcard,the President of any Vice Piesidentbe,and hereby is,authorized to appoint Attorneys-m-Faet to'represcnt and act for and on behalf of the Company to execute bonds,undertakings recognizanpes and other contracts of mdemity and w•ritrngs obligatory in the nattire thereof and to attach thereto the corporate seal of the Company,ITT the transaction of its surety business "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or tacsimde seal shall be valid and binding upon the Company when so affixed with respect to arty bond,urrciertakmg recognizance and other contract or Indemnity and venting obligatory In the _ nature thereof, AT "RESOLVED, 04 any such AtOwy-in-Fact delivering a secretarial mmficatron that the foiegoingresolufionsatilihe in effectinay Insert in such certification the date thereof,said dace lobe not later than the date ofdelivery thereof by such Atromey-un-Fact" r _ . C AT, T,Denis BntkoVIC,Secrets of The Insurance Cont an of the State of Penns lvania do hereby oerm that the toTogom"cxer is of Resolutions ado to b y the r ' Secretary P Y Y y Y c c ' P p y Boards of Daectors of this corporation,and the Power of Attorney issued pursuant thereto.are true and correct,and that bath the Resolutions acid the Powers of Attorney arc in tuft force and effect IN WITNESS WHEREOF,I have herettntoset roy hand and affixed the facsimile seal ofthe corporation ATm.�, � F",} , �j ; P c n -�F AT' a, • .0 t t this w4d!ay of TLA-Ki I [IT A{3INK,P 11 ToR).-r} , � ,- A 1 - o- ATT_-,R!.Z Jv.ac s i ••T---6"�, '`, - P - s- - '_', POu 23238(4102) E0 Denis Biukovic Secretary T �F 4'rTORN L'-'- 'J,v ER of ATTOPN ' POVI V`.R Cyr AT PO MFu OF giTGTiA3EY+PC7.vF -`ETC o0 _r , . : RO- AT- R%Ev • P0VyER cr 'T F{kN=r' "' 'A E' •F. _ :• •i-0'0)t k f,'} , r'!AN! ' Psvdl• '.'31 TE•r A- POLICYHOLDER NOTICE Thank you for purchasing insurance from a member company of American International Group,Inc. (AIG). The AIG member companies generally pay compensation to brokers and independent agents, and may have paid compensation in connection with your policy. You can review and obtain information about the nature and range of compensation paid by AIG member companies to brokers and independent agents in the United States by visiting our website at www.aigproducercompensation.com or by calling AIG at 1-800- i 706-3102. y ` ' CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and MidMountain contractors ,Tn.corganized under the laws of the State of wash; ncr cn , located and doing business at 825 Fifth Ave Kirkland, WA 98033 ("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: 2011 Sewer Improvements/Project Number: 10-3018 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2010 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred forty (140) 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. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2011 Sewer Improvements/Horn 47 May 11, 2011 Project Number 10-3018 S. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4 24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. iThe provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, ' including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2011 Sewer Improvements/Horn 48 May 11, 2011 Project Number 10-3018 S. 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 1 injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject ' to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, 1 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. iThe provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the ' amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, ' including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. i 2011 Sewer Improvements/Horn 48 May 11, 2011 Project Number 10-3018 IN WITNESS WHEREOF the parties hereto have caused this agreement to be Lexecuted the day and year first hereinabove written. CITY OF KENT BY: SUZ CO E, MAYOR DAT ATTEST: BRENDA JACOBER, CI VIERK APPROVED AS TO FOR LP KE T LAW DEPARTMENT CONTRACTOR 1 PRINT NAME:���Ly/� TITLE:�i���Ct�l����ts�a'e DATE: !n /3� r 2011 Sewer Improvements/Horn 49 May 11, 2011 Project Number 10-3018 WITNESS, if INDIVIDUAL OR PARTNERSHIP; STATE OF WASHINGTON ) ' ) ss COUNTY OF KING ) On this /39k, day of (J;n-C , 201 1 , before me personally appeared Mark Mills and Tim Welborn to me known to be President and Vice President of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. NOTARY PU LIC, in and for the State pVeL ti of Washington, residing atlti,,��. %000 , 0�+�� My appointment expires •. 22-i2 ► A3t ►►►►► M 2011 Sewer Improvements/Horn 50 May 11, 2011 Project Number 10-3018 ' EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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: i1. 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 $2,000,000 per occurrence in excess of the CGL policy 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: 2011 Sewer Improvements/Horn 51 May 11, 2011 Project Number 10-3018 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 mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and 1 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. 1 F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2011 Sewer Improvements/Horn 52 May 11, 2011 Project Number 10-3018 s �Aco CERTIFICATE OF LIABILITY INSURANCE FDATE(MMDDYYYY) �� 06/132011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) :233 RODUCER CONTACT NAME arker,Smith&Feek,Inc PHONE FAX 112th Avenue NE A/C,No Eat 425-709-3600 Arc No 425-709-7460 E-MAIL Bellevue,WA 98004 ADDRESS PRODUCER CUSTOMER ID INSURER(S)AFFORDING COVERAGE NAIC M ENSURED MidMountain Contractors, Inc INSURERA Zurich American Insurance Co P O Box 2909 INSURER B American Guarantee&Liability Ins Kirkland,WA 98083 INSURER National Union Fire Insurance Co of INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS NSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS TR POLICY NUMBER MM/DD1YYYY MM/DdVYYV A GENERAL LIABILITY GLA948327900 4l15/2011 4/15/2012 EACH OCCURRENCE $ 1 (� X LIABILITY COMMERCIAL GENERAL L DAMAGE Inc)nnn _ X PREMISES Ea occurrence $ CLAIMS-MADE X OCCUR II MED EXP(Anyone person) $ 10-000 PERSONAL&ADV INJURY $ 1 000,000 GENERAL AGGREGATE $ 2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 2,000,000 I POLICY' X PECOT X LOC $ AUTOMOBILE LIABILITY GLA948327900 COMBINED SINGLE LIMIT B 4/15/2011 4/15/2012 (Ea accident) $ 1,000,000 X ANY AUTO I X BODILY INJURY(Per person) $ ALL OWNED AUTOS I BODILY INJURY(Per accident) IS SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON-OWNED AUTOS $ C UMBRELLALIAB X OCCUR 9999803 4/15/2011 4/15/2012 EACH OCCURRENCE $ 2,000,000 X EXCESS LIAB CLAIMS-MADE '—X AGGREGATE $ 2,000,000 DEDUCTIBLE $ i X RETENTION $ 10,000 $ WORKERS COMPENSATION GLA948327900 4/15/2011 4/15/2012 T LMTs X R A AND EMPLOYERS'LIABILITY "WA State Stop ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N p Gap E L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED' ❑ N/A (Mandatory in NH) EL DISEASE-EA EMPLOYEE $ 1,000,000 f yes describe under SEEM' 12-1211" E L DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Ranarks Schedule,if more spars is required) Job No 112208-2011 Sewer Improvements(Project No 10-3018) City of Kent is included as additional insured and coverage is primary and non-contributory as respects General Liability per attached endorsement U-GL-1175-C CW 07-10,and included as additional insureds as respects Auto Liability (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS CITY OF KENT Public Works Department AUTHORIZED REPRESENTATIVE 400 West Gowe � Kent,WA 98032 ©1988-2009 ACORD CORPORATION. All rights reserved ACORD 26(2009/09) The ACORD name and loco are recistered marks of ACORD e DESCRIPTIONS (Continued from Page 1 ) per attached endorsement CA2048 02-99,and Excess Liability per attached endorsement 86391 8-04 Separation of Insureds included POLICY NUMBER GLA948327900 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' DESIGNATED INSURED This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM ' TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form This endorsement does not alter coverage provided in the Coverage Form This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Endorsement Effective 04/15/2011 Countersigned By Named Insured MidMountain Contractors, Inc Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): Any person or organization with whom you have agreed, through written contract, agreement or permit, executed prior to the loss, to provide additional insured coverage. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form Copyright, Hawaii Insurance Bureau, Inc , 1999 Includes copyrighted material of the Insurance Seances Office, Inc , with its permission CA 1028 (2-99) CA 20 4102 19 Copyright, Insurance Services Office, Inc , 1999 Page 1 of 1 Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No Eff Date of Pol I Exp Date of Pol I Eff Date of End Producer No Add'I Prem Return Prem GLA948327900 04/15/2011 1 04/15/2012 1 04/15/2011 1 Incl N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided under the Commercial General Liability Coverage Part A. Section II —Who Is An Insured is amended to Include as an insured any person or organization who you are required to add as an additional Insured on this policy under a written contract or written agreement B. The Insurance provided to the additional Insured person or organization applies only to "bodily Injury", "property damage" or "personal and advertising Injury" covered under Section I - Coverage A - Bodily Injury And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by 1 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement, performed for the additional insured person or organization C. However, regardless of the provisions of Paragraphs A. and B. above 1. We will not extend any insurance coverage to any additional insured person or organization a. That is not provided to you in this policy, or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement, and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of- ' a. The Limits of Insurance provided to you in this policy, or b. The Limits of Insurance you are required to provide in the written contract or written agreement ' D. The insurance provided to the additional insured person or organization does not apply to "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and 2. Supervisory, inspection, architectural or engineering activities ' E. The additional insured must see to it that 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim, 2. We receive written notice of a claim or"suit" as soon as practicable, and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity This provision does not U-GL-1175-C CW(07/10) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc,with its permission ' apply to Insurance on which the additional Insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory F. For the coverage provided by this endorsement ' 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions This insurance is excess over Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit' This provision does not apply to any policy ' in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured ' All other terms and conditions of this policy remain unchanged li U-GL-1175-C CW(07/10) Page 2 of 2 ' Includes copyrighted material of Insurance Services Office,Inc,with its permission ENDORSEMENT No. ' This endorsement, effective 12.01 AM. April 15, 2011 Forms a part of policy no: 9999803 Issued to: MidMountain Contractors, Inc. By: National Union Fire Insurance Company of Pittsburgh, PA ' Commercial Urnbrella Policy Form Additional Insured EndorsementPrimary and-Non-Contributory This policy is amended as follows- Section IV Definitions, Paragraph E is amended to include the following additional provision: Insured means: Any person or Organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or at that such person or organization is an additional insured on your policy, but only if such person or organization is included under the coverage ' provided by the policies listed in the Schedule of Underlying Insurance. Such person or organization is an additional insured only with respect to liability ansnrg out of Your Work at the location designated This provision does not apply to liability arising out of the sole negligence of such person or organization for ' its own acts or emissions or those of its employees or anyone else acting on its behalf Coverage afforded to these additional insured padres vell be pri nary to, and non-contributory Wth, any other insurance available to that person or organization. 1 ' All other terns and conditions of this policy remain unchanged. Chnstonhor_(_ K.9j-)scr - - - Authorized Representative or Countersignature (in States Where Applicable) 86391 (8104) AH1357 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 .......................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public................. 1-21 1-08 Prosecution and Progress ................................................. 1-32 1-09 Measurement and Payment . 1-37 1-10 Temporary Traffic Control ................................................ 1-40 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 1 2-03 Roadway Excavation and Embankment .............................. 2-4 2-06 Subgrade Preparation...................................................... 2-4 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-1 7-08 General Pipe Installation Requirements .............................. 7-4 7-17 Sanitary Sewers ............................................................. 7-10 7-18 Side Sewers................................................................... 7-15 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-02 Roadside Restoration....................................................... 8-14 8-03 Irrigation Systems .......................................................... 8-18 8-04 Curbs, Gutters, and Spillways........................................... 8-18 8-06 Cement Concrete Driveway Entrances................................ 8-19 8-12 Chain Link Fence and Wire Fence ...................................... 8-19 8-14 Cement Concrete Sidewalks ............................................. 8-21 8-18 Mailbox Support ............................................................. 8-22 2011 Sewer Improvements/Horn May 11, 2011 Project Number 10-3018 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22 Pavement Marking .......................................................... 8-22 8-27 Sewer Bypass System ..................................................... 8-25 8-28 Pothole Utilities .............................................................. 8-26 8-30 Project Signs.................................................................. 8-27 8-31 Tree Removal for Construction Improvements..................... 8-29 8-32 Relocation/Demolition of Existing Storage Sheds ................. 8-29 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-2 9-16 Fence and Guardrail ........................................................ 9-7 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 MISCELLANEOUS DETAILS.............................................................. A-3 TRAFFIC CONTROL PLANS .............................................................. A-4 PREVAILING WAGE RATES.............................................................. A-5 i L ,t 2011 Sewer Improvements/Horn May 11, 2011 Project Number 10-3018 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS r� 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Special Provisions make reference to a "Section", for example, 'yin accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement iEA Each Eq. Adj. Equitable Ad]ustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State 2011 Sewer Improvements/Horn 1 1 May 11, 2011 Project Number. 10-3018 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 (M22-01) 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 Plans 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 Plans" or the "City of Kent Standard Plans." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2010 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT M41-10) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. Standard Plans for Road, Bridge and Municipal Construction, current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." 2011 Sewer Improvements/Horn 1 - 2 May 11, 2011 Pro]ect Number 10-3018 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. L 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. jThese 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 WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH 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 Invitation to Bid. SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 6TH 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. 2011 Sewer Improvements/Horn 1 - 3 May 11, 2011 Project Number: 10-3018 SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatenng, or other construction methods or procedures that 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 WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.co.kent.wa.us/procurement. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: 1-02.6 Preparation of Proposal ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL UNIT PRICES MUST BE STATED IN FIGURES. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. 2011 Sewer Improvements/Hom 1 - 4 May 11, 2011 Project Number 10-3018 i SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal ` All bids must be sealed and delivered in accordance with the "Invitation to Bid." 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 WITH THE FOLLOWING: i1-02.11 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 ja. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-03.1 Consideration of Bids The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. I 2011 Sewer Improvements/Horn 1 - 5 May 11, 2011 Protect Number 10-3018 A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor t shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 2011 Sewer Improvements/Horn 1 - 6 May 11, 2011 Project Number 10-3018 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 BY ADDING 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 Payment and Performance Bond language of the contract. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING. I1-03.7 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 WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the ' proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. 2011 Sewer Improvements/Horn 1 - 7 May 11, 2011 Pro]ect Number 10-3018 SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7IN THE SECOND PARAGRAPH AND 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 Plans 8. Bid Packet Information SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. > SECTION 1-04.S IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities SECTION 1-04.9 IS DELETED AND REPLACED WITH 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 2011 Sewer Improvements/Horn 1 8 May 11, 2011 Project Number; 10-3018 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. IDIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05 CONTROL OF WORK 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions herein). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load, to complete the rescheduled work. Note: A working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City 1 forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for City Surveyors to replace the stake, marker or 2011 Sewer Improvements/Horn 1 - 9 May 11, 2011 Project Number 10-3018 monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade, will not be allowed unless the original control points set by the Surveyor still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. , Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and subcontractors of their importance and of the necessity for their preservation. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for City Surveyors to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is 2011 Sewer Improvements/Horn 1 - 10 May 11, 2011 Project Number 10-3018 i required by the construction operations of the Contractor or its subcontractors, and advance notice of at least two (2) full business days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. t1-05.5(5) Staking Services Work reauests 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. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where applicable. 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. S. 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 superelevations require them. 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. I 2011 sewer Improvements/Horn 1 - 11 May 11, 2011 Project Number 10-3018 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. Cut sheets will be supplied when appropriate for curb, storm, sanitary sewer and 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 j Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 2011 Sewer Improvements/Horn 1 - 12 May 11, 2011 Project Number 10-3018 1 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 I the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of $150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph. It may be replaced, but at a charge of $150/hour to the Contractor. The Contractor may not charge the City for any standby or "down" time as a result of any re-staking and/or resetting procedure. 1 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. iIf the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. iDirect 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 1 2011 Sewer Improvements/Horn 1 - 13 May 11, 2011 Project Number 10-3018 avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH 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. 2011 Sewer Improvements/Horn 1 - 14 May 11, 2011 Project Number. 10-3018 t - This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date iWhen the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by written notice, shall request the L Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. 2011 Sewer Improvements/Ham 1 - 15 May 11, 2011 Project Number 10-3018 During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH 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. 2011 Sewer Improvements/Horn 1 - 16 May 11, 2011 Project Number 10-3018 Final acceptance shall not constitute acceptance of any material not meeting the criteria in these specifications, 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 IREPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor fiWhenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I1-05.14 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. iDetails of known projects are as follows: 1 Based upon City maps dated 9/22/10 the following Development Permits are active in the 2011 Sewer and Water Improvement areas: Alley between Central/Railroad ARCO Fuel Facility (commercial) Alexander/Maclyn - Guiberson Corrosion Control Facility (residential) Chicago St./View Place Miller Estates Short Plats (residential) 2011 Sewer Improvements/Horn 1 - 17 May 11, 2011 Project Number 10-3018 SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals j 1-06.6(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, IC, 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. 1-06.6(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) 2011 Sewer Improvements/Horn 1 - 18 May 11, 2011 Project Number 10-3018 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. jThe Contractor shall allow a minimum of 21 days variable depending on the contract unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. 1-06.6(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: t1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit six copies, two of which will be marked, i 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. 2011 Sewer Improvements/Horn 1 - 19 May 11, 2011 Project Number 10-3018 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 in the Technical Specification sections and to Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future Submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. 2011 Sewer Improvements/Horn 1 - 20 May 11, 2011 Project Number. 10-3018 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. 1-06.6(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 WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local 1 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. iThe 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 WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 2011 Sewer Improvements/Horn 1 - 21 May 11, 2011 Project Number 10-3018 t of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of j 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). 2011 Sewer Improvements/Horn 1 22 May 11, 2011 Project Number 10-3018 SECTION 1-07.6 IS SUPPLEMENTED BY ADDING 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 I 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. iPromptly 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 Government adjusts 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 1 SECTION 1-07.13(4) IS DELETED AND REPLACED WITH 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. 2011 Sewer Improvements/Horn 1 - 23 May 11, 2011 Project Number 10-3018 SECTION 1-07.14 IS REVISED BY DELETING 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 1-07.17 IS REVISED BY DELETING 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 BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(4) 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(5) 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. 2011 Sewer Improvements/Horn 1 - 24 May 11, 2011 Project Number 10-3018 I1-07.17(6) 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 is provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. Puget Sound Energy (Gas & Power) Contact: Anita Yurovchak (253) 476-6304 (253) 381-6714 Comcast Contact: Jerry Steel (253) 288-7532 Owest Contact: Warren Perkins (253) 372-5323 1 Verizon Contact: Louise Popelka (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH 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 WITH 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 2011 Sewer Improvements/Hom 1 - 25 May 11, 2011 Project Number 10-3018 greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the , Engineer at the City's expense. The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings. 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of 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. 2011 Sewer Improvements/Horn 1 - 26 May 11, 2011 Project Number 10-3018 ITo protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor JCS) clearly indicates otherwise. When traffic must pass through grading areas, the Contractor shall: I 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: 2011 Sewer Improvements/Hom 1 - 27 May 11, 2011 Project Number 10-3018 1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists, pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0.20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channelizing devices (Type II barricades, plastic safety drums, or other approved devices 36 inches or more in height) placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. C. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or impact attenuator will be required at the beginning of the Section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; ' b. The total length throughout the project is less than 300 feet; c. The drop-off does not remain for more than three working days; , d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. 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 2011 Sewer Improvements/Horn 1 - 28 May 11, 2011 Project Number 10-3018 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. 7. 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. 8. 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 WITH THE FOLLOWING: i1-07.23(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 I from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 1 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. 2011 Sewer Improvements/Horn 1 - 29 May 11, 2011 Protect Number 10-3018 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 BY ADDING 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 l� within the contract proposal. Whenever the Contractor proposes a temporary road closure that would , prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the , Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e., regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost, or time saving Traffic Control Plan (TCP), all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flagaers, 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 pro3ect 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. 2011 Sewer Improvements/Horn 1 - 30 May 11, 2011 Project Number 10-3018 r When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction and payment thereof shall be included in the unit Contract price of other bid items. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way tStreet right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City of Kent will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. r ' 2011 Sewer Improvements/Horn 1 - 31 May 11, 2011 Project Number 10-3018 SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or , employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study i and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. , 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the , preconstruction meeting the following: 1. A price breakdown of all lump sum items. t 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. 2011 Sewer Improvements/Hom 1 - 32 May 11, 2011 , Project Number 10-3018 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. The Contractor shall not ' commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.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 2011 Sewer Improvements/Horn 1 - 33 May 11, 2011 Project Number 10-3018 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, 11th 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. Work hour exceptions/restrictions: During the following work restrictions, the Contractor shall leave all streets in a safe and passable condition with all lane closures and or detour traffic control removed during the period. 1. Weekday work within the traveled lanes of James St. shall be restricted to the hours between 7:00 p.m.and 5:00 a.m. 2. The Contractor shall not be allowed to work from July 7th through 10th, 2011 due to the Cornucopia Days street fair in downtown Kent. 3. Work within the traveled lanes shall not be allowed during, or two hours prior to, and one hour after events held at the ShoWare Center in Kent. Events currently scheduled at ShoWare Center, starting in early May are listed below. Event Date & Time A Perfect Circle in concert June 30 8:00 PM S sco Food Show July 8 all day Tentative concert TBD July 9 Down Under Horsemanship July 16 & 17, 9:00 AM - 5:00 PM ' Tentative concert TBD July 22 AM 1090 Town Hall Forum July 23 6:00 PM ShoWare Shootout 3-on-3 All day ' Basketball Tournament Coaches' Hockey School August 15 - 19, all day Ringling Bros., Barnum & Bailey September 1 -5, evening shows Circus Thurs/Fri, multiple shows all day Sat/Sun/Labor Da Tentative concert TBD September 10 2011 Sewer Improvements/Horn 1 - 34 May 11, 2011 Project Number 10-3018 Event Date & Time Tentative church event TBD September 15 Tentative preseason hockey game September 17 Banquet/Trade Show September 22,evening Tentative hockey game September 24 Tentative concert TBD October 13 Disney on Ice November 10 - 13, evening shows Thurs/Fri, multiple shows all day Sat/Sun Doors typically open one hour prior to event's start time. The Contractor shall coordinate throughout the contract period with ShoWare Center contact Beth Sylves (253) 856-6705, email bsvlves(Oshowarecenter.com, regarding schedule updates and with the Engineer regarding scheduled work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplemental 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 2011 Sewer Improvements/Horn 1 - 35 May 11, 2011 Project Number 10-3018 remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING PARAGRAPHS 2 THROUGH 6 AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a delay to the , Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the immediate project area. , The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, barriers, illumination and signage complete. (Also see Section 1-05.11(1)). If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the Contractor, the liquidated damages calculated from Section 1-08.9 for each day of delay. SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 6 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 2011 Sewer Improvements/Horn 1 - 36 May 11, 2011 Project Number 10-3018 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 BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 1 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. ' The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage ' There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained 2011 Sewer Improvements/Horn 1 - 37 May 11, 2011 Project Number 10-3018 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 in escrow. Interest on the bonds and securities shall be paid to j 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 (1) above). The Contractor in choosing option (2) or (3) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty (60) days following the Completion date (pursuant to RCW 39.12, RCW 39.76, and RCW , 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier (RCW 39.12.040). 4. Asbuilt plans have been submitted to owner if required under the contract. In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. 2011 Sewer Improvements/Horn 1 - 38 May 11, 2011 Project Number 10-3018 Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: i1. 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 WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of ' action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. ' 2011 Sewer Improvements/Horn 1 39 May 11, 2011 Pro)ect Number 10-3018 SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING 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 Transportation Engineering Specialist. The City's contact is Rob Knutsen, telephone number (253) 856- 5530. SECTION 1-10.2(1) IS DELETED AND REPLACED WITH 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 f 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. 2011 Sewer Improvements/Horn 1 - 40 May 11, 2011 , Project Number. 10-3018 The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council I 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 1 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 WITH THE FOLLOWING: 1-10.2(1)A Traffic Control Manager The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating ' implementation of the approved TCP's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies. 2011 Sewer Improvements/Horn 1 - 41 May 11, 2011 Project Number 10-3018 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, ' pedestrian and bicyclist traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State , of Washington, City of Kent Development Assistance Brochure #6- 5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 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 WITH THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non- work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place , for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). , 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project ' records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and , removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the 2011 Sewer Improvements/Horn 1 - 42 May 11, 2011 Project Number 10-3018 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. 1 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 WITH 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 I Traffic Control Supervisor (TCS) for review and approval. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT publication M 24-01, and the more stringent requirements of City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor (TCS). THE FIRST PARAGRAPH OF SECTION 1-10.2(3) IS DELETED AND REPLACED WITH 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 2011 Sewer Improvements/Horn 1 - 43 May 11, 2011 Project Number 10-3018 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, may be obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department. When these publications appear to be in conflict, the decision of the City's Traffic Control Supervisor JCS) shall be final. , THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1- 10.2(3) ARE DELETED AND REPLACED WITH THE FOLLOWING: ' When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3) IS DELETED AND REPLACED WITH 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 BY ADDING THE FOLLOWING: ' 1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios will be capable of having direct , contact with the Traffic Control Manager, Traffic Control Supervisor, and project management (foremen, superintendents, etc.). The hours eligible for "Traffic Control Labor" will be those hours actually , used for the previously described work. Any work described under Section 1-10.3(1)A or 1-10.3(1)B performed by a Traffic Control ' Supervisor JCS) 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 WITH THE FOLLOWING: 2011 Sewer Improvements/Horn 1 - 44 May 11, 2011 Project Number. 10-3018 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 1 the reflective sheeting. Construction signs will be divided into two classes. Class A construction ' signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for "Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be promptly replaced by the Contractor without additional compensation. ' 2011 Sewer Improvements/Horn 1 - 45 May 11, 2011 Project Number 10-3018 SECTION 1-10.3(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) ' When an approved Traffic Control Plan (TCP) includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD and the following: 1. The SAS shall have the following three mode selections: ' a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and ' b. A flashing Double Arrow mode; and C. A flashing Caution mode. 2. The panel display for the SAS shall be 96 inches by 48 inches in size, unless otherwise specified on the TCP approved by the City's Traffic Control Supervisor. 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance. The dimmed mode shall be used for night time operation of sequential arrow panels. 4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device. 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation. The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ventilated, vandal-resistant box. A photometric control, with manual override, shall automatically dim the lights during hours of darkness. The location and use of the SAS will meet the following guidelines: 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to ' shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(3)C Portable Changeable Message Sign The PCMS shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: ' 2011 Sewer Improvements/Horn 1 - 46 May 11, 2011 Project Number 10-3018 ' i 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 5. The PCMS message, using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all ' angles and shall not degrade due to exposure to ultraviolet light. 7. Capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message. 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. The PCMS shall be operated by an easy to use controller that provides the following functions: ' 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. ' 2011 Sewer Improvements/Horn 1 - 47 May 11, 2011 Project Number 10-3018 4. Program new message, which may include moving arrows and chevrons. ' 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. The Contractor shall operate the PCMS in accordance with the approved , traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: , 1. Each PCMS must be located so that it provides the maximum legibility distances from all of the approach lanes. 2. Each phase of the PCMS message will be limited to no more than two displays. , 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message, they will conform to guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor (TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 1-10.3(3)E Traffic Safety Drums Traffic safety drums shall be manufactured specifically for traffic control purposes, and shall be fabricated from low density polyethylene that maintains its integrity upon impact. The drums shall be of the following general specifications: Overall Height: 36 inches minimum ' Overall Width: 18 inch minimum in the direction(s) of traffic flow. If , the front to back dimension is less than 18 inches, only those drums specifically approved by the Engineer will be permitted. Shape: Rectangular, hexagonal, circular, or flat-sided semi-circular. Color: The base color of the drum shall be fade resistant safety orange. Reflective Stripes: The exterior vertical surface shall have at least two orange and two white circumferential stripes. Each stripe shall be 4 to , 6 inches wide and shall be reflectorized. If there are non-reflectorized spaces between the horizontal orange and white stripes they shall be 2011 Sewer Improvements/Horn 1 - 48 May 11, 2011 ' Project Number 10-3018 no more than 2 inches wide. Reflective stripes shall be 3-M flexible 3810, Reflexite PC 1000, 3-M Diamond Grade, or Avery Dennison W- 6100. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact, and shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. The Contractor shall obtain the manufacturer's certification documentation for all such devices purchased and shall keep the ' documentation available for inspection throughout the life of the project. ' When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. If approved by the Engineer, used drums with new reflective sheeting may be used, provided ail drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle The lower unit shall be a maximum of 4 inches high and shall be designed to completely enclose the ballast. The lower unit, with ballast, shall have a minimum weight of 10 pounds and maximum ' weight of 50 pounds. The base shall be designed to resist movement or creeping from wind gusts or other external forces. The drums shall be designed to resist rolling of overturned. Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond use, or provides inadequate reflectivity, a new drum shall be furnished. ' When no longer required, as determined by the Engineer, the drums shall remain the property of the Contractor and shall be removed from the project. ' SECTION 1-10.3(3)F IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-10.3(3)F Barrier Drums The Temporary Barriers shall be installed in accordance with the details ' shown in the MUTCD, and approved Traffic Control Plan (TCP). The barrier shall be NCHRP 350 compliant, and the Contractor shall provide verification of this requirement. 2011 Sewer Improvements/Horn 1 - 49 May 11, 2011 Project Number 10-3018 SECTION 1-10.4 IS DELETED AND REPLACED WITH 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. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Portable Changeable Message Signs (PCMS) will be measured per day for each day that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by the Engineer will be at the Contractor's expense. Portions of a day will be rounded up to a whole day. Sequential Arrow Signs (SAS) will be measured per day for each day that the SAS is in operation within the project limits. The days of operation will be determined by the Engineer. Operation of the Sequential Arrow Signs over and above those days authorized by the Engineer shall be at the Contractor's expense. SECTION 1-10.5 IS DELETED AND REPLACED WITH 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: 2011 Sewer Improvements/Horn 1 - 50 May 11, 2011 Project Number. 10-3018 ' 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 a weekly basis. ' The unit contract price for "Construction Signs Class A" per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return ' of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control Supervisor. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor ' duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(7). Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the ' SAS, and associated work and maintenance described in Section 1- 10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." 2011 Sewer Improvements/Horn 1 - 51 May 11, 2011 Project Number 10-3018 When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall , estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to , include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side ' streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. , 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the ' detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the Special Provisions. 2011 Sewer Improvements/Horn 1 52 May 11, 2011 Project Number 10-3018 ' DIVISION 2 - EARTHWORK 1 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. 2. The salvaged materials either listed above, or identified in the field by the Engineer, shall be removed, hauled and stored at the following site(s): 1. 5821 S. 2401h St., Kent, 98032 ' All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's ' determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 2011 Sewer Improvements/Horn 2 - 1 May 11, 2011 Project Number 10-3018 3. Make a vertical saw cut between any existing pavement, sidewalk, ' or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the , compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: 2011 Sewer Improvements/Horn 2 - 2 May 11, 2011 Project Number 10-3018 The unit contract price per square yard for "Remove Cement Concrete ' Sidewalk and Driveway" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of cement concrete sidewalk and driveway as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the exisitng structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging and remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. The unit contract price per each for "Removal and Disposal of Existing Sanitary Sewer System, Complete" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing pipes, tees and cleanouts as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, and disposal to an acceptable site. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. tShould the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price = additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: (8 - 6) x $2.0 = $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. 2011 Sewer Improvements/Horn 2 - 3 May 11, 2011 Project Number 10-3018 A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The actual lineal feet of asbestos-cement water main removal and disposal is unknown and shall be determined in the field by the Engineer. The City has entered a quantity in the proposal for the item "Removal and Disposal of Asbestos-Cement Water Main Pipe" for the purpose of providing a common proposal for all bidders. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING 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 i Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING 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 WITH 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. 2011 Sewer Improvements/Horn 2 - 4 May 11, 2011 Project Number 10-3018 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING 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. 2011 Sewer Improvements/Horn 2 - 5 May 11, 2011 Project Number 10-3018 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4- 04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04.4. 4-03.5 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 "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, i materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 2011 Sewer Improvements/Horn 4 - 1 May 11, 2011 Project Number 10-3018 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED 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 BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Too Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 2011 Sewer Improvements/Horn 4 - 2 May 11, 2011 Project Number 10-3018 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment I Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING 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. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. 2011 Sewer Improvements/Horn 5 - 1 May 11, 2011 Project Number 10-3018 SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing ' Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2, The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City based on Section 5- 04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2 inch PG 64-22 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. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For HMA 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 comply with current industry standards. 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 2011 Sewer Improvements/Horn 5 - 2 May 11, 2011 Project Number 10-3018 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. 1 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 BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA installation shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW 1 SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. 2011 Sewer Improvements/Horn 5 - 3 May 11, 2011 Project Number 10-3018 SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 5-04.5 Payment j 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 1/2", 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 1 disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTION 5-04.5 IS REVISED BY DELETING THE LAST THREE (3) ITEMS. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 1 2011 Sewer Improvements/Horn 5 - 4 May 11, 2011 Project Number 10-3018 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, j SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: j7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1 and 4-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes 1 shall be 5 feet. Manholes under 5 feet in height shall conform to City of Kent Standard Plan 4-2. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron, brought up to finished grade and shall comply with the following Kent Standard Plans as applicable: 4-3 24 inch x 6 inch locking manhole frame and cover Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting 2011 Sewer Improvements/Horn 7 - 1 May 11, 2011 Project Number. 10-3018 ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the Standard Specifications, Standard Plans, City of Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat i circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. 2011 Sewer Improvements/Horn 7 - 2 May 11, 2011 Project Number 10-3018 Wood, plastic, iron, aluminum, bituminous or similar materials are 1 prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes ( It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6, (inside drop connections are not allowed), or per King County Metro Plan as called for on the plans. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. I NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. I 2011 Sewer Improvements/Horn 7 - 3 May 11, 2011 Project Number 10-3018 7-05.5 Payment "Special Shallow Manhole, 48 Inch Diameter" "Manhole Under 12 Feet, Type 1 48 Inch Diameter" "Manhole 12 Feet to 20 Feet, Tvpe 1 48 Inch Diameter" The unit contract price per each for the above item(s) constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. The unit contract price per vertical feet for "Sewer Drop Connection, 8 Inch Diameter" constitutes complete compensation to install the complete outside non-encased drop connection (or inside drop when specified on the Drawings or special details), including, but not limited to: excavation, placing and compacting selected backfill materials; the concrete footing; the ductile iron pipe for the drop; ductile iron spool and fittings at the outside and inside drop connections; pipe supports; channeling; the ductile iron pipe to span to undisturbed soil; and i cleanup and restoration. The unit contract price per each for "Locking Manhole Frame and Cover" and "Watertight Manhole Frame and Cover"constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Adjust Existing Valve, Meter, j Monument or Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the above noted structures to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to paving, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid ' item. Reference Kent Standard Plan 3-7, 3-10 or 6-89. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS j SECTION 7-08,2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. 2011 Sewer Improvements/Horn 7 - 4 May 11, 2011 Project Number 10-3018 All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard Specifications and the Kent Special Provisions: 1 Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ........................ ........ 9-03.14(1) Gravel Backfill for Foundation ............9-03.17 Bank Run Gravel for Trench Backfill.... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. tOnce commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation rshall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. IIt shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. 2011 Sewer Improvements/Horn 7 - 5 May 11, 2011 Project Number 10-3018 Each individual project and dewatenng operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal and disposal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. ' Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. 2011 Sewer Improvements/Horn 7 - 6 May 11, 2011 Project Number 10-3018 I The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. 2011 Sewer Improvements/Horn 7 - 7 May 11, 2011 Project Number 10-3018 i SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: ' 7-08.3(2)3 Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(3) Backfilling Pipe trench backfill shall be bank run gravel for trench backfill or gravel borrow if, in the opinion of the Engineer, existing trench excavation soils are unsuitable. Bank run gravel and gravel borrow shall be from a pit approved by the Engineer and shall be as specified in Section 9- 03.19 of the Standard Specifications for bank run gravel and Section 9- 03.14(1) of the Kent Special Provisions for gravel borrow. Each layer shall be compacted to 95 percent in paved areas and 90 percent in unpaved areas in accordance with ASTM D-1557 in lifts not to exceed eighteen (18) inches. The maximum particle size shall not exceed six (6) inches or 2/3 the depth of the layer being placed whichever is less. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct 2011 Sewer Improvements/Horn 7 - 8 May 11, 2011 Project Number: 10-3018 the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. iIn all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon 1 approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase Ito a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: t7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment ' 2011 Sewer Improvements/Horn 7 - 9 May 11, 2011 Project Number 10-3018 The unit contract price per ton for "fie Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material, Class I and II ' , constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9- 05.13 of the Standard Specifications. All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. 2011 Sewer Improvements/Horn 7 - 10 May 11, 2011 Project Number 10-3018 The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council >� acceptance. 7-17.3(2) Cleaning and Testing jSECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)A General All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City of Kent. The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. SECTION 7-17.3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials iAll testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe - The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for his own purposes. However, the acceptance air test shall be made after Ibackfilling has been completed and compacted. All wyes, tees, or ends of side sewer stubs shall be plugged with ' flexible-joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures. Such plugs or caps shall be 2011 Sewer Improvements/Horn 7 - 11 May 11, 2011 Project Number 10-3018 readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. Immediately following pipe cleaning, the pipe installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at his own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring. Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 1 400 = 0 0 40 80 118 158 198 238 278 316 Z .� 50 70 110 150 190 228 268 308 34.9 356 pw 100 140 180 220 260 300 338 374 372 368 ILL a 150 212 250 290 330 370 390 386 382 378 W 200 282 322 360 400 404 398 394 390 386 w 250 1 352 392 428 418 410 404 400 396 392 Z a 300 422 440 430 422 416 410 404L;�4 w 350 454 442 434 426 420 414 410 J 400 454 444 436 428 422 1 418 412 1 408 1 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 2011 Sewer Improvements/Horn 7 - 12 May 11, 2011 Project Number 10-3018 LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 v 0 0 40 80 118 158 198 238 278 316 � F 50 110 150 190 228 268 308 348 384 380 C w 100 220 260 300 338 378 418 420 414 406 74 U. LL 150 330 370 410 448 466 454 444 434 428 0 V 200 440 480 514 496 482 470 460 450 444 250 550 542 522 506 494 482 472 464 456 a 300 566 544 528 514 502 492 482 474 466 J350 566 548 534 520 508 494 490 482 474 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 w 50 158 198 238 278 316 356 396 416 408 N W 100 316 356 396 436 476 492 476 464 454 U. UW. 150 476 514 554 566 544 526 510 496 486 0 w 200 634 1 642 612 584 566 550 534 522 510 H 250 680 650 624 602 582 566 552 540 528 0 a 300 680 654 632 612 596 1 580 566 554 544 LU 350 680 658 638 620 604 1 590 578 566 556 J 400 680 660 642 626 612 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 Z0 0 40 80 118 158 198 238 278 316 �+ 50 248 288 326 376 406 446 486 476 462 Ln w 100 496 534 574 614 624 596 572 552 530 U. a 150 742 782 742 704 672 646 624 604 586 0 w 200 850 804 766 732 704 680 658 640 624 CL 250 850 812 780 752 726 704 684 666 652 0 a 300 850 818 790 766 742 722 704 688 672 w 350 850 822 798 776 756 736 720 704 690 J1 400 1 850 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 2011 Sewer Improvements/Horn 7 - 13 May 11, 2011 ' Project Number 10-3018 LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 w 0 0 40 80 118 158 198 238 278 316 +4 w 50 356 396 436 476 314 554 566 544 526 U. 0 U. 100 712 752 792 794 748 710 680 654 632 a 150 1020 952 896 850 810 778 748 722 700 � IL 200 1020 968 922 884 850 820 794 770 748 Z 250 1020 978 940 906 876 850 826 804 784 J Z300 1020 984 952 922 896 872 850 830 810 w 350 1020 990 960 916 912 890 868 850 832 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 w O 0 40 80 118 158 198 238 278 316 fV W 50 634 674 712 752 792 794 748 710 680 0 100 1268 1246 1156 1082 1020 968 922 884 850 a 150 1360 1282 1214 1156 1106 1060 1020 984 952 H N 200 1360 1300 1246 1200 1156 1118 1082 1050 1070 z a 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 w U 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 J Z 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 w 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it-is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for 2011 Sewer Improvements/Horn 7 - 14 May 11, 2011 Project Number 10-3018 testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the costs for additional vacuum testing to verify the correction of deficiencies. SECTION 7-17.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment "PVC Sewer Pipe, 8 Inch Diameter" "Ductile Iron Sewer Pipe, 8 Inch Diameter" The unit contract price per lineal foot for the above item(s) shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also included fittings, wyes, tees, plugs, and 3oint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. 7-18 SIDE SEWERS T7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.3(1) General jFor new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field. Such locations shall be marked by a stake or other suitable marker. The Contractor shall be responsible for locating a "tee" in the main line opposite each marker and shall construct a side sewer to terminate, as nearly as practical at the property line or permanent easement line as shown on the plans. All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer. In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. 2011 Sewer Improvements/Horn 7 - 15 May 11, 2011 Project Number 10-3018 SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: ' 7-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor's responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections. All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; • 7-18.5 Payment The unit contract price per lineal foot for the Side Sewer Pipe of the various kind and size specified 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 included fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. i 2011 Sewer Improvements/Horn 7 - 16 May 11, 2011 Project Number, 10-3018 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and hydroseeding shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseeding. SECTION B-01.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: Seed .......... ...... ....... ......8-01.3(2)B and 9-14.2 Fertilizer ......... .... .......... ....8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Straw Mulch ..........................9-14.4(1) Wood Cellulose Fiber . .9-14.4(2) Clear Plastic Covering .............9-14.5(3) Wattles (Straw) . . .9-14.5(5) Water for plants.....................9-25.2 2011 Sewer Improvements/Horn 8 - 1 May 11, 2011 Project Number 10-3018 Silt Fence..............................9-33.2 Table 6 8-01.3 Construction Requirements SECTION 8-01.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion- control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; 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 temporary erosion and sediment control (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 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 2011 Sewer Improvements/Horn 8 - 2 May 11, 2011 Project Number 10-3018 plans, as needed, and as directed by the Engineer. The Contractor shall furnish, install, maintain, remove and dispose of water pollution, erosion and sediment control 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 when shown on the plans, prior to construction. The I Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not t 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 restore 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 additional 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. iIt shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. 2011 Sewer Improvements/Horn 8 - 3 May 11, 2011 Pro]ect Number 10-3018 The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the deficiencies observed by the Engineer or the governmental agency. These measures shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities. Water shall be frequently applied in traffic areas, as required, to achieve dust control 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. 2011 Sewer Improvements/Horn 8 - 4 May 11, 2011 Pro3ect Number. 10-3018 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. Concrete work can generate process water and slurry that contain fine particles and high pH, both of which can violate water quality standards in the receiving water. Any time concrete is used, these best management practices shall be utilized. • Concrete truck chutes, pumps, and internals shall be washed out only into formed areas awaiting installation of concrete or asphalt. • Unused concrete remaining in the truck and pump shall be returned to the originating batch plant for recycling. • Hand tools including, but not limited to, screeds, shovels, rakes, floats, and trowels shall be washed off only into formed areas awaiting installation of concrete or asphalt. • Washdown from areas such as concrete aggregate driveways shall not drain directly to natural or constructed stormwater conveyances. I • When no formed areas are available, washwater and leftover product shall be contained in a lined container. Contained concrete and its waste water is a process waste water and will not be allowed to comingle with stormwater or enter into waters of the state. • All freshly poured concrete shall be covered as necessary to I • prevent contact with precipitation. If the Engineer, under Section 1-08.6, orders the work suspended for I an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control 1� 2011 Sewer Improvements/Horn 8 - 5 May 11, 2011 Project Number 10-3018 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 BY ADDING 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 BY DELETING 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. SECTION 8-01.3(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. City of Kent 2002 Surface Water Design Manual. 2011 Sewer Improvements/Horn 8 - 6 May 11, 2011 Project Number 10-3018 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 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 WITH 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 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 I 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 1 2011 Sewer Improvements/Horn 8 - 7 May 11, 2011 Project Number 10-3018 stoppage and shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. ' Areas in which the above methods are impractical may be seeded by approved hand methods. The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. 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 where otherwise directed by the Engineer. Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as 2011 Sewer Improvements/Horn 8 - 8 May 11, 2011 Project Number 10-3018 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. r� 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer I meeting the requirements of Section 9-14.3 of the Kent Special Provisions. 1 Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre 7. If the slurry is used in a detention pond it shall be applied at the following rates: jDETENTION POND EROSION CONTROL: Seed 60 Ibs/acre (native seed mix) ' 100 Ibs/acre (pre-germinate annual ryegrass) Fertilizer 250 Ibs/acre (21-0-10 quick release) Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching 1 Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre in 1 2011 Sewer Improvements/Horn 8 - 9 May 11, 2011 Project Number 10-3018 accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8- 01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. ' Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise, wood cellulose fiber mulch per Section 9- 14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION B-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: 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. 2011 Sewer Improvements/Horn 8 - 10 May 11, 2011 Project Number 10-3018 SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING 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 BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time 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. 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)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden 1 water into the downstream system. SECTION 8-01.3(1S) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-01.3(15) Maintenance The E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. 2011 Sewer Improvements/Horn 8 - 11 May 11, 2011 Project Number 10-3018 All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8- 01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. SECTION B-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: ' 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to ' enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. The Contractor shall use the same BMP measures employed for the overall project, to the staging area selected for the project. The staging area will be approved by the City Engineer. 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. 2011 Sewer Improvements/Horn 8 - 12 May 11, 2011 Project Number 10-3018 SECTION B-01.5 IS SUPPLEMENTED BY ADDING 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 1 areas: 1. All planter areas or areas disturbed by the Contractor's operations ' behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 1 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as L 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 lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit bid price per each straw bale used for "Straw Wattles 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 wattles for 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 detrimental to plant life. The unit contract price per each for "Inlet Protection" shall be full pay I for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. 2011 Sewer Improvements/Horn 8 - 13 May 11, 2011 Project Number 10-3018 The unit price per square yard for"Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. The unit contract price per day for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in full day increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: 2011 Sewer Improvements/Horn 8 - 14 May 11, 2011 Protect Number. 10-3018 Topsoil Type A.......................................... 9-14.1(1) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber................................. 9-14.4(2) ' Special Planting Mixture........... . 9-14.4(11) Matting .................................. ................ 9-14.5 Street Trees.............................................9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 ' Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding ' editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not 1 being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the Standard Specifications. i 2011 Sewer Improvements/Horn 8 - 15 May 11, 2011 Project Number 10-3018 SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of street trees shall be according to the tree placement details, unless otherwise directed by the Engineer. The Contractor shall 1 stake street tree locations and receive the approval of the Engineer before construction begins. Trees shall be placed at all points where sidewalks are partially blocked out as shown on the tree placement details. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All trees shall be carefully placed in the tree pits to prevent damage to fibrous root systems during placement and backfilling operations, with burlap removed. Trees shall be set vertically in the center of the pits, backfilled with special planting mixture, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. Planting mixture shall obtain a grade two inches below the top of the tree pit and shall be firmly compacted. All street trees shall be planted in general conformance to Kent Standard Plan 5-24. A sufficient amount of water shall be given each tree immediately after planting to eliminate air pockets around the roots and to supply moisture to ensure life. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to 'compost or xylem wood chips". SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a i clean and thriving condition for a period of not less than two calendar 2011 Sewer Improvements/Horn 8 - 16 May 11, 2011 Project Number 10-3018 years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. ' The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02,3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-02.3(14) Plant Replacement j The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at his sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period tThe Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but I is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. tThe unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not 2011 Sewer Improvements/Horn 8 - 17 May 11, 2011 Project Number 10-3018 limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.1 Description This work shall consist of removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems exist at , various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be 1 determined to keep the remaining portions of these systems operational. SECTION 8-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval j prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item "Existing Irrigation System Removal Repair and/or Modifications" shall be paid by force account in accordance with Section 1-09.6. This payment shall constitute complete compensation for all labor, tools, materials, equipment and testing necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-04 CURBS GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. 2011 Sewer Improvements/Horn 8 - 18 May 11, 2011 Project Number 10-3018 If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the Standard Specifications: The unit contract price per linear foot for"Cement Concrete Curb and Gutter" shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. tCement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for"Cement Concrete Driveway. 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference City of Kent Standard Plan 6-43. ' 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: a t8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in f 2011 Sewer Improvements/Horn 8 - 19 May 11, 2011 Pro3ect Number 10-3018 accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates , Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for his convenience, restoration of the additional length of fence shall be at his sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment The unit contract price per linear foot for "Remove and Restore Wooden Fence" and "Remove and Restore Chain Link Fence" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and restore the appropriate fencing as needed to perform the necessary work. 2011 Sewer Improvements/Horn 8 - 20 May 11, 2011 Project Number 10-3018 #] Restoration may include posts panels or fabric, or if so determined by the Engineer, a combination of those items. 1 "Temporary Fencing", per linear foot. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description ' This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall i be troweled smooth with a steel trowel. a After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full 1 cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, ' or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning ' pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. 2011 Sewer Improvements/Horn 8 - 21 May 11, 2011 Project Number 10-3018 SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit bid per square yard or per each for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordance with the Kent Special , Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See City of Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH 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. 8-22 PAVEMENT MARKING ' SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER Crosswalk Stripe IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in City of Kent Standard Plan 6-75. 2011 Sewer Improvements/Horn 8 - 22 May 11, 2011 , Project Number 10-3018 L THE TEXT UNDER Two Way Left Turn Stripe IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. ' THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb ' A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials 1 Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- ' 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). r ' 2011 Sewer Improvements/Horn 8 - 23 May 11, 2011 Project Number 10-3018 SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application ' The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. , Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. , The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the , pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8- 09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. 2011 Sewer Improvements/Hom 8 - 24 May 11, 2011 ' Project Number 10-3018 SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center 1 paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the ' unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. iMeasurement for removal of RPMs will be the linear foot, with no deduction being made for unmarked area when the markings include a gap. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "White Edge Line Paint Stripe," per linear foot. "Double Yellow Center Paint Stripe", per linear foot. 1 8-27 SEWER BYPASS SYSTEM 8-27.1 Description ' Temporary sewer bypass sytem shall be installed at locations where insitu main replacement is shown on the plans or as directed by the ' Engineer. 8-27.2 Materials ' The system shall be composed of pumps and piping sized to provide flows expected for the area being serviced by the main. All fittings shall be leak tight, and universal to permit the addition or removal of sections as required. ' 8-27.3 Construction Requirements The Contractor's rehabilitation methods will impact existing service ' laterals and side sewers that contribute flow to the system. The Contractor shall be responsible for accommodating these flows at all times during their work whether shown on the drawings or found during 2011 Sewer Improvements/Horn 8 - 25 May 11, 2011 Project Number 10-3018 the process of completing the work. Known side sewers (identified from as-built drawings) and service connections have been provided on the contract drawings. Following completion of the rehabilitation, the Contractor shall reinstate all service connections and side sewers, whether shown on the drawings or found during the process of completing the work, in accordance with the contract drawings and per the requirements specified in these documents. The Contractor will be responsible for the operation and maintenance of , all gates, stop logs and other flow control devices required to accommodate the installation and operation of the temporary bypass pumping system(s) for the duration of the work required. Efforts shall be made to complete all work during off-peak hours and during periods of dry weather. All bypass pumping shall be temporary, watertight and only be installed , for the duration required to rehabilitate the segment of sewer and reconnect the service or side sewer connection. The system must be immediately removed when reconnections are made and all piping and equipment removed and the area restored to its preexisting condition. The Contractor shall furnish pertinent design information, materials, piping, appurtenances, labor, equipment, maintenance and power to implement and maintain all temporary bypass system for controlling existing wastewater flows around the work area as required to complete their work. 8-27.5 Payment The unit contract price per lump sum for "Temporary Sewer Bypass System" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary for the Contractor, when required, to provide the flow of sewage around the section or sections of pipe designated for replacement. Plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system shall make the bypass. The pump(s) and bypass line(s) shall be of adequate capacity to accommodate the sewage flow. The Owner may require a detail of the bypass plan to be submitted. 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. 2011 Sewer Improvements/Horn 8 - 26 May 11, 2011 Project Number 10-3018 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 1 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. i8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS ' 8-30.1 Description This work shall consist of acquiring from the City Shops, installation, and maintaining project signs complying with the requirements of these specifications where shown in the plans or where directed by the ' Engineer. Used project signs may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up the signs at the City Maintenance Shop on West James Street, telephone (253) 856-5600. All project signs (new or refurbished) become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials rSign materials shall generally conform to the following requirements: Braces .............. 2 inch x 4 inch Fir Posts ................ 4 inch x 4 inch or 4 inch x 6 inch Fir, depending on design required by Engineer. 2011 Sewer Improvements/Horn 8 - 27 May 11, 2011 Project Number* 10-3018 i 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts ' All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3(3) Design B Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract per each for "Project Sign Installation" price constitutes complete compensation for furnishing all labor and materials, to pick up from the City Shops, installation of and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure used signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said ' adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 2011 Sewer Improvements/Horn 8 - 28 May 11, 2011 , Project Number 10-3018 8-31 TREE REMOVAL FOR CONSTRUCTION IMPROVEMENTS ' 8-31.1 Description This work shall consist of cutting and removal of those trees and ' stumps shown on the plan sheets, and trees greater than 12" diameter that may be encountered during construction. The trees shall be cut and removed to either an approved site, or left for property owner by the Contractor. All stumps will be grubbed and disposed of by the Contractor off-site. The Contractor shall protect trees and their root systems within the construction area, but not slated for removal. ' 8-31.4 Measurement ' "Remove Existing Tree Greater Than 12" Diameter", per each. 8-31.5 Payment The Contractor shall coordinate with PSE, Comcast and Qwest as required to temporarily disconnect utilities prior to falling trees adjacent to communication and power lines. The Contractor shall include the above referenced cost in the unit contract price for the following bid items as required: ' The unit contract price per each for "Removal of Existing Tree Greater Than 12" Diameter" constitutes complete compensation for all labor, I materials, tools and equipment necessary for and incidental to the cutting, excavation, stump removal, hauling from site, backfill and compaction, as required by the Engineer. and cleanup as shown on the plans and described in the specifications. Clearing and Grubbing shall be paid for under bid item 1005. Gravel Borrow shall be paid for under bid item 1075. i8-32 RELOCATION/DEMOLITION OF EXISTING STORAGE SHEDS 8-32.1 Description This work shall consist of relocating or disposing of the existing sheds ' located at the following locations, or as determined by the Engineer: 1360 E. Walnut St. Timothy & Ellen Gimenez 1358 E. Walnut St. Ronald & Teresa Bernards 1332 E. Walnut St. Eunice Mathey 1324 E. Walnut St. Katharine Lebrun 1323 E. Walnut St. Robet & Roberta Richardson 1347 E. Maple St. Mary Drolette This work shall also include coordination with property owner for removal of all personal property. This work will also include the removal and disposal of any concrete footing/foundation and the restoration of the ground upon which the shed was located. ' 2011 Sewer Improvements/Horn 8 - 29 May 11, 2011 Project Number 10-3018 8-32.2 Materials Backfill and surface restoration materials shall meet the requiremnets , of these specifications for top soil, crushed surfacing, hydroseeding and other sections as applicable. 8-32.3 Construction Requirements , The Contractor is required to coordinate all construction activities related to the sheds relocation or demolition with the property owner/residents. Relocation shall be to adjacent land which is part of the same tax parcel, and outside of the easement granted with the utility. Contractor is required to provide the property owner 10 working days notice of the proposed relocation or demolition date to provide the property owner/tenant adequate time of removal of personal property from the structure. 8-32.4 Measurement ' No unit of measurement shall apply to the lump sum price for "Relocation/Demolition of Existing Storage Sheds." 8-32.5 Payment The lump sum bid amount for "Relocation/Demolition of Existing Storage Sheds" shall constitute complete compensation for all tools, materials, labor and equipment requred to demolish and relocate the ' storage shed including the foundation blocks and footings/pads. Also included in this bid item is all work associated with coordinating with the property owner/tenent and all other agencies required for this relocation/demolition and disposal. 2011 Sewer Improvements/Horn 8 - 30 May 11, 2011 , Project Number 10-3018 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding ' Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: ' Sieve Size Passing 3/4 Inch 1000/0 ' 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing ' 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 ' Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. 2011 Sewer Improvements/Horn 9 - 1 May 11, 2011 Project Number 10-3018 * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to ' apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace , unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following ' gradations: Percent Passing ' Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss , Density (solid volume) 155 pcf min Specific Gravity 2.48 min t 9-14 EROSION CONTROL AND ROADSIDE PLANTING , SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(11) of these Special Provisions with 2011 Sewer Improvements/Horn 9 - 2 May 11, 2011 Project Number 10-3018 commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure ' Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been ' thoroughly aerated during the drying process. 9-14.1.(1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve.................... 80% minimum Passing 0.15 mm sieve ............... 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. ' Grasses used shall meet the following specifications: Mix A (Roadside Grass): Weight Seed Mix "A" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed ' 40% Perennial R e rass 98% 90% 0.5% 30% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 100/( Crested Wheat grass 95% 85% 0.5% ' 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated ' 2011 Sewer Improvements/Horn 9 - 3 May 11, 2011 Project Number 10-3018 Mix B (Playground Grass): ' Weight Seed Mix "B" Min % Min % Max % ' Proportion Ingredient Pure Seed Germination Weed Seed 10% Creeping Red Rescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% ' 5% Kentucky Bluegrass 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 900/0 0.50/0 , 15% Annual R e rass 95% 90% 0.5% Mix C (Wetland Grass): Weight Seed Mix "C" Min % Min. % Max % Proportion Ingredient Pure Seed Germination Weed Seed 52% Pregerminated Annual 98% 95% 0.5% ' Ryegrass Lolium multiflorum 19% Blue Wildrye 98% 95% 0.5% , EI mus laucus 19% Native Red Fescue 98% 95% 0.5% Festuca rubra var. rubra 3% Tufted Hairgrass 98% 95% 0.5% Descham sia caes itosa 2% Native California Brome 98% 95% 0.5% ' Bromus carinatus 2% Bluejoint Reedgrass 98% 95% 0.5% Calama rostis canadensis 1% Tall Mannagrass 98% 95% 0 5% G Icena elata 1% American Sloughgrass 98% 95% 0.5% Beckmanian s zi achne T1 The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. , The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. ' SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer i Fertilizer for trees: Fertilizer shall consist of commercial fertilizer (6- 10-8), Jobe's Tree Stakes", or "Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to ' provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: 2011 Sewer Improvements/Horn 9 - 4 May 11, 2011 , Project Number 10-3018 Total available Nitrogen ........... 16% of weight (of which 50% is ' derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following ' proportions and formulation: Total available nitrogen ........... 21% ' (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened ' containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: ' 9-14.4(2) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin ' wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will ' become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no ' more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. r ' 2011 Sewer Improvements/Horn 9 - 5 May 11, 2011 Project Number 10-3018 SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost ' Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not ' containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. , Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten ' percent by weight. In addition, soil particles shall meet the following requirements for grading: , Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum , Passing 0.15 mm sieve..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and ' other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milhohms. 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW ' SECTION: 9-14.6(1)A Street Trees i The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: 2011 Sewer Improvements/Horn 9 - 6 May 11, 2011 Project Number 10-3018 Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing ' Small Street Trees For planting under 30' or (feet) owerlines less ' Flame Maple Acer ginnala 'Flame' 20' 20' Round w/ spreading low 30' branches Pacific Sunset Maple Acer truncatum xAcer 30' 15, Upright spreading, 25' plantanades rounded crown ' 'Warrenred' Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25' robur 'Crimschmidt' fasts sated ' 9.14.7 Stakes, Guys and Wrapping ' SECTION 9-14.7IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to ' adequately support the trees as determined by Quentin Poil, Nursery Supervisor at (253) 856-5127. ' 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: ' 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences. The fabric wire shall be: ' Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. ' The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. ' 2011 Sewer Improvements/Horn 9 - 7 May 11, 2011 Project Number 10-3018 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7 Valve Box and Operating Nut Extender 3-10 Service Connection 1" Service SEWER 4-1 Manhole Type I 48" and 54" 4-2 Special Shallow Manhole 4-3 Standard Manhole Frame and Locking Cover 4-5 Manhole Grade Ring, Safety Steps Ladder 4-7M 6" Cleanout 4-8M Side Sewer Stub Connection STORM 5-24 Tree Planting 5-31 Filter Fabric Fence STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joints 6-35 Expansion and Contraction Joints 6-43 Commercial Cement Concrete Driveway Approach I6-69 Pavement Restoration for Window Cuts or Pot Holing 6-70 Mailbox Installation Type 1 and 2 (2 sheets) 6-75 Thermoplastic Crosswalk Markings 6-89 Light Standard Foundation and Junction Box i � i I 2011 Sewer Improvements/Horn A - 1 May 11, 2011 Project Number 10-3018 OLYMPIC FOUNDRY VB 940 WITH TWO(2)INCH"DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER". cd " 4" Inb — In O ° O a d ° EXTENSION WATER a < AS NEEDED ° d t i i z ° d °` A i0 d 22 a d 3'x3'x4"THICK CONCRETE(3,000 PSI) PAD AROUND VALVE COVER IN UNPAVED AREAS BASE SECTION:RICH 24" PLAN VALVE BOX BOTTOM, OLYMPIC NO.VBIC OR 2"SQUARE PRE-APPROVED EQUAL AND OPERATING SHALL BE COMPATIBLE NUT WITH TOP SECTION 4— — ROCK GUARD, 4 1/4"DIA 1/8"MIN,THICK Hw o VALVE BOX WITH z z OPERATING NUT EXTENDER -w a 3/4"SOLID STEEL ROD NOTES: 1. EXTENSIONS SHALL BE A MINIMUM OF ONE(1)FOOT LONG. 2. EXTENSIONS SHALL BE SIZED AS OPERATING NUT EXTENDER NEEDED,AND PAINTED WITH TWO(2) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERI'G DOCUMENT BUT COATS OF METAL PAINT OSEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3. EARS, LUGS OR STAINLESS CAP P WAS Hiq �� THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. SCREWS ON COVER SHALL BE ALIGNED 0 �Q co CITY KENT WITH DIRECTION OF WATER FLOW. � m � Z '� ENGINEERING DEPARTMENT 4. FOR ADDITIONAL REQUIREMENTS AND KENIT VALVE BOX AND USE SEE WSDOT STD.SPECIFICATIONS A 21493 O Q W°""."ue"" OPERATING NUT EXTENDER SECTION 3.19 GISTFRk F� F"JJ y� DESIGNED DWW BB SCE HONE STANDARD PLAN 5. VALVE BOX SHALL BE CENTERED OVER CNAI. F\ oRawn CHECKED oaTE 2"SQUARE OPERATING NUT. acwcrn 3-7 APPROVED G W 0 z 0 W m V O J a O ? Q U Z Q S w . LLa f Z j X O w Z� m U w d �� wN= pO �s W¢ W w z O V\tW tiJ YOyy. d uap oyG 0 Q Z W W d 1-N �O wC0 Uino ¢E =w O wz � �z wa O 0 0 O- Q Z J 2 N 3Nn o � g �a � p� ^ 1N3W3SV3 U m w � a �W u ID 2i0,11N3dOdd z U d O w C J Y o d J Z Z O Z WJ N Z W � � t u w O ao_ wo O O Q� ~J � z¢ o X „OT Ol„8 �w o t d �`L4 m N p� O aoY z E� VaJ \ zw w ¢ O Q�6 V O C7 m w V ti N w Z E J 0 0 w \�1- d oC p pp 's tan QO o W ti Z Z d � V I w v7 m w a a p w w j wX w OOmzytn 0 a:w •- lw.l K a K 1 CL K J a-� `✓g MOM H- w M ¢ � rz WpUG � � O U x¢ w c W wp w w �Z w0 Z K Z n Vi gw U ¢ U dZ z w pw upto vi O � U U w p V)Q Ypw o m w(Y E Fw- Z w J KZ U¢� M O K `(` W a�a m 1- 6 F- p F a a 2'�' Fw- Z w w S_ W :I p W w Z� �p e-i 1-M wF W p O w OawzN ¢ CLd Q'S w0 w J OCD Z CD�_ K�K ce w w Z w 4 d' O W N }w p w w K i `�-' O O pLn z NQ YLn C OD w z ? wi NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT o a ()SE jj AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT n "� pF WASy THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. co O CITY OF KENT w Z rp ENOINEERINO DEPARTMENT SERVICE CONNECTION o p 21483 0 — w:' .NT 1" SERVICE �GJST1 '- �� DESIGNED DWW Fs��IVAL F�C\� DRAWN----- -LS SCALE NONE STANDARD PLAN CHECKED I DATE J T_1 O APPROVED Septe,noer 2009 �- MANHOLE FRAME AND LOCKING COVER(SEE STANDARD PLAN 4-3 OR 4-4) ADJUSTMENT GRADE RINGS(SEE STANDARD PLAN 4-5)(LEVELING BRICKS MAY BE USED ON TOP RING) ILI 3/8"GROUT, INSIDE,OUTSIDE AND IN BETWEEN GRADE RINGS a 24' HANOHOLD(TYP,)-(SEE STANDARD PLAN 4-5) * FOR SEPARATE PRECAST CONE(ECCENTRIC UNLESS OTHERWISE SPECIFIED) CAST IN PLACE a ONLY = DROP RUNG SAFETY STEPS(SEE STANDARD PLAN 4-5) e PRECAST RISER SECTIONS. GROUT SECTION JOINTS AND PICKHOLES(TYP) 48"OR 54" LADDER(SEE STANDARD PLAN 4.5) r SLOPE=2%o(TYP.) x _ N CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF _ THE PIPE REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL RISER)0.15 SQ. x MORTA IN./FT.IN EACH DIRECTION FOR 48"DIA 0.19 SQ.IN/FT IN EACH FILLET DIRECTION FOR 54"DIA. a 4WO-6" PRECAST BASE W/INTEGRAL RISER 54"0-8" GRAVEL BACKFILL FOR PIPE BEDDING,6"MIN COMPACTED DEPTH, FOR PRECAST BASES ONLY SEPARATE CAST IN PLACE OR REINFORCING STEEL(FOR SEPARATE BASE ONLY)0.23 SQ.IN./FT.IN EACH DIRECTION FOR 48"DIA SEPARATE PRECAST BASE 0.19 SQ IN./FT.IN EACH DIRECTION FOR 54"DIA "0"RING DESIGN ASSUMPTIONS HEIGHT: 8'TO I2',SOIL BEARING VALUE EQUALS 3300#/FT, (MIN.)HEIGHT.OVER 12,TO 25'; SOIL BEARING ° VALUE EQUALS 3800#/FT. (MIN.) PRECAST BASE JOINT NOTES, 1. MANHOLES TO BE CONSTRUCTED IN ACCORDANCE W/AASHTO M-199& 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN.YIELD STRENGTH (ASTM C 478)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE OF 60,000 PSI&BE PLACED IN THE UPPER HALF OF THE BASE WITH WSDOT STD.SPECS. 1"MIN,CLEARANCE. 2. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. 6. ALL SANITARY SEWER MANHOLES SHALL BE VACUUM TESTED. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM. 7. MORTAR 3/8"LINING OUTSIDE,INSIDE,AND IN BETWEEN THE 3. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER ADJUSTMENT SECTION TO FORM A SMOOTH WATERTIGHT FINISH. PLUS MANHOLE WALL THICKNESS,MAX.HOLE SIZE IS 36"FOR 48' MANHOLE,42"FOR 54"MANHOLE.MIN, DISTANCE BETWEEN HOLES IS 8 8. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE AND INSIDE TO A SMOOTH FINISH, 4. MANHOLE RINGS&COVERS SHALL BE IN ACCORDANCE WITH WSDOT NOTE' THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT STANDARD SPECIFICATIONS&MEET BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE STRENGTH REQUIREMENTS OF THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FEDERAL SPECIFICATION RR-F-621D. S()SEP FILE AT THE CITY OF KENT, A COPY MAY BE OBTAINED UPON MATING SURFACES MON-ROCKINGB IT WITHFINISHED ���pF WAgy,� REQUEST. TO ASSURE ANY COVER POSITION, co O CITY OF KENT ENGINEERINO DEPARTMENT MANHOLE `0 ,P 21493 01- TYPE 1 48" & 54" 04, DNEO DM'N F��'t`lAL�E��'\��(v DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE 4-1 APPROVED Septe*rber 1009 i DROP RUNG SAFETY STEPS 3/8"GROUT,INSIDE,OUTSIDE AND IN BETWEEN (SEE STANDARD PLAN 4-5) 1 GRADE RING(SEE STANDARD PLAN 4-5) n CASTING(SEE STANDARD PLAN 4-3 OR 4-4) tADJUSTMENT SECTION MIN.4"-MAX. 16" 3 HANDHOLD(TYP.),SEE STANDARD PLAN 4-5 ° :SLOPE=2% 18"SHORT CONE aDROP RUNG SAFETY STEPS(TYP.), SEE STANDARD PLAN 4-5 (TYP.) 48"OR 54" CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF THE PIPE #MORTAR FILLET PRECAST BASE W/INTEGRAL RISER GRAVEL BACKFILL FOR PIPE BEDDING,6" MIN. Z COMPACTED DEPTH.FOR PRECAST BASES ONLY 48"0-6" 54"0-8" *FOR SEPARATE CAST IN REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL PLACE ONLY RISER)0.15 SQ.IN./FT,IN EACH DIRECTION FOR 48"DIA 0.19 SEPARATE CAST IN PLACE OR SQ, IN/FT, IN EACH DIRECTION FOR 54"DIA. SEPARATE PRECAST BASE REINFORCING STEEL(FOR SEPARATE BASE ONLY)0 23 SQ IN./FT.IN EACH DIRECTON FOR 48"PIA 0 19 SQ IN/FT. IN EACH DIRECTION FOR 54"DIA. "0"RING PRECAST BASE JOINT NOTES: I. FLAT TOPS MUST BE APPROVED BY THE ENGINEER. 2. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE AND INSIDE TO A SMOOTH FINISH. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY 3. GROUT FILL RING OR BRICK THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON ADJUSTMENTS ON ALL SIDES THE �OSEPk FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON CASTING IS TO BE SEATED IN GROUT of WAS&y�p REQUEST. PLACED ON THE RING OR BRICK. CITY OF KENT 1 4, MORTAR A 3/8"LINING OUTSIDE AND " z ENGINEERING DEPARTMENT INSIDE OF THE ADJUSTMENT SECTION �� SPECIAL SHALLOW TO FORM A SMOOTH WATERTIGHT KENT p 2 MANHOLE FINISH. q 1493 GC w «xi«o.ox �Or FGISTER� �� DESIGNED Duw LON 5. ALL SANITARY SEWER MANHOLES F AL E��\� BRAWa ea SG-E ONE �T DAD P SHALL BE VACUUM TESTED. CHECKED DATE 4-2 APPROVED au" Scptcmber 1_JO? i DRILL&TAP: 5/8"41 UNC -IB (3@120"ON A 22-1/8" BOLT CIRCLE) J/J/h 2"RAISED LETTERS e V 2" RAISED LOGO/LETTERS 00 r k ® AlF U h FOR 5/8"-11 UNC- 16 S.S. Wpm 0 1/2"HEX.HE.CAP SCREWS 1/2' O ° (3 REQUIRED) ° 1"PICKHOLE(3 @ 1200) 2"RAISED LETTERS"DRAIN"FOR STORM SEWER B A "SEWER"FOR SANITARY SEWER 1"HANDLING HOLE(3 26-1J2" PLCS) 25" 1" 25-1/4" T1-1/2" 2-3/16" ulj 5/8 23-3/8" i„ 1-3/16" " 27-5/16" 3/8" 34 NOTES: SECTION A-A SECTION B-B 1. MATERIAL USED SHALL BE CAST GRAY IRON OR DI ASTM A536 CL80-55-0 FOR RINGS AND DI FOR COVER. 2. SEAT OF COVER&FRAME MACHINED WITH A NON-ROCKING FIT FOR MANHOLE COVERS. 3. MANHOLE COVERS SHALL BE WATERTIGHT AT THE EDGES. 4 ROUND ALL SHARP CORNERS WHERE POSSIBLE. 5 CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. 6. CASTING TO BE SMOOTH,TRUE TO PATTERN,FREE FROM BLOWHOLES, POROSITY,HARD SPOTS,SHRINK HOLES,WARP,OR ANY OTHER DEFECTS WHICH COULD IMPAIR SERVICEABILITY. 7. ALL INSTALLATIONS SHALL BE WATERTIGHT, NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY 8, COVERS LOCATED IN SIDEWALK SHALL THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON UTILIZE AN ALTERNATE NON-SKID ��S O WE PjZI REQU EST QtAT THE CITY OF KENT. A COPY MAYBE OBTAINED UPON PATTERN SEE WSDOT STD PLAN B-30.70-00, `o p �� CITY KENT 7-9.OLYMPIC FOUNDRY PART NO, � y � '� ENGINEERINGNG DEPARTMENT 11-2945SET AND EAST 30ROAN STANDARD MANHOLE PRODUCT NO'S 00370760 AND �1 � N-,- 00371512 ARE THE PRE-APPROVED "o 4 21493 0 w."»,»,.,» FRAME AND LOCKING COVER PRODUCTS,ALL OTHERS REQUIRE F�ISTER� �� WRITTEN APPROVAL OF THE ENGINEER F� �G\� DESIGNED DBLW SCALE NONE STANOARO PWP PRIOR TO INSTALLATION. �PJAL CHECKED DATE APPROVE)- �`� Scpterrber 1:i00 f 12"MIN. 12'MIN. 3 1/2" 1"RADIUS 3"�S—L 3" 6112 1 MIN L==== D--7— 121 O x DROP RUNG i HANDHOLD MANHOLE STEP X f 12"MIN. � 11 3/4"MIN. � CENTER TO CENTER 6" 91/2. 6„ MIN.. MANHOLE STEP GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER 6 11 1(2' (Q �1 12" 0 S 6"FOR STEP 11 3/4'MIN. 3"FOR HANDHOLD CENTER TO CENTER 9 1/8'FOR STEP - 6 1/8"FOR HANDHOLD 6 POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND 5 24" 5" ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. 2. DROP RUNG STEPS ARE TO BE#8 GALVANIZED DEFORMED REBAR, 11"CLEARANCE #4 BAR 3. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL, 4. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY GRADE RING RADIAL ATTHE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. OPENETRATION OF OUTER WALL BY A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STEP LADDER OR LADDER LEG 15 BUT AN ELECTRONIC DUPLICATE, THE ORIGINAL,SIGNED BY �T THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PROHIBITED USE FLANGED END FOR BOLTING TO WALL IN STORM DRAINAGE �()SEP`I FILE AT THE CITY OF KENT, A COPY MAY BE OBTAINED UPON APPLICATIONS, WAS yr��y, REQUEST. c� �O EMBED FOOT OF LADDER IN CONCRETE N� i ,� CITY RLOFEPAKENT IN POURED AND/OR CHANNELED FLOOR ti �• MANHOLE GRADE RING, 0 21493 KENT SAFETY STEPS & LADDER 7. MANHOLE STEPS OR LADDERS ARE NOT p0 RFGISTS F�� REQUIRED WHEN THE COVER TO �� DESIGNED LAW SCALE NONE STANDARD PLAN BOTTOM OF MANHOLE IS LESS THAN 4'. S�ONAL ENV CHECKED Be DATE 4—'5 aa"m APPROVED September 1. 09 1 16" t 10" e. e: a v 'a CEMENTCONC. e CLASS 3000 d• d 3/40 SQUARES _ SPACED 314"AS EWER—C INDICATED-HT. 1/8" 1D" N �e• a d. 1" 1/8'RAISE- 1/2" 9" WIDE BORDER iv d 9 2010 2% 1 e I a e ' : i ►; i 2 Z10X�� •.�•vrdli• ! � •i?p'r •.• 9" 7 3/4" 7 3/4" 8 3J4° 8"PVC PIPE 6"PVC I ry v (FOR SLEEVE) I THREADED TT FIBER JOINT PACKING PLUG (OPTIONAL) 7"- `0 7 3/4" 8 71W ry o "0 a 15" 6"-450 ELL .Nj. (BELL x SPIGOT) CAST IRON RING&COVER o z CLEANOUT RING&COVER 6"WYE WATER TIGHT PLUG i 6"SIDE SEWER SEE STANDARD PLAN 4-8 a 0 m .r N I N � SLOPE o z oz NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY 4 w v THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON `° 0 SOSE FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON y� of WAsy REQUEST. Q CITY OF KENT Z NOTES: ENGINEERING DEPARTMENT app 1. CAST IRON TO CONFORM TO A.S.T.M. A48-56 CLASS 30. �"r/ j�Ej�"r 6~ CLEANOUT Y .�} 21493 � WA""1°OTO" O 2. COVER SHALL BE LOCKING TYPE OLYMPIC �< ��GISTER�� `y4 OESIGNEO ONw a FOUNDRY M 1007 D/T OR EQUIVALENT `� /ONAL ENS'\ 5�� NONE STANDARD PUN 4 DRAWN se MARKED "SEWER-GO"OR"CO". CHECKED DATE �� `f'�I l7M APPROVED [7 CLEANOUT RING AND LOCKING COVER 12 INCHES OF TRACER WIRE COILED (SEE KENT STANDARD PLAN 4-7) INSIDE OF COVER ABOVE CLEANOUT CAP PROPERTY o LINE In w w n. 12 GAUGE INSULATED a w I'MAX, SOLID COPPER w 6"WYE LOCATING WIRE, O o PLASTIC COATED. z m PERMANENTLY O w CONNECT WIRE TO THE 6 w ¢ INSIDE OF ClEAN0U7 w 6"TEE BOX WITH STAINLESS o APPROVED WATER STEEL HOSE CLAMP o ur TIGHT PLUG o io 6"WYE SEWER MAIN PLAN 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE,PLASTIC COATED. 4'MAX. PERMANENTLY CONNECT WIRE TO TEE WITH STAINLESS STEEL HOSE CLAMP 6"TEE SANITARY SEWER MAIN ADAPTER WHERE PREAPPROVED _ BY THE ENGINEER FOR COUPLING DIFFERENT PIPE MATERIALS. AS CALLED OUT ON THE PLANS OR DESIGNATED BY THE ENGINEER NOTES: 1. JOINT DEFLECTION SHALL NOT BE GREATER THAN RECOMMENDED BY THE PIPE MFR.AND APPROVED BY THE ENGINEER. a 2. MINIMUM SLOPE SHALL BE 1%.MAX.PERMISSIBLE SLOPE SHALL BE 2 3 HORIZ.TO 1 VERT.UNLESS SPECIFIED OTHERWISE. 3. PIPE SHALL BE PVC,CAST IRON,OR DUCTILE IRON CLASS 50,MIN.SIZE 6R. SIZE AND MATERIAL SHALL BE AS SPECIFIED ON THE PLANS OR APPROVED BY THE ENGINEER CITY OF KENT 4. 5'MINIMUM SEPARATION BETWEEN SEWER MAIN TAPS. ENGINEERING DEPARTMENT �� KENT SIDE SEWER STUB CONNECTION DESIGNED DMN SCALE NONE STANDARD PUN o DRAW"_BB CHECKED DATE 4_8M APPROVED EIMJMEFR i 1 TREE TIE SHALL NOT CONSTRICT TREE DEVELOPMENT PLACE TOP OF ROOTBALL 1"ABOVE THE LEVEL OF NATIVE SOIL.BEFORE MULCH, ]-STAKE STAKE ONLY IF NECESSARY POTTING SOIL SHOULD BE VISIBLE (TYPICALLY IF TREE IS GREATER THAN 4'TALL) 3"DEPTH MULCH NOT TOUCHING STEM STAKE TREE AT 1/3 HEIGHT OF TREE,USE"TREE TIES"OR CUT CIRCLING ROOTS AND ENGINEER APPROVED EQUIVALENT, SPREAD OR"BUTTERFLY" REMOVE STAKE AND TIE AFTER 1 ROOTBALL YEAR NATIVE SOILRACKFILL WITH TOPSOIL ONLY,COMPACT MODERATELY BY HAND REST BOTTOM OF ROOTBALL ON UNDISTURBED NATIVE SOIL WIDTH OF PLANTING HOLE SHALL BEAT LEAST 1.5 TIMES THE WIDTH OF THE ROOTBALL SPREAD A 3'MINIMUM DIAMETER MULCH RING (DONUT)AROUND THE PLANTING HOLE �r NOT TO SCALE �(sEP{Z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1� �F WASy �q, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �P z THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CITY NO KENT ENGINEERING DEPARTMENT -O� RF 21493 �� �G- a cI R KENT TREE PLANTING O,r STE 4,, ONAL OESIGNW OWH DRAWN BB SCAI-£ NONE STANDARD PLAN CHECKED DATE 5-24 APPROVED ��� L• September<0,09 NEWLY GRADED OR WIRE FABRIC DISTURBED SIDE SLOPE 2' 2' FILTER FABRIC z FLOW MATERIAL � F ff j —LARGE ROCK 2"OR / GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR co 3/4"mil S"WASHED GRAVEL / FILTER FABRIC MATERIAL SECTION A-A 2"x2"x14 GAUGE WELDED WIRE FABRIC OR i MIRAFI 100X OR EQUIVALENT A 4 WIRE RINGS EQUAL(IF 180#EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) i )DINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. E STEEL OR A 2 X 4 WOOD POSTS. U u U 6'O.C. INSTALLATION NOTES: ELEVATION � 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED,THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER 2. FILTER FABRIC FENCES SHALL BE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY �dsEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,5IGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL ANY y� F WASk REQUIRED REPAIRS SHALL BE MADE THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. "S' �� ti IMMEDIATELY. 0 4z co D CITY OF KENT ENGINEERING DEPARTMENT 3. REMOVE SEDIMENT WHEN IT REACHES � 113 FENCE HEIGHT. E' `✓ 1C�N T FILTER FABRIC FENCE A 21 3 Q 4. INSTALL THE SILT FENCE FIRST. '2 FG/STERN AFTER THE SILT FENCE HAS BEEN F G�� DESIGNED D'RN 98 SCALE NONE sra�wo PUN INSTALLED,CONSTRUCT BERM AND ONAL �N DRAWN CHECHED DATE 5�7 1 TRENCH APPROVE( 1 12" 6° 5 1/2" 9" 10" _ "-- 2 1/2" S" 2 1/2" I"R 1/2"R w d Z ZD 44 d f cl. I d d 1 2� ° d N �— LL d d yd d ° •,•y 0 e d d 7-7 COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT 1 10" 2" 3 11_�"_ I7 1M°MIN 1 2%MAX. NOTES; � 1%MAX, `a MIN 2% - 1. CONCRETE CLASS 3000 IS REQUIRED. d _ ° 2. ROLLED CURB MAY ONLY BE USED WITHIN A ° a CUL-DE-SAC. D ° S"SIDEWALK 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, c 4 THE GUTTER PAN WILL MATCH THE ADJACENT �--�12" I PAVEMENT SLOPE. I ` 0 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%, ROLLED CURB COMBINED CEMENT CONCRETE CURB AND ' GUTTER NOTE: FACE OF CURB SHALL NOT EXTEND J T�OFp V. BEYOND THE FACE OF GUARDRAIL (I, TOWARD THE TRAFFIC LANE i 1Y2„ o�<<�qN VARIES M CON�CFyFN�04, /x'��' /7 CEMENT CONCRETE O�COA�l PAVEMENT ROLLED CURB �TFCrr Rg EXTRUDED CONCRETE TRANSITION CURB UNDER GUARDRAIL z S OS EP17 NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WAS AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SO �P z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST r y CITY OF KENT (�. rt] .'� ENGINEERING DEPARTMENT O�'o�FgFcSTeRF�4 �NT CEMENT CONCRETE CURBS DESIGNED DWH DRAWN AR SCALE NONE STANDARD PLAN CHECKED DATE APPROVED FNgNEEA V J SC(7YCTJh(200? 1/4""V"GROOVE 3/8"EXPANSION JOINT 3/8"EXPANSION JOINT CB DUMMY JOINT " 4 a ,Q C W ?� 0 1"'V'GROOVE SECTION B-B DUMMY JOINT 1/4'DUMMY "V"GROOVE 3/8"EXPANSION JOINT DUMMY JOINT � CB 3/8"EXPANSION JOINT 1"'V'GROOVE DUMMY JOINT B B VERTICAL CURB&SIDEWALK NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED S. AS ALTERNATIVE TO EXPANSION JOINTS AROUND JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS;POLES,POSTS, STRUCTURES,REINFORCING BARS MAY BE EMBEDDED IN AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED CONCRETE ON FOUR SIDES OF STRUCTURES. AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33(ASTM D994). 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 2.AN EXPANSION JOINT CONSISTING OF 3/8"OR 1/4"x FULL DEPTH OF 1/4" RADIUS EDGING TOOL.ON SEPARATE POUR PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS CONSTRUCTION AN EXPANSION JOINT CONSISTING OF 318" AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLET5. OR 1/4"x FULL DEPTH OF PREMOLDED JOINT MATERIAL WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED, AND THE ADJACENT SIDEWALK, 3. EXPANSION JOINTS IN SIDEWALK 7. A 1" EDGED GROOVE MAY REPLACE THE 3/8"EXPANSION SHALL BE LOCATED SO AS TO MATCH JOINT AT INTERFACE BETWEEN CURB AND ADJACENT THE JOINTS IN THE CURB WHETHER SIDEWALK FOR SEPARATE POUR CONSTRUCTION SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP, S C)SE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT I 4. CONTRACTION JOINTS CONSISTING OF of WAS// ��f AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PJBLICATION IS KEPT ON FILE AT 114"V-GROOVES SHALL BE MADE IN O gc o THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST r Z SIDEWALK AT FIVE FOOT INTERVALS, �+ ti INTERMEDIATE TO THE EXPANSION - �3 CITY NG KENT JOINTS � CrJ ENGINEERING DEPARTMENT -0�� R�?SgER�� � CURB AND SIDEWALK JOINTS ONAL DESIGNED DWH SCALE NONE STANDARD PLAN DPAWN 88 CHECKED DATE - 6-34 APPROVED o+ux[m Scptemoor 2009 15'MAX. S. S' S` BROOMED FINISH tEXPANSION)DINT EXPANSI P �gSRFQ pr�R (TYP.)SEOE DEOINT CONTRACTION TAIL"A" SEE DETAIL B„JOINT( YP,) EXPANSION JOINT �J CURB& GUTTER 15' e Z^ 3/8"x FULL DEPTH 2 CONTRACTIO JOINT,5'O.C. EXPANSION JOINT, (SEE NOTE�) IS'O.C.(MATERIAL SEE NOTE OI ) DETAIL"A" DETAIL"B" IEXPANSION JOINT CONTTAACTION JOINT 1"/o(MIN) 4"CONCRETE PER WSDOT 20%_(MAX STD.SPECIFICATION 8d4 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE O1 ) SIDEWALK �VEWAY� -2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE(D) 4. CURB,GUTTER&SIDEWALK o I CROSS SECTION 4"MIN, 6"CEMENT CONCRETE DRIVEWAY APRON AND 2" NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS, 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND O.C.SPACING, ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS WSDOT STD SPECIFICATION SECTION 9-04 1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED DRIVEWAY CROSS SECTION 2. CONTRACTION JOINT SHALL BE 114" WIDE BY 2"DEEP AT T SPACING. 3. EXPANSION IOINTS SHALL BE INSTALLED SOSEP NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT I IN CURB&GUTTER AND SIDEWALK AT WAS AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE P.0 &P.T.AT ALL CURB RETURNS AND 0oF Hi Pc O ENGINEER AND APPROVED FOR PUBLICATION 1S KEPT ON FILE AT ALL ANGLE POINTS �' '� � .� 0 m z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4. FORM R DSUB-GRADE INSPECTION _ 3 CITY OF KENT REQUIRED BEFORE POURING CONCRETE. ENGINEERING DEPARTMENT S. EXPANSION JOINTS IN SIDEWALKS AND q�p �E'G 1S 9EP t� N•j• EXPANSION AND OCURBS THER SHALL BE ALIGNED WITH EACH �FSOFFSET, S/piJAL �� CONTRACTION JOINTS AND DESIGNED DriTi SCALE n. QNE STANDARD PLAN 6. DESIGN SIDEWALK CROSS GRADE SHALL DRAWN eD CHECKED DATE 6-35 BE I.5°!o APPROVED sepTerrbu 2009 Mqx ANr 'rr �`'• olRf SON rypN � J OR g„ r OR � SpfCqFlFQ 0�� r!`�OR!(if�gY R Sf Fq�rRlp S DNS DOH W/RfegR FlRf h S!O f k Mqk. TlRffT 1��NT5 �ACk �F FS jes, '% 'MUST� NO (!NjlTS fiOR g T ( ,,s �> �f f s NRN�FS4 h! f N O! G61 G v CKORl�f�gY OlfOr rn?) 44s. t *DIMENSIONS PER ROADWAY CLASSIFICATIONS /RfegR VARIES* VARIES* 4"CLEAR TYPICAL 1/2"TYP 2 # SEE STANDARD PLAN 6-48 FOR 1%MIN. TRANSITION DRIVEWAY SLOPES 2%MAX. 8„ (VARIES) J 61. 1"CLEAR(TYP.) 1'-6" CRUSHED SURFACING TOP COURSE EXPANSION JOINT WITH 3/8" (4"MIN. DEPTH) EXPANSION MATERIAL #4 BARS AT 12"EACH WAY SECTION A-A NOTES: lO EXPANSION JOINTS SHALL BE PLACED 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. AT IT MAXIMUM SPACING ELASTOMERIC 30INT MATERIAL SHALL 50 DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO WSDOT SIDEWALK TO THE GARAGE OR 40'BEHIND THE STANDARD SPECIFICATIONS. SECTION RIGHT-OF-WAY LINE,WHICHEVER IS LESS, 9-04 1(4) 2. SEE STANDARD PLAN 6-48 FOR OSEP NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DRIVEWAY SLOPES. WAgy 'C AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE 3. THE DRIVEWAY APPROACH WIDTH 1 tics �o ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND DRIVEWAY WIDTH ARE O AQ o C THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. DETERMINED BY THE DESIGN VEHICLE CITY NG KENT TURNING MANUEVERS.SEE SECTION � � fTj ENGINEERING DEPARTMENT 6.6.Q. 0 2t493 � �F�ISTE�``� F``� �KENT COMMERCIAL CEMENT CONCRETE F ONAL �NQ3L\� W iN1YOTOM DRIVEWAY APPROACH DESIGNED OWN SCALE NONE STANDARD PLAN DRAWN BB CHECKED DATE - L+ Z APPROVED Q V J Septcrrbw i009 OZ 1 W I I 1 I < I I W Q a Z N ( N H I —1 vi�Ml-11+I � t K z io ¢ w U my OC V O Y Qc O W `oQ w Z= COW 0p O Z fm U Z m T W Q O Q Z V)., I-T VI Z �yLY 4� d � N CH N [if fn 4 f N O� t¢¢"' 0 UME �,¢ d O > OU w ¢ 5 z E- n o wdtA u - �z Ln d c 4 G x=w w d zQ FU g Q V•' 0 W W Z S S w you z 3 Pao v� = ur r W 3 = ° =�w W ��G za uo O XU Z coa NCj 0 u U d U J 0 U W W [n F-r O xw W Z U Vl QF- F-� Ii GY Z W Q W Q "W Q Vl F. Q [0 T lS W 2 r V T a Coll (�7 J m F Q W ON U F m Q Inx a ¢� � =U w-f U~i Bi �w gN Q .. a nQ, gY O =V I- Wxrii =a Qo> ws . N zd sw Qz oW po ¢ Zw T OVVD Wzo W O u W w W=IL O � CKo w —I— m z wu� mVz� t O� Tn >Q ¢ ¢ S W wx 9 a 1�. 1�1�•�-1I II`I' S�s�PII NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �� of OASyl �9 AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE z TI h �� 1 yc ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT, z r= _ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. XOO X a = r~ CITY OF KENT X W ¢ °' h7 ENOIN£ERMlO DEPARTMENT � RF n+sE��° �F� `■j KNIT PAVEMENT RESTORATION FOR W FONAL WINDOW CUTS OR POT HOLING UO DESIGNED OWH SCALE NONE STANDARD PLAN DRAWN 8B CHECKED DATE - 6-`+^ APPROVED kiVaN� V 7 kpte rber 2009 EDGE OF VARIES TURNOUT 6'TO 12' @ FACE OF CURB VARIES 6"TO 12" z WOOD OR STEEL POST I g 0 IT MAX.STEEL z X (STEEL POST SHOWN) TUBE Klx N CURB ANTI-TWIST PLATE,SEE / WSDOT STANDARD ANTI-TWIST PLATE, SDOT PLANS H-70,10-00(TYP) SEE STANDARD PLANS TYPE 1 (STEEL POST OPTION) TYPE I INSTALLED BEHIND CURB EDGE OF TURNOUT VARIES 6"TO 12" BACK OF SIDEWALK VARIES 6"TO 12" I � i� z 4"x 4"MAX, z WOOD OR STEEL POST a°J WOOD POST z (STEEL POST SHOWN) r c r SIDEWALK T ANTI-TWIST PLATE, SEE WSDOT STANDARD PLANS TYPE 1(WOOD POST OPTION) z TYPE 1 INSTALLED BEHIND SIDEWALK S Ep1I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT y� of WASyy�q, AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT z � THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. NOTE: _ ,� CITY KENT ENGINEERINGNG OCPARTMENT 1. ALL LOCATIONS TO BE APPROVED .p� ,P�21493 �O �Q ` • MAILBOX INSTALLATION MA BY THE POS7STER. p� GISTS �4 \�Er[T TYPE I AND 2 ' 2. SEE WSDOT STANDARD PLANS �ONAL EN SHEET 1 OF 2 H-70 1D-00 AND H-70.20-00 FOR oEsiaNEo N scuE No E srANDARo PLAN D DRAWN ee DETAILS. CHECKED DATE C �70 APPROVED V Sel,Yem�er iJ09 1 ��—Moo SEE WSDOT STANDARD PLAN H-70 20-00 FOR TUBE CONNECTION T i4 o0 TWO 5/16"X 4 1/2"BOLTS 2"O.D.,14 GAGE TUBE DIRECTION v WITH TWO FLAT WASHERS 1 OF TRAFFIC AND ONE LOCKNUT POST MOUNTING SOCKET ZD V ANGLE LEG FRONT VIEW SIDE VIEW TYPE 2 (MULTIPLE BOX INSTALLATION) NOTES: 1. SEE STANDARD PLAN 6-40 FOR SIDEWALK REQUIREMENTS. 2. SEE WSDOT STANDARD PLAN H-70.20-00 FOR DETAILS, i I 2�-7" 5141 0 0 0 0 MIN CLEAR WIDTH 0 0 0 0 0 0 0 0 0 0 0 0 MOUNT ON PEDESTAL _ _ PROVIDED WITH 1'4" N.D.C.B.U.UNIT ANCHOR BOLT PATTERN PER N.D.C.B.U, PEDESTAL TEMPLATE 6" PLANTING STRIP EXPANSION JOINT WIDTH 0' EXPANSION JOINT TO VARIABLE a EXPANSION JOINT a ^d u - < d < d 2 a VERTICAL CURB d Q a 2 FRONT VIEW 1'-6" TYPE N.D.C.B.U.INSTALLATION ' SIDE VIEW (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) r NOTES: S()sEP1Z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT aF WAS AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE 1. THE POSTMASTER OR DESIGNATED ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SERVING POST OFFICE WILL DESIGNATE z O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. THE LOCATION AND MANNER OF GROUPING OF MAIL BOXES. CITY � � (� ENGINEERING KENT DEPARTMENT INSTALLATION OF N.D.C.B.U. A� RF 21493 �o �� MAILBOX INSTALLATION (INCLUDING CONSTRUCTION OF BASE) � cISTER �� �•/KENT TYPE 1 AND 2 WILL BE DONE BY U,S,POSTAL SERVICE. FS�ONAL E�G\ SHEET 2 OF 2 DESIGNED DWN SCALE NONE STANDARD PLAN 3. SEE STANDARD PLAN 6-34 FOR CURB DRAWN aR AND SIDEWALK JOINTS. CHECKED DATE 6-70 u cwux APPROVED Seprem'�vr,,009 } Q o WHITE THERMOPLASTIC ASE UALLY CROSSWALK BAR ACED z z g 3 tu o o � B 0 0 5 rz 8" " i f D 1' 4'(TYP) l tEin I'STOP BAR TIRE TRACKS(TYP.) TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES: i 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS 3 GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. SOSEP17 NOTE. THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT y�� �F WASyy �q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT tiP �8 z O' THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT INEE ENGRINGNQ DEPARTMENT AO �FG03 ISTf �4� N i. THERMOPLASTIC CROSSWALK MARKINGS DESIGNED DWH SCALE NONE STANDA1tD PLAN DRAWN__.-@___8 CHECKED DATE - 6-75 APPROVED E 'MEFR ' CITY LIGHT STANDARD SEE STANDARD ROADWAY PLANS 6-86,6-87 AND 6-88 OFF-SET DISTANCE SHOWN ON THE STREET LIGHTING PLANS TYPE 1 JUNCTION BOX O j GROUND SURFACE D I I 111 GROUND WIRE WITH COIL (GROUND LID TO BOX) PVC CONDUIT TO NEXT JUNCTION BOX Ko e ° 2`MINIMUM DIAMETER ° SCHEDULE 80 PVC CONDUIT ° u #7 REBAR #4 REBAR D, CONCRETE CLASS 3000 D ° ° p b PROFILE VIEW INSTALL IN UNDISTURBED SOIL BOLT PATTERN TO BE SUPPLIED BY THE LIGHT ° e° o STANDARD MANUFACTURER p D o P CONCRETE CLASS 3000 b P ° p Y D D ° • ° e ° • o p 6" a� � � ° � z (TYP) • Ode I o° -�—TYPE I JUNCTION BOX- • D d UNLESS OTHERWISE STATED ALL LIDS SHALL O - M O BE DIAMOND PLATE GALVANIZED AND d LABELED(TS,LT AND/OR COM), ALL LIDS 4 ° D p a SHALL BE TACK-WELDED AT TWO POINTS • FOR SECURITY AFTER THE FINAL INSPECTION SIDEWALK PLAN VIEW AND ACCEPTANCE. DP D P e > ° p c)S �jr, NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT q S +I AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTES: �1 F yvasy ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1 ALL MATERIALS AND WORK SHALL flC, y THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. p tiQ o O CONFORM TO THE CITY OF KENT Z CITY OF KENT AND THE STATE OF WASHINGTON ENGINEERING DEPARTMENT ' DESIGN STANDARDS, l 21493 LIGHT STANDARD FOUNDATION ,P � � \�EN'j' 2. ALL LIDS SHALL BE TACK-WELDED FGfgT RL �v� w.•w .p.•. AND JUNCTION BOX AT TWO POINTS FOR SECURITY FS G� •VONAL �-\`\ DESIGNED OWH SCALE NORM: STANDARD PLAN AFTER THE FINAL INSPECTION DRAWN B� AND ACCEPTANCE CHECKED DATE - I 6— $9 APPROVED >cnirr"bcr.'C09 WSDOT STANDARD PLANS i DRAINAGE STRUCTURES AND HYDRAULICS B-55.20-00 Pipe Zone Bedding and Backfill i i i ' 2011 Sewer Improve ments/Hom A - 2 May 11, 2011 Project Number: 10-3018 p 'YM'11�1 I.OPmYVI/I AAMdAY IOLL4D61 Q c WWniW 0YIf1�MM'YMSLLLYpV p MlfIaPMYYJIMV✓Y bNWW0.h SY N tOvtliTM+tlJ dY'YY.iu'gaKKYJI➢M'IA N R�ll �P 41AVAIXIXILfEq TM�Y{pVPM'K{aLL 3NY `25{j9 o �gI �a9 p d N c Ck m� OR z a F� $ 4 d m r s s N o 3N023d1d d Q G g a t m ry � � �; H Z '1► m v _ n A N N � � {0 0 0 oc U a IL z_N a ul o m Z cd m < Qb Z w W J v ILZ J o3F. LL �QW a ttT 2 0 i zN $ UO O V 3NOT 3dld O d 3NOZ Uld 3NOZ 3dld uj o. .9 a o .9 „e % I%99 .a A B Z ° 0 �y, w 41 00 W 1 IL OLI(1 O�Y C' U p W m o 00 a co a. u= o O iw `o a Uz O Q ° Z rcy ` p o W ul I Hi = a z Vp a� VJr �w dmz � �mz (Ji LLQr" S Sun Su 0' rgV mo L9 = aaa s �6 MISCELLANEOUS DETAILS Olympic Foundry Inc. 8" x 4" Locking Cleanout Ring & Cover 2011 Sewer Improvements/Horn A - 3 May 11, 2011 Project Number 10-3018 ' DRILL & TAP (SPLITTAJC THE SEAM) SET MADE SOL7— I... DOWN WITH 3/8" S S ALLEN— f 1 2" MEAD BOLTS — 2 PLACES LE77ERING (_CO", SEWER') o S WEIR o i„ 1/8' RAISE — 1/2- WIDE BORDER ' 10' 4, 4 7. `( 7 F----B 3/4' 1 NOTES OLYMPIC FOUNDRY INC. 8"X 4"LOCKING CLEAN-OUT RING & COVER MAIL Cast iron ASTMA4B.CL30 RATING. H-20 PART NO, M1007 D/T APPROX WT Ping-42 Lbs,Cover 14-Lbs REV A DATE 7/9/2003 New border OLEFA CE A REV DOCUMENT APPROVED DWN CL DATE 7/912003 REV DATE xx..f BY PATE xxx. os ' CHKD CL DATE 7/912003 xxxx+-ow DWG tk M7007 DT SCALE NIA SHEET 1 OF 1 <•zoec TRAFFIC CONTROL PLANS I f 2011 Sewer Improvements/Horn A - 4 May 11, 2011 Project Number 10-3018 IPAGE 1 ALL SIGNS,SPACING AND SPECS TO CONFORM TO THE M,U.T C.D.AND THE CITY OF KENT - -------- R 1516 KENT s Typical One Lane, Two-Way Operation using FLAGGERS 2011 SEWER MAIN s Half road closure, SB, 74th Ave S. between REPLACEMENT NOT TO SCALE SR 516 & S 259th St. FLAGGERS will alternate traffic, as needed, I METRO 1 0-3028 and will control low volume traffic Visually or With Radios. FLAGGERS will cross pedestrians to opposite I side of street, when necessary MULTI PHASE PROJECT SHORT DISTANCE SHORT DURATION. I REASON,TO CREATE CLEAR WORK SPACE FOR SEWER MAIN REPLACEMENT THROUGHOUT THE CITY C'F KENT(SHOULDERS)UTILIZING RIGHT OF WAY I GENERAL NOTES I-02M 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECS. maw 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY mYPaa' VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3 PROTECTIVE VEHICLE RECOMMENDED-RAY BE A WORK VEHICLE. ,o Z 1 4. DEVICES SHALL NOT ENCROACH INTO ADIACENT LANES. b-OZM 1 S. ALL SIGNS 48" X 48" 8/0 UNLESS OTHERWISE SPECIFIED. mNw 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. mow Z ' (see TABLE 1 for spacing distances). ' 7. ALL SPACING MAY BE AD)USTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS e2-OZM .o it 8 LANE REMOVAL, TAPERS WILL BE 50'-100' AND MUST CONTAIN O I A MIN OF 6 DEVICES {I � 9. FLAGGERS WILL CONTROL ALTERNATING ONE-WAY TRAFFIC IO.000RDINATE NOTIFICATIONS OF ALL LOCAL EMERGENCY SERVICES, BUSINESSES, AFFECTED RESIDENTS, AND THE CITY OF KENT oZ ` INSPECTOR. 1 Im o o a GWINNELIZING OfY1C£BPACING(FEET) TAPER TANGENT TRAFFIC CONE \ SPACED({�20 Maintain III min, Lane W101h ° I LEGEND 0 50' min ° p WORK LOCATION 100' max Downstream taper to 6 device min show end of work area r` FLAGGER LOCATION o �-{ SIGN LOCATION I o z oNE3 PROTECTIVE/WORK VEHICLE O a o ❑ LIZATI DEVICE 28" TRAFFIC CO 28 TRAFFIC CONE REFL. z D• W20-7a EXISTING TRAFFIC FLOW mr LAPE y FLAGGER STATION OPTIONAL IF = R°0 40 MPH OR LESS NP+o 2 W20-4 B E 20-7b ( aoRe mBN�ngeLSYoettwt = µ� KENT W20-1 � BIG"SPA CIRO.I,t, ' ' 10-3018 PVRI,t Wp,wBK WIMMMP W. ' PV.GaAMVB .IwB W, I cr.<ui]slvB CIIY OF KENT MUW.I RpMG8 UR8M,APTENYI6 a60't tlP8/.VIJRFAMLB Mf]1 MP11 1OPi I 4P0 SOr BCS 1' seuMSaa oremcis Nick Horn 74th Ave So & S 259th UPB.W dIREFaB riMRN gttf55 f00`t l" Pbpna MMbv Ca" .) MLSgM9 N@BI/LNq,pUIgE YNlE98 OESgµPTE601XF.XINSE 253.856.55 cf.) KENT, WA MINIMUM TAPER LENGTH o L(FEET) I RMna NWB.(lax) eel N. .' ont. LANE LMOTR POSTEG SPEED IM" _ .253 856.47D0 1 1 1 01 18.11 (FEET) 2$ RV 95 +tl 45 M 55 W FreP.4 ey S 259th St STEVE VITA 1 ICAO sLn ,,,, IR E c m tm Iso zus zzo,aSOIErol65o NATIONAL AftR CO lLC _ tt 153 IBS ?2s 2Po,4QSi 5501505 IPO "qn. r 206.$23.4523.4045 12 � Iy5 t86,215 uP15W 860168Y T30 J UW i r�w` gg N ¢ 1-• z Z O z 0 Z w 0 o Q C b Y ok Y LL m 1 W Z F- Z O O V i H o > N Z W O J U J W Z I- r uzl tD 7 X h ^ H 0 t © O r S i W I L e U 1 > P M O F._ � O$ 'n y P i Y W mod` : ;1, o W V Q I F.° o W Z l yy { ® < a g y a Nwa Yr � } � L-a EEE .0 O 4I IIII u}}IIlIII�}ti It IUIuII1I 1 u E � � •`}�{ Valley Hwy Central Av N _———————.———— z z — _ E Valley Hwy / Central N C HIM I i111111111 $• -'E� � s s �- ®i F4 r 9 1 M w ER < aW - -- I i-aL N $ g g cu I �� W Po L u ro i- I p r V p W 5 'O i �° V • Ww V•Y aF s iu'- • . .• L I N GAV peOlile�} • gW o>Y w�o wQ Wrz ARRQW80AR0 w i o f-O Kw¢V�eC pp WS eroi�'J� ro6N I aj IaO.HmrQiK~ sT1- -� co w I W20-72 o u`rlJ}��¢ vd Jo 4J cyxv " �'0 0' w 1'J ooa u¢ o P Q4 11- c J 7� dv1 } } OV YI' w�x•INroO�JVi Y'O 'zcG ( J OCQO WVf ' QJ 142L EN ^O-ryr ge �vi�H?6u�•n o�ns == ro "� I I 20' vu oo wzmw uo a i 0� 0 2W$6''L'KW V NQK�O4O VN��WI-mNW\1-i- �V- NdN �' CqN 2 6 WJOSY `mO QV IWJ^ pV N n2.-Cy y I I ttoND a•u �W QJS Jx yVV•}6�LLyLL ' F q � YO O uW >4N ZYN6>aYJ{�H.-I�pN+�Y-6 Lu ZO•W20 501R LVV�Y�VC S N ¢O2VlW VI ~WL1-1LW ro o I « N � NSJHyy ec Wov�i OO�v VI r+V�YHmVV W✓�O Q fib 3N,v O F N�J K V W N 2 NX y W A04R _ JZp I-i�0 J¢ NJHp NN W20_1 •-i N M v.n�n m u� W N e uq y�j W O Fi0 w a i 1QHQ- 2 g0 0 uu .w o O a � Qh O FQ• j S H qQ a¢ � q� � m� F� Z A O N A lJ U H H LLQ F N W Z N Iyay�� J W OJ G W f1 Z Z W ltl VI ♦ oC u- A n n B j K QV z O Z. N_ Q Q LL N y ry i N ✓ Y N a --WWWAII 3 J In d Y ry � H I` � � r. S N _ CJ W V =E rt y * 1 V N o Q li4yflf o �E� I N o a —J fgzc Nn H a org1O � > 14 4 c I ov VC ^ L CV � Nm dFY . O I I G M N N N �- 6 G. W n u o v ^® t .u�uc✓ N ,F o I i NK��OL°L � tx W`• � � � o orb AA A Oil �I�I` I 6WF OIKVN V t�-' g { I d II I N I I 1 �� � s •' +z y a I Av __—_ ;_____—___=1111110111111i1— S _ < f _ z N_ E valley Hwy / central Av ! 111111111111! I s IIIIIIII 1 I III II I y a� M E 0 I I N I aaNv o I f;f A a J N l O I I tE co 111111111111 co — � I W -j► W p • Q V(Lyy N W N Q M x an s >w�o 64WY �O I I N b ea le p 1. 2i iE 2WLL 6 QO �V VlgwN yQ oO 3Y gW Oar LL£u]rQ-,v�'F •3: =a WI- L' OW K J F O O O U Q 2 l+ O a Q 4 I C Ili 1„ W J $�W�ZWVWGI WmN aO W J H q O O Q �V~jHJJVON W J co zwsz�W �Aaao 000 �� W VN�n WF-WJ VQiW\I-Kap IH-W W Q s� 4q w J o v w m o a w G N ^ Q m W X m o GY ¢o LL r U) M ZoZJQ_ �'a . J W O 6 LL Z y S?Q~U G H q£O_ NOO.N��InNJNlH-�KaGWK O Z NMN2H0]V lJ W1A0 �/�/ t/IVOCV W>HN Z2 NK V¢6ZZW � JON TOWJ6 N^1W-QJ2�v1✓Wi C WCf]J iii••• NJ WOK�Z Q 6�6 aV�/Q Hl�20V 7mM •1 rl O N W M Of f'1 W 3z w < OCO •- 1 \•4 Y3 L �8 1 Z I�// O L tl M W ; Y mti � � V V I / a-� Y� 001 c o��q ;1 © � W • ILy �:4 o U WJ H V LL U) sit o > >� r- -.j a, ° b Z o a. D r zo O ou LL o c Z LL O D M H d LLd H N O O� OJ W OJ W K 2 W '-ail an d W O ZW Y V 2 w Z H = u K �.. i J Z o W � a 5 0 Z \ a • 3V)rn2G it c w z <C W Q Y � ,p 1y,1 IV•1 W N Q 20' V'/1 Y WHO KKKV. H LLUO W V U H V1 Q Z ITS U Vl//�//��0 F=- W✓IQNa� 3ww S ` O LLHO]�¢i5H O ZaJ 4+r $T OW O O O V Q ~ Z J 6 Z N W t-�� UI Z Q Q 1 {- '2 C •O J - >1 O 6 SO V �Q�HW trn vYiH4 W a¢z ci 3 v o L% 0 3owv iwvw43i�' woo I W as V HO KOa C.>CH QZW Y V :2 FQ'.�C(7 VI U>U V\vf g8 OaC pQq+ W � V U O O w Z m W U 0 J H 3 U C> ZhiE2� � J Q Y � VN OGJr Z 4��WJOOW Mq6 WZH�V f -4- Cn W R 1-W R I V Z O L z 6 V O LL LL W V 4- a �� L' V NZV H >C OTQr HLJ ~ dLL XE 0 zyl�il¢�Qo]��-iz�o�oa Or N ia 'n yVVJS GN ¢p2vsfwvsi�s WZO>oo,D3WVt`V C £a ~ J O aQNZ EE V 2 YN��iN2HlLV�£LLr/I QIw/10 G 4� O V a���� • 0 � vCO H MJ UH W rLLNK W H WlJ w N 3� c¢O z� 00 N z� NVOIVi FIyi vlZ a�ww�ZiVlp�tioW- �J\/�/j��.�/\ JOHSOW J� aJrZQ£QOVI✓1 O C war~-^ �' 3��0� NHtD • � ;v�iw Q�o�.�0�.06 Vv6HJQlJi.�tDH OO i6 0'� -U Li o. V30-7a N r- [ w �J W w U U Uo > ccQ� a��wcwi O � � lJ Q 5 V J i-'4 CG F=� WQ. N � xu oaFvoio -O oN'°. I� � 8 9, C.0 f8 = J r -0. anyJapuexafy �j �; W m O U p J O Io C E w o �C. U 2 O Q w x a^ y � z i O F- L 3 z a + M wLij Y m ry uj 00 r a r g�> N A'./, r g �iQ wdWjN YY O // /, A • V Z 6 tV S 6 $N uj G J W S. w Q ZIP W w �w e- OC. W z F" z 04III S F v z a �—;rn Z a s z o a~ G_+ 3 FL ~ Y 3 LL N off. VN Il LA LLJ a O � T O d s LL0 F Q ro U N O}W W�F w L.L. a U rov '20 N W Ili z L'- `v O aHNWZ H WN p< O VNY J.0 O N N G^ a p YtS V W Y<Z W O a = QgW'UZ}O ^ 3 i N l�l O� w w tG J O.v F_ 1-•v F O • O C � '°ONE _civ r � zW� ¢ Z wry o�wa � viiJ� V 3 0 LLHm�'-•y' E o 2a O tV U:5 U •rL L `w.- .u-4t-s a as ti ca o zQJ `1O�S'o V'0���� OJ pQ2�J'n wpm CLL�W Zp£O 4 rnNHJ JN VHj N vv��V�O5O COCCH QZW V V O O w Z m w u a p 3 J HHZWfLKy'W V rt{QKN OI<—p 0 Z 2 Q w_fOd'lu fLpRW2H pYV41JW Ji O�£N -�Jpq Z NQ>QmH.-{ ZJpJ2 �-OiM c� « � NO2 N>W v=1N NJHOOV�I—WK O �-'r�NHV12 HmVV£L4NQVlO C lV7„ U W WUJQQW QgZV O V vHiv�vw.".�z��z�zvoz� � �• �4 3 =�AL Cw ®F UO Q _ C VC ia ' N(Pj JJ4zp6 aHos-wi>1zd-o�-Q' �ww/JQ HwzwsQJ HE4�g�+-puz��m-.czH. r«H f A J any b R E W «�a Ito Nm yy 16 O p - o 0 0 - m a o w o w W m m R RSS Iany aapuaxaly N o E u oJO d`-oo fffGGGnnn 000'm n " P F ~ic to mni-,- 'kl'�h'3�e 00 C Q U W s 1 Z / OM w �7 LLJ W IY /�/, e`er O _ • F Q _ V , / Q D O W ui O� LU p W W I, H VLL y V W >n v w T- Q o W 3 z ,J Y r Q, W a H a o o N J s w `V a a ie aN_e Q Y 3 LL VH1 d UN W s �� LL r _c I L a � U � L {A d v~ 3 y W uj Q (a (A v a z z O V > ro z w u CLO ' aXi N E vNi vNi d O VZ V O �Q¢ 2 w L 6 d� i U~N�W O S •H W y� O HNY r V O V d 0 V W N LL T_ V LL}LL mC ro n v = Vi L 3.--• C��'Y V £ �] Y 2 W V Q L K W �• I� d o-� do � � Kgo.V -� H V� O O O NOLK }V VO W ZwW 6 0 QFU LL O Or- Mt]N't�ilV� NQWV1 O 3WW UQjWp ~ �Hm��� O aJH Z ro4-J.f U E0 O W O W J C Q Na �J6�'.r L OL�r-• NWOZ OS W 2 QQSf lm O OV YI-W SJN 'naw 2'LLpp U r LL N�•N YC W'�Si 1— Q $W vT QSS'9 H�J HOM S 20-0 6 tThHJ JVfN W viO>Vv��n oH3 Ooc J V V O O W Z6J V O J11yy Q T_p� Z V V1�6W Hao� NW�W NI-V N Z O Q WJOCLLt LG�00-W2HlJ_ Q �vn. Vl U H X O}QHHUHLL WQJSJ ZV-Q > f^ GYInJ WJ- Q §N1 WJOQ Vi' vl 4.�Q c0 H r-I Z J O J 2 z Q LL Q 2 2 V 1-t C 0 2 N W V I W L 5° �� a�PEAH CA O HH uHw Haves wHw v)VKV W HN"L NK 'Z 1102 W (n �N N� V7 oHH� zw wwH VSHa 22 JOHY Ow J6 dJ gQONN pl Q YN � N �Y � JaCW2'�JS NJ � JO�a C9gp >t/l'�OZ�K °d.1- � ' � O N (/J .aQd�6 QVvQH 44 VMH CD i w 8 (.'f-7Y- � c ay�i pAp bl 369i wp 0 [ s RP nF omv t LL�a any aapueXE)IV c r3 w4 c x g 0 W �► m 'o 4 R R 9 $ o a N N JO� I 2w E46 = EZ Z>Oo d CO oa W ' ......a ... J W W J ZZ w c o zo W= O 3 Z aHa uqJ. U NLL K a \',y 00 w So ,i F-1 W Y V 2 7w- Z y c�V •:. v) `W oC 4 U O Q= s 1 x 6 W c Q co W W of ✓ V, w °°bF 9vNi o m W <J —i a ==€ �-i s& U) co NewLU E� o 1 Reiten Rd uj o _ uj r e � d �ooio = V N C O E • 8 ��q' � o i i LL t W N 6 N lL a O yy v w W -CD ui o � 0 3 o 0 v View PI. z V dy w20-7xco a s w V �i(vW',i ae Z1 `�/ r O £ CC gi 44 }w V W CDID WEO j b6 Co Wm.l nvo So V! u �erw��.Ni l-.iO.io-i� tiaN w/ KQ0 WN NyI yK LLW 34 �W� OCOI �Cx'J f- ¢J 3W�Q�KW,a F-?W HOIOj W v IV Y ZZ� O 2 SO}-O Q gNHJ JNN 'O OIO TO •�•t,! `G V1 VN[SKO COC}y 4TW O V N C x C_Cr Q�Q�.Z Vz t�O>O OW VN\W VppO.3 J�OyC i y1630K�N 6 J2'2'G'� V�6GK OI-G LL 4 v m u C v -o�� z ¢`E'~w W.�oa�u modwzgG rov `o�m wGJSJ zV-Q' > i.. YV. � DJY x0� OYVIJw J_ O `�N -W JOG YV- p.L Nu.w yy.. 4>Gao it.-I SJGOJZ C V 11) IE ` OdwV�7 �Odl/=1W 1=/1�.~QW LH>�n t'sw 41 C1 v13,CVQ�s N > v1NJH O }-WK fa C V1 Y o e o'�voixo ���wG.N..i»aarw'wo�zv�io i J �� W UI� O Vl(/J HW F'1HayJ UHWf-(..NOC WlyWG Y O tl L C � ((((CCCC NVd'VW55N2 NS 2��JJQQ2W w+ N ro >r� ��~ JJ ZO�SO WJ� yJW1-WMU' KH6 W � W L �� T�K�� GK S'Wu'OJS NQIz-t�6LL V88mN O ro O25 %U U [r ei N T VN10 A e0 mH (11�r. V '{J U fO NKrLL. NN�O •a. 07 `ov � o Ovz�s� o: 3 a�=g QO CL4-QJ2 vv k;;j�=��� on wyoo 00 J �uj VW y J W 5lY Fla_• `V1� 3,G � V 3 4 M N J U > w p a r,�' 02 F- OZ 0 O 68 u Z ; LW�//- d O Y Igwgy,y. N O IQH- QH G 'p ti3 W Ao Z J V H H lLLi H N ; 00 aft' Lq W o N ¢vQ y_ u M w i LU w O J u K Sop Y 3 r W V , o Q i aTT ° u a ~ 00 _ a LLJ WMO W LLI {.) -.i V ZNgN6ybN v, 5a QWW Est § R � > x W ILL Reiten Rd w �a O m y� CL Q = � Z i-uLt E F a O emE gy 0 EEu C> ° o (...� V-OiM vOiAO fy' ax o W ~ A E p�+yq 6 mba F9S o gmy 4 m E0�;-o � s N3 ❑ oao Z View PI. Q m Q 1 p Q- y M �IlyUy N p M v�y �.LLGi Z}LLO '• K KK dV Q i F-VI- u.f ^, y N20)a w .o w,i 4 Cp 4 S V W VKwv��K p0 ¢ $wW A + O N N W 10 Y20.4 0 �~}�F4 W � 0 UOJ¢ n, LL o:� 00 �4 T C/V/�)/ _ Y1-pw FHZNI-Y�YO QQI�r. V/ a PTO V1' dS �I O J OQ22 J�Np}¢ttl KLLW >a W � � �Of `py 3wW V 2'W'pW W W 00 ZZa W 1 S SO£O QO,NHJ JNN '� a c T VI v�V OKO c�_aC l-� QZW Q V ^ V4- aN oq VI V H X 66zdH�+VFr i"L ✓4- ro aY LZOQ' ZpY1nJWJc �O1�^CN .G.iJOK I+�F i-' GL ON pi7 Qu6S�sal-H VO4p J2 i � y � y N+yO�UVq�� N>O}n v�Wv, Kw�HG>,m 3Hwvl RICN `� � OEO1NZ UFY-�IH--WVNNJ6QWOCZVNi{O. J.� W N� ONfn � HVH 14-'! VVMWI-6 V1 o' WHWU ✓ O V L G�� W. h Vw�yNy Nw 2Vp2 W - f6 � W O� OHF> Zd HVKH6 O'J C Cy.. JOH OLLIJQ dJI-�g�p=? O 3�O W �C6a->d Qy VQM QLL 0M h O u m '1� L OWE[• .aH yS~S W � S L� . V C a °moo'ZC'JJ JO� rtWc �a o�u41. � Hs: s roar hz�¢�� ao oa W W 0 �• e s. N yI-OZI1 ff W e Y O WT Z 3 c 0 v a i ui pp pp yy pp n - w ]G uu i Q V i P21 ua;Iaa � . x � t� � � i d f- a u D au I k g � �°Q�QW� D n y Q C N Z Y I 1\ r N W NE aG W C C H V LL V \ Jll.pp z > Aw Q K Z u O �Z 0 UIX�r O Q 0 O 3 OHV u o w ZZ aa W W O aN © U O V > N N r I- � U Q pl OJ W OJ V W 2 W LUO = Q w O J 3 LL N d V N u' Q a N D ,. cc 0 Novi D w3"LAN J t = a C W m D Q C U a D � 0 D W W Y \ N W V1 K V HNYYJ O +� D z iz�v r rn uQZo U D £w `LWIWY a z rL' (LI O y� 1� H ozw past O ulJf Z2 Z 2K6vWi N�CUvi OVpHQ✓i - rQ "NO V¢N rd 1w JSO WWOmw�I Oza}uJRi-�l1 LLOJJJ4ptn V~W I O�z0NI W a' v � o 'd '11 yr •vr�+omo �d'H Qzw OOv1' } °� Fo W J V VOOwamwi�op3 Oa[ d Cj �� Q Z W1'fL R'w U NQKN OFQ- Tto -p w1i N l�V =O C tn V N2WQJS Jx24�-YQrH V!-LL � YY p t y R T w LL }A µ R 1= Rww Z QW 6x xQr VOQ H Q y, ^ L 41 vl NO O `.a Od V1 W N Q W ZH�j t03 WN N E VI VI 6�-O x N N IV J H 1-CJ H W tY I- fQ C J •r' `-' °"- `- "�x`�w � any;saJO u��w�'wuJ¢QwwoK4aVIF- • R > VCpOZ� o HHHJ VH WrwN4' WHWIJ y m'C C 1- W q C® V1Vd'VIi.H✓12 NK -ZUOZW O W � NCO yy Y 0s OH1- 2 Gl WwHU6'H4 `L & JpIySOJ 6� NJI-Z£Qp1/IN U- Y.^ 3HM JZfCWL'OJS �/1JZG 002 Z LL- l0� QQd�J O- 6VVQH-IQ LLVmH W W 3 <v O O O L Y R�-vl 1- 04' W wCU CJ Up2 rI N M�NlO 1� CO Ol ei vzoaa Q (I( {J udJ 3 oQ aFz > K UJY 1—(r VO6 u (� � NN LL NCO W W NVnT. U) •rI� L. o¢w.r- o�.n ,. VNx pppp §§ pEp Ly 8 �j U CL W W „V �i 0 6.Z 0. M30-6 m wv tl M A M Y p 11J Lt. S F F+ �'^V J R I LL a v v v J w o to r O S V LL R K NP� $ d co Z E� u g rt XR � pi7 anyJa;ueA ad ueA N (n Q o< 1 o v N W W mz, v o r o �' U W T Y Y W N C) 1 Z +'s O Z v a W I F- CO w Y N 1 Z 1 W � � o i ,.. w " - Q pi!uOMOU a v a .. f. C� vOf`•1� H V a WZ W O W r H lJ 14 W LU Q > w o r Ca V Oul CD F o F w H LLg` a m o J W W W K Q V O Q5 —[ S U W O J H K S 0 y W J �y LL VI 0. V N o ,f w S J W Z Z V 1y H LU L-0211 J pW 1¢- K Z 0L O SHS W H Q O V V1 Y ~ � ?W V V r Irit 4Z0 t-OiM L W V1QWN6 � 6 3W= O C w V H r OwAar "1H-°Jau`ri b+ y z� C m 1Qy1 >QQ 6 tx�n 4 H O zd w'Y �O O QQ ozVIQ NOIn� rJVi Ct �`L OlrE Y 0iA' E YS �X yy U 3wY C l F- I W ba VxvJ�1O3xo'QwOoPSwZ-t'HS6Oi WmJ�Nw�Q�VOvIi hVPHI Q3��WMJJa v!WJ2-'QWOVIYWHN o`pY OV y N W S THG W y U. �F- ��O V12l.JmHZXP OY�dr HULLLL H n Q C m V L dNN K OdNwVt 4WxNA-�OO t03 WN to Y E v1 �dg my! Z N NZiHV GI V V£w NHNO = v a� ucmm = �p `aAll/;SBJ'J ���w�IwvJ¢awwo�ilnt J•r . ,. oV d— HHHJ UHW1-6V1K WHW • N > L.O�F-w O, E NVSYV WHNZ ✓IOC Zt]02W 61 HW76 RM V QV VtZ0 V h HN�QLLOl OK P =J= o 2 IL 3 CO 19 NQ HI0Ld2H V �, .r OK� YV d� wW AVV O (0 4,J i ~ V LU `� /G/��J NQ� `so 0 0 LL p W L/l^Y•r d J'O V V J N R'J w pp qpy •• i5 J QQ q Q (n r y S V IL CN C N i 1'�� � S [F1 � 845 � „J K 11 �gi Y� '✓. d4 Z e '984 aQ '� any Jalu aq ueq a V WJ WVj ir Z OJ W W Q �OO a u o a~ = g ? O A M �. lM i W Y PU ua;iaa a = g - - !- - - - - - - - - - - — —— - - "PS UWUS— d wWo J W s 2 M H w o uvwi ae W /A V�^ ♦\ }+� VS Z W HO F ¢W vO y `�• `S V Z W V G aC W / I O W W O V l H £ ~1 � AA O 1i N UJ V U N� o oo S�pyOO 6 TVIHJ JNVI J UIJOO W dCO W Vp JH¢�,Jp v Vl W 4 J S J X Z 40- �¢1"•�lJ 1 ,wL. W N lJ�V W H V1 Z Vl C Z V p Z W N Os Z Y z [Nin L,y U W Oti N I n < 1 O RS (A c v o w s <c ozn G T II3£ N U 3' d -"Ev z 1- i uj N" aai v�i �n 3V QN� b � � � � ` c° ocs 3 s HB ,i _ .. CL U >-`�Rv .zoo O O �-- OO CC1 � ox �Of y " b98 aaa a o R a a OQaa y 3 a a j o °�, any ISOJO O (a 4J U v-a .mow v�A E u ., h- a zn w �n v !n •r L `w� .wz4 U Q. Q�D W >% CL J'O V'CJ d 0 b W c is x wzo-re «n n iA Q rJ R Yi iA CD Ym-, 'w s � J O F n O ~ anyJajueA a(]uen e <g o� � ALL SIGNS,SPACING AND SPECS TO CONFORM TO THE M.U.T,C,D AND THE CiTY OF KENT PAGE 1 E Chicago St I-- --------- I ;1 2011 SEWER KENT I (D REPLACEMENT NOT TO SCALE CD REITEN RD 10-3015 1 E Laurel St Z3 X Q Typical One Lane, Two-Way Operation Using FLAGGERS Half road closure, NB, Reiten Rd. between E Chicago St OPTIONAL IF I and E Maple St. 40 MPH OR LESS I FLAGGERS will alternate traffic, as needed, and will Control low Voluee traffic Visually or with *TV I Radios. FLAGGERS will cross pedestrians to opposite side of street, when necessary ' 2C•_7b I MUL11 PHASE PROJECT SPORTOISTANCE SHORT DURATION, REASON TO CREATE CLEAR WORK SPACE FOR SEWER REPLACEMENT NROUGHOUT THE CITY OF KEN-UTILIZAG RIGHS OF WAY WITH 1 MULTIPLE SERVICE CROSSINGIENGTHTRENCMNG GENERAL NOTES 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECS. ( 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY E Hemlock St VEHICLES SHALL $E PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. S. ALL SIGNS 48" X 48" B/O UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. (see TABLE I for spacing distances). male I 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE T-OZM I INTERSECTIONS AND/OR DRIVEWAYS S. LANE REMOVAL, TAPERS WILL BE 50'-I00' AND MUST CONTAIN ,o Iz I A MIN OF 6 DEVICES. 9. FLAGGERS WILL CONTROL ALTERNATING ONE-WAY TRAFFIC aov'xo"ve 10.000ROINATE NOTIFICATIONS OF ALL LOCAL EMERGENCY SERVICES, BUSINESSES, AFFECTED RESIDENTS, AND THE CITY OF KENT a"va°33 INSPECTOR. 6-OZM I VL-OZM LE�END • Gc WORK LOCATION I a� � � {s t—+ FLACGER LOCATION E Walnut St I o o "► SIGN LOCATION 003 PROTECTIVEIWORK VEHICLE 0 0 0 G CHANNELIZATION DEVICE ® a 28" TRAFFIC CONE REEL. E%IBTING TRAFFIC FLOW cN,wNttmr+c oEorcE sw.uno u'EErI FLAGGER STATION c N TAPER TANGENT I 20 1 20 m A TRAFFIC CONC- Ma�itah l l rt1 SPACED @ 20 lane wUh CD M ` KENT aION BPACINO a%(+) 50' Min �.rs%' APMt Pau+wArs WINWH tM 100 max w.¢n,xaeow auRASAwns AsrssNPM sA3x 0. 6 device nnn 599g 10-3015 PUPM RCAD9d VP0Ax Fp+LAlA1.9 RIda NPn S+P° / OO ]a,D O Ori Al A6UgNE33 p31PoG*3 Ar bMPn ate°a � b 3 /� UPSI.V SiPFEi3 (//J in+n¢PYa a.,wK. »wV OR USs tbbs(*1 All sxNn ARE 3uex oN auroE usxEssoesloNA*E°on,eawaE /�� � e7a°w!"'.t NN +I N Da1Q E Maple St CITY OF KENT ••��— — — xoefv aor — — — — -- _ Nick Horn Rei ten Rd &Maple to Chicago MINIMUM TAPER LENGTH a L IfEEn 253.855.5500 KENT, W N N I Ph..Nxabir cfu) MR Nup r 3Ata ro E"5PEE0 cNvr+l ,E53.956.4700 1 f 3 03.14.2 (FEET) 59 R W pr¢artG 8 +o +os tEo xx no I aw Eoo sso - STEVE YVITA NATIONAL BARftlCAOt CO LLC O �t+ 115 i8> }]! 2p1 AS$ 550�3°5 93p py°,ro!Amber Eslne�,sx,o 1x,9zi t+ a 11 12 +Is +m x,3 axo i sw 3°s I¢Eo szo 206 523 404 S ALL SIGNS,SPACING AND SPECS TO CONFORM TO THE M U TC.D AND THE CITY OF KENT I PAGE 2 E Chicago St ---------- 1 I 2011 SEWER KENT E T_OZM CD REPLACEMENT '"r REITEN RD 10-3015 NOT TO SCALE o z ,-I- CD E Laurel S Q; 3W T b-OZM Q 1t oZ Typical One Lane, Two-Way Operation Using FLAGGERS pL-OZM Half road closure, NB, Reiten Rd between E Chicago St and E Maple St. G � � FLAGGERS will alternate traffic, as needed, b© and will control low volume traffic Visually or with Radios. FLAGGERS will cross pedestrians to opposite side of street, when necessary. 5uNN'LIZING DE $PE IPA ING(FP T) MULTI PHASE PROJEC'SHORT DISTANCE ShORT DURATION, TAPER I TANGENT j REASON TO CREATE CLEAR WORK SPACE FOR SEWER REPLACEMENT ZO ZO THROUGHOUT THE C17Y OF KENT UTILIZNG RIGHT OF WAY WITH FJO CON 51'RACEO 0 20E MULTIPLE SERVICE CROSSINCILENGTHIRENCHING MdnAdn 11'm . kne width GENERAL NOTES 1. ALL IN5 SPACING SHALL CONFORM TO THE MUTCO E Hemlock St C AND CITY OFF K KENT SPECS, 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. S. ALL SIGNS 48" X 48" 8/0 UNLESS OTHERWISE SPECIFIED. rot H s 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. (see TABLE 1 for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE 0 0 o INTERSECTIONS AND/OR DRIVEWAYS. 8. LANE REMOVAL, TAPERS WILL BE 50'-100' AND MUST CONTAIN ti g N €€ ti A MIN OF 6 DEVICES. rk o ffi � ® 9. FLAGGERS WILL CONTROL ALTERNATING ONE-WAY TRAFFIC " w d 10 COORDINATE NOTIFICATIONS OF ALL LOCAL EMERGENCY SERVICES, BUSINESSES, AFFECTED RESIDENTS, AND THE CITY OF KENT d INSPECTOR. I ro 50' min (� ' I n a q YJJ - 1 - 3oJ O 0 100' max 6 device min 0 ry E Walnut St LEGEND g � WORK LOCATION r-* FLAGGER LOCATION H N I N SIGN LOCATION Vol MED PROTECTIVE/WORK VEHICLE 0 0 o a 0 0 CHANNELIZATION DEVICE CD O 28" TRAFFIC CONE REFL. CD 2 0' W20-7a ~ EXIS71MG TRAFFIC FLOW e SIGN SPACING.xin I FLAGGER 87ATION OF I(VpRL Mf.MYAY3 MINTMPN bY• �,Fp RURRLCL NW09 _ __" nfl M,nm _-EMr I AID RURN RWOSn UR6V1 pATERW.S JS1101SH SYYt s VRew RRrmwLa W20-4 xLneuwxEss nsrR,ers zaIMNPN zarr( I 210, 400 mnF �i s„wYl,or - uRwNsiREcrs xsuPN OR rESS tor:(xI O - iw�nmxw r.-�.. . NL SY4Y,S MF BIA4Xp10111.N6E VMLF590EbIGN9'([-0OiHE4Ya5E I R"'r y A ^"'.� � �® KENT i E Maple St w20-1 9 0-3015 r. CITY OF KENT - Nick Horn Reiten Rd & Maple to Chicago OPTIONAL IF 40 MPH OR LESS MINIMUM TAPER LENGTH n L IFEE1) 2S3.&%.5500 KENT, WA Mm.N bRr CF ) 5 Rne PR r Mu — BE + EWD N Po5 oSPFED;M )' .253.656.4700 1 / 2 03.14 11 REPARE IFEEn Fs W,as 41 s5 W SS W Prowretl By To f0 f03 IWf20E 2>U4S0 000650 SIEVE VITA _ NAT ONRL BARRTCAOE CO LL TOP W20-7b ++ its ies zz� Fnon.xunoer Esr,�Lrs,rzn.x)vsL 12 125 1W,z's '20 540 eoo se0 zzD 206 523 4045 ALL SIGNS,SPACING AND SPECS TO CONFORM TO THE M U TC D AND THE CITY OF KENT I PAGE 3 ";a Z I_---------- 2011 SEWER KENT E REPLACEMENT 3NY1]'ND REITEN RD 10-3015 NOT TO SCALE 4-02M ,0 z 1O 9y E Chicago Stpt-0ZM 1 p o • o • o ` Typical One Lane, Two-Way 'T Operation Using FLAGGERS Half road closure, NB, Reiten Rd. between E Chicago St CD and E Maple St. r-1- FLAGGERS will alternate traffic, as needed, CD and will control low volume traffic Visually or with E Laurel St =3 Radios. FLAGGERS will cross pedestrians to opposite side of street, when necessary. MULTI PHASE PROJECT SHORT DLSTANCESHORTOURATION. G CL REASON TO CREATE CLEAR WORK SPACE FOR SEWER REPLACEMENT THROUGHOUT THE CITY OF KENT UTILIZING RIGHTOF WAY WITH 44 ---�'I{---- NIULTIPLESERVICECROSSING4ENGIHTRENCMNG GENERAL NOTES 1. ALL SIGNS AND SPACING SHALL CONFORM TD THE MUTCD Y ERA off€ Q O AND CITY OF KENT SPECS. > w 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. p 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. MaIntaln 11'rNn. S. ALL SIGNS 49" X 48" 9/0 UNLESS OTHERWISE SPECIFIED, Pang wtdlli 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. a.l_� (see TABLE 1 for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE eNw.NeLaam Delac[sraciNo6EEn INTERSECTIONS AND/OR DRIVEWAYS. TAPER TANGENT S. LANE REMOVAL, TAPERS WILL BE 50'-100' AND MUST CONTAIN 20 20 A MIN OF 6 DEVICES. TanrFIIC Coble p 9 FLAGGERS WILL CONTROL ALTERNATING ONE-WAY TRAFFIC sFncEo rSizo 10.000RDINATE NOTIFICATIONS OF ALL LOCAL EMERGENCY SERVICES, BUSINESSES, AFFECTED RESIDENTS, AND THE CITY OF KENT E Hemlock St ( INSPECTOR. Flagger to rol mtersechon LEGEND \ 50' min a-P tl I 100' max WORK LOCATION 6 device min t--* FLAGGER LOCATION 0 o I210, H SIGN LOCATION r � � cfi w �• PROTECTIVE/WORK VEHICLE f = ® o a a CHANNELIZATION DEVICE 24 0' W20-7a 28" TRAFFIC CONE REFL. OPTIONAL IF EXISTING TRAFFIC FLOW 40 MPH OR LESS I = FLAGGER STATION PREPARE f 210, W20-4 To w20-715 ► E Walnut St t KENT yam, 10-3015 ntrhuor CITY OF KENT 1i Fmr ro at i v -u Nck Horn Rei ten Rd & Maple to Chicago Number (ofrlu) —le to SIGN SPACING -X(1) MINIMUN TAPER LENGTH = L(FeEn 253.856 5500 KENT, WA ADPNS'a6x�lAYS wlmY aim PI,OM NaN»r CfW --weat hum tr e o RUML,aun 16r,51 wDs u emom msB OSPEED(NFMI Rvw Ro.Dsh Venw..xrt s,worn yy: IFEET) 25 3o a5 b t as 1 6S,u ao .253.856.4700 3/ 3 03.14.1 e DNaaNAAlenwa, 10 145 to IA5 270 AA S00 SA "itre4 IN CeDarasa Dlsfwcra M,w"r^ ' , STEVE VITA NATFONAL BARRICADE CO, LLC MAVI FIi=EA 25 MPNI OP lE55 tCa'Elll _ II 115 i55 Y152Bn 4Ani 5A�e05 8e0 —• CSTMLSSNED IN]as] %qM N e ALL9NNO MEDULII Ox gUNOE UME59 DF41GVATED DMENNfsE 12 ^- 125'1B0 2a3 320 510 600 5EV >20 j06 Sj3,4.4043 W J W (L H V W a Is J S M 1Z 4 C ry ow 2 0 W W o- o v p 'p4} s > nSQLL a Z J W OJ G W fL 2 Wc:, Z V Yn " LL Wi Y J 3 g � a V r40i ''' �o V PU Ua;iab 55 s »� " - t o U 1 � V -o s r 33F: P W Nv tl> J o 0 m 09 E W z i� W W p J W K 2 IV-1 w N a V 1W/1 X ,W^ V Q s ?WHO r LL v O V+ W sWs Q�NN W � �KH � � F r W •3zwLL r $O }wu r� /L U) N Q W N O Q 3 W W 1+• VI O K w U H O W Q £ ��H-mn� .£ o z6 N w W o ja¢Q¢�a w6 o u�a /___.\ O gQp2N� NONuOi FJN 4'Q O zz W N N Z ¢ W E Q K r>J F O O t'O2M �� 2 SOFO Q piNHJ JNV z N v dKo c����yy ¢zw NOSVV\N rr03 OK V V O O W Z M W V q J H e( V NgCN OQ-O ]w1 iN K VNIS-d WFoO'~ N W\W N r V W ✓ gLLW�HG �z, ar wmvz° q �Nz¢uoWw N T_V H X D Q YQ Q L H V H LL CL'OEM ' �g ZYNQ�?QJ�OH£V1 .W JOQ Y _ Q LL Q S S Z J g J Z It vlHQQ- �oq NOO-N>NNry JHHO� r WK •� z��NHNZHmvG£wNQ o M W G W U J Q Q W WOK 2 V1G AG� N1HJKlJWNNZrNC KZ UOZW Jq�YO W JL °� H UK HIY I`///// gNJI-ZFSONN ¢gLL�LL a�,�¢HS¢W�mH rl ry MbN10 n CO A� �-- IS 0UE1 }S2� g C k Y d a �ZN L L a `s r¢- F_ D cq W o ry lV m y b a W O y goo75 crow vt d c � w 1 W a 3— w a+ va, t w o w 3 in y W C a F=- 3 � awm' c `o oo. �IQ XE 0 6a a 6 pa a a y 0 ] LL • L p q�D C C f'6' N V- N N SOK O 7 K C ;O f3 ` cam2 C ¢q Z LL- -j ~ ns'' aav- uY=� t0 1 wv�b W :D .. imaLmaa`�ow� dim U C z �w� aa.. " yosYz cum C� r" r owva�oa' cw c3 cKi q�. 'E $ W U (a "��`aRso ataa�s 7 O fa.. $ 8 $ A Q. •C O. N L. roNuv z`-N Cn ow W O K ��F-OT VI (a W=0.4 d rnn _ nn T G. i vv ow♦+n zcn"J yF 1 Z �f i�� V V N�O�r•- �zJ uj O K 8 R 8'R I ° 0 i w a a u' S H C7 Z F wzo-i z J a ..� n 0. A A •d�S u-1 jawngauos a LLJ O V C9 Jo s (n Q 0.2 W. `V�( � K � ��• a J HS W� QOO FF S 6 Y w _ _ J W � H lwJ4 �0 • � S �„ 3 sW > W[ V Y O W H � � ' Q v3b VNN F O FQQ- W NLL C f I N ,• W mw W � 1�-cam > N R - Y VJ S 1 W O J H 4' S W y] li �'�- W M Z• L1.I 1 LL � Cl a--, � a Ni V 4 F ' a v L> w w z G CI VNf5wz v O V O I-j d N 4'1 oL Y F_ 0 �w m a^o " cwwQ cmi H L v 'V 'Ail r -M L v v'�°ro v g �'3 W v p21 ua��aa 9 N uj W W �0 V- m a � i+6v a�i=�io f 2 /U, S W DELL V LL Nt K�� �� 'i 1/L,) VPH Uallau J I— on- U) 8 §10 N W W W Q zy v} °QN_ q Q1 ��H J w H C Z mil[ LL J O , £ J[ 9 3 O MK N 11 ��i� 'c^i v�Y >. O V 3 4 �-; C L 10 ZsJYy �M1 V tap •v F- u7•n4wvwi� OOo ¢ 3�ilZ y °'R R $ $ � OE W 431- F wJ H fl7, 3 p lJ •f I- Q W$Q=OCR H}J I-'•O�H �• � � LL 2 V f 1 35!W 6 6 O mW C J V U b O z Hain. - �.y a o m •s cVw Y-OZM w �•.,� WV-cOS w�w�n� G IN LU e L-OZ MNrVplWSODo w Wo 5o m m wo Nb O tL a Z ca ARfMP90— o � w Gs . s � W2U-7a K� m o� z U) o � a r i O z urn lauangauo;g LU W20-4 LL � W20-1 J W IV-I VIJi F• • 3� 3v '� Vj pw pp �x W O b iA s� lad� � � s o � off u W Lo i} £✓° ge 2 3 W I .nw� `o a 4a ww V W zt- V• ' M W o'" M r ¢ W e N^O O Y V Z i- 2 y • Y ✓ 1 i W 0 z I _2 3.Lu V i L' 01i " a'o ro� iO `n]"scow �`~j1 _ rtf-G C! 4!� W N S ■L © Qf � � V y U Vt ✓Y ✓w'O Z n 0l � mt; bvi � o.���� C Z W Ka ✓ N N O�r Y Z y � •V < N o L3'O'ON � OdUV F•�Oy _ Ly O�aT> o co ova �� �� c0�-`mow`�u� 8 � ws � iu itOiV� m (� b V c. 3 � of d� > Z ® •r LaN�.✓i 1piv��N 3Nou pa U6jie2} $-.`- 5 ^.g° '^�✓~i �`o 0.0 ovccwi-� --r-2 aB «gin gn a. a au ow✓a z u� n 1lILuW - o � u5 �5 = Z ry aaW VW Ni-E — —— — _ — _- -- - - - _ W s w a a (1) � Q $ ffs— % Nle W Wtz �� §H_ s HW KKK O hY = ER v !Q -ZUOV 2g5d� K f ¢KKUF z Gvir'aR F=- w 3c WILLi G 4 3F V 1 O"r1 F N A i/14wNC wW d' O I+1JY�F6 NV ~ VOJQ ~ O pZNK NO Nv01 HJv1 .0�, _ U Yf-4iHNF-✓F-Y ¢QV- _ S-OEM � W J P 2'SJ p p Kt!-W z 1� o 3 p w U w V w GYI W O p wLL lry H Q W�dz3z A�>J 1- H PM' f mh 'L V1 VH [LO C�S�-1 QZW IM J N J>UV\Vl rs03 OK J V V O O W Z m W U p J H .Ot W U4'Q 1'N OI-p 4-OIM u D_ E w vl� wt-m� �nw�wvi Fm-S �-OZM w.. w a�WmlJliv wp mz2 W zHG V fvV�ib W Q J Y J Z�L� � 1-LL a'I IM p Y N�W J� yy pp CC Z H6?QQm�H 2JOJZd ffi'%A � $ a G U.¢2 YET IKK- U04 H eG-OEM Z��NNI/1Z HMV LLV1 d~NO f� i'3g V WFWVJQQW WOCL2 VI F- V ® ,'.,. �f� 5 HHHJ VLJH WM 4NK WHW V .� t33 � N C]�UWHNZ V12- oH,.- v uwiziusizyq � RiBY Ri d zda>o-�+Q'd VJI-z�go�z o3'?R RJR Qt aw o'p JS NQM¢JQW umH m � z W ° 8 o i U 0 0 0 0 A 0 0 0 0 A 0 0 0 0 0 0 A A 0 0 0 A 0 O A A 0 0 0 � ' WIt'll I Z QS CAE � 0 Q n, r- EW L A Lt WJ O q E u .ro m N 2 U7 y W H ry F- w -� OGW G CNN 30� CC i U 0 y <oo „2 p. w20-7a lD Q a . mec~t- O W g� N R W10.7a � N20-9 O O LL uru Z O wzo-E � UUAV FO � , I U) 9q � w:o-n �3 Z ;Aq i <> Y u1 Jawngauo}S wCD 4 _J < -ly PREVAILING WAGE RATES r r r r r r �c i r r r r 2011 Sewer Improvements/Horn A - 5 May 11, 2011 Project Number 10-3018 iiubv iv• ♦ ■ State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe tenefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 05/31/2011 ounty Trade Job Classification Wag a lHoliday Overtimel Note King lAsbestos Abatement Workers Journey Level $40.031 5D 1 H ng lBoiiermakers Journey Level $59.691 511 1C Ting Brick Mason Brick And Block Finisher $40.211 5A 1M ing Brick Mason Journey Level $47.471 5A 1M ng Brick Mason Pointer-Caulker-Cleaner $47.47 5A 1M King Building Service Employees Janitor $18.91 5S 2F Ong Building Service Employees Traveling Waxer/shampooer $19.32 5S 2F Ong Building Service Employees Window Cleaner(non-scaffold) $22.65 5S 2F .Ling Cabinet Makers (in Shop) Journey Level $22.74 1 ng Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M ng Carpenters Carpenter $48.47 5D 1M ng Carpenters Creosoted Material $48.57 5D 1M King Carpenters Floor Finisher $48.60 5D 1M ng Carpent_ers Floor Layer $48.60 5D 1M ng Carpenters Floor Sander $48.60 5D 1M ing Carpenters Sawfiler $48.60 5D 1M ng Carpenters Shingter $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.601 5D 1M ng Carpenters Stationary Woodworking Tools $48.60 5D 1M Ong Cernent Masons Journey Level $49.15 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A Brig Divers Et Tenders Diver On Standby $56.68 5D 1M i Ting Divers Et Tenders Diver Tender $52.23 5D 1M J ing Divers Et Tenders Surface Rcv Et Rov Operator $52.231 5D 1M ng Divers Ex Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B King Dredge Workers Assistant Engineer $49.57 50 1T 8L ng Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Ong Dredge Workers Engineer Welder $49.62 5D 1T 8L z King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L ng Dredge Workers Maintenance $49.06 5D 1T 8L ing Dredge Workers Mates And Boatmen $49.57 5D 1T 8L ng Dredge Workers Oiler $49.19 5D 1T 8L King Drywall_Apphcator Journey Level $48.471 5D 1M King Drywall Tapers Journey Level $48.79 5P 1E OF King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $61.93 7C 2W King Electricians inside Cable Splicer (tunnel) $66.55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians__Inside Construction Stock Person $31.83 7C 2W King Electricians - inside Journey Level $57 72 7C 2W King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15 37 1 King Electricians - Motor Shop Journey Level $14 69 1 King Electricians - Powerline Construction Cable Splicer $63.04 5A 4A King Electricians - Powerline Construction Certified Line Welder $57.61 5A 4A King Electricians - Powerhne Construction Groundperson $41 061 5A 4A King Electricians - Powerhne Construction Head Groundperson $43.33 5A 4A King Electricians - Powerhne Construction Heavy Line Equipment Operator $57.61 5A 4A King Electricians - Powerline Construction Jackhammer Operator $43.33 5A 4A King Electricians - Powerline Construction Journey Level Lineperson $57 61 5A 4A King Electricians - Powerline Construction Line Equipment Operator $48.64 5A 4A King Electricians - Powerline Construction Pole Sprayer $57 61 5A 4A King Electricians - Powerline Construction Powderperson $43.33 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $67 91 7D 4A King Elevator Constructors Mechanic In Charge $73.87 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $13.60 5B 2K Products Only King Fence Erectors Fence Erector $15 18 1 King Flaggers Journey Level $33.93 7A 1_H King Glaziers Journey Level $50.66 7L 1y King Heat & Frost Insulators And Asbestos Journeyman $53.44 5.1 1S Workers King Heating Equipment Mechanics Journey Level $63.27 7F 1E 'King Hod Carriers Ir Mason Tenders Journey Level $41.28 7A 1 H King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Cleaner Journey Level $9 24 1 King Inland Boatmen Boat Operator $50.72 5B 1K King Inland Boatmen Cook $47.541 5B 1K King Inland Boatmen Deckhand $47 54 5B 1K King Inland Boatmen Deckhand Engineer $48.48 5B 11K King Inland Boatmen Launch Operator $49.63 5B 1K King Inland Boatmen Mate $49.63 513 1K King inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Ft Water Systems By Remote Control 'King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer 8 Water Systems By Remote Control �ng Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control �ng Inspection/Cleaning/Seating Of Technician $19.33 1 Sewer Et Water Systems By Remote Control E ng Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Fs Water Systems By Remote Control ng Insulation Applicators Journey Level $48.47 _5_D 1M ng Ironworkers Journeyman $57 52 7N 10 King Laborers Air, Gas Or Electnc Vibrating Screed $40 03 7A 1 H rig Laborers Airtrac Drill Operator $41.28 7A 1H Ong Laborers Ballast Regular Machine $40.03 7A 1H King Laborers Batch Weighman $33.93 7A I 1H rig I Laborers Brick Pavers $40.03 7A 1H Ting Laborers Brush Cutter $40 03 7A 1H rig Laborers Brush Hog Feeder $40 03 7A 1H rig Laborers Burner $40.03 7A 1H King Laborers Caisson Worker $41.281 7A 1H Ong Laborers Carpenter Tender $40.031 7A 1H rig Laborers Caulker $40 03 7A 1H Ling Laborers Cement Dumper-paving $40 77 7A 1H ng Laborers Cement Finisher Tender $40.03 7A 1H King Laborers Change House Or Dry Shack $40 03 7A 1H Ong Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 1_H rig Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 1H King Laborers Choker Setter $40.03 7A 1H ng Laborers Chuck Tender $40.03 7A 1H ng Laborers Clary Power Spreader $40.77 7A 1_H rig Laborers Clean-up Laborer $40.03 7A 1H 'ng Laborers Compressed Au Worker 0-30 psi $52.08 7A 1H 8Q 3 King Laborers Compressed Air Worker 30.01-44.00 $57.08 7A 1H 8Q psi rig Laborers Compressed Air Worker 44.01-54.00 $60.76 7A 1H 8Q j psi ng Laborers Compressed Air Worker 54.01-60 00 $66.46 7A 1H 8g psi King Laborers Compressed Air Worker 60.01-64.00 $68.58 7A 1H psi ing Laborers Compressed Air Worker 64.01-68.00 $73.68 7A 1H 88 psi rig Laborers Compressed Air Worker 68.01-70 00 $75.58 7A 1H 8Q psi King Laborers Concrete Dumper/chute Operator $40.77 7A 1H rig Laborers Concrete Form Stripper $40.03 7A 1_H j rig Laborers Concrete Placement Crew $40.77 7A 1H- King Laborers Concrete Saw Operator/core Driller $40.77 7A 1H j ng Laborers Crusher Feeder $33 93 7A 1H ing Laborers Curing Laborer $40.03 7A 1H ng Laborers Demolition- Wrecking Et Moving $40.03 7A 1H (incl. Charred Matenal) King Laborers Ditch Digger $40.03 7A 1 H King Laborers Diver $41.28 7A 1H King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 1H King Laborers Dry Stack Walls $40.03 7A 1H King Laborers Dump Person $40.03 7A 1H King Laborers Epoxy Technician $40.03 7A 1H King Laborers Erosion Control Worker $40.03 7A 1H King Laborers Faller Et Bucker Chain Saw $40.771 7A 1H King Laborers Fine Graders $40.031 7A 1H King Laborers Firewatch $33.93 7A 1H King Laborers Form Setter $40.03 7A 1H King Laborers Gabian Basket Builders $40.03 7A 1H King Laborers General Laborer $40.03 7A 1H King Laborers Grade Checker i3 Transit Person $41 28 7A 1 H King Laborers Grinders $40.03 7A 1 H King Laborers Grout Machine Tender $40.03 7A 1 H King Laborers Groutmen (pressure)including Post $40.77 7A 1H Tension Beams an King Laborers Guardrail Erector $40.03 7A 1H King Laborers Hazardous Waste Worker (level A) $41.281 7A 1H King Laborers Hazardous Waste Worker (level B) $40.77 7A 1H King Laborers Hazardous Waste Worker (level C) $40.03 7A 1H King Laborers High Scaler $41 28 7A 1H King Laborers Jackhammer $40 77 7A 1 H King Laborers Laserbeam Operator $40.77 7A 1H King Laborers Maintenance Person $40.03 7A 1H King Laborers Manhole Builder-mudman $40.77 7A 1H King Laborers Material Yard Person $40 03 7A 1H King Laborers Miner $41.28 7A 1H King Laborers Motorman-dinky Locomotive $40.77 7A 1H King Laborers Nozzleman (concrete Pump, Green $40.77 7A 1H Cutter When Using Combination Of High Pressure Air Et Water On Concrete £t Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40.77 7A 1H King Laborers Pilot Car $33.93 7A 1H King Laborers Pipe Layer Lead $41.28 7A 1H 'King Laborers Pipe Layer/tailor $40.77 7A 1H King Laborers Pipe Pot Tender $40.77 7A 1H King Laborers Pipe Rehner $40.77 7A 1H King Laborers Pipe Wrapper $40.77 7A 1 H King laborers Pot Tender $40.03 7A 1H King Laborers Powderman $41.28 7A 1H King Laborers Powderman's Helper $40.03 7A 1H King Laborers Power Jacks $40.77 7A 1H King Laborers Railroad Spike Puller - Power $40.77 7A 1H King Laborers Raker - Asphalt $41.28 7A 1H King Laborers Re-timberman $41.28 7A 1H i ubv ✓ va a rig Laborers Remote Equipment Operator $40.771 7A 1 H Wing Laborers Rigger/signal Person $40.771 7A 1 H King Laborers Rip Rap Person $40 03 7A 1H mg Laborers Rivet Buster $40 77 7A 1 H King Laborers Rodder $40.77 7A 1H ing Laborers Scaffold Erector $40.03 7A 1H rig Laborers Scale Person $40.03 7A 1 H King Laborers Sloper (over 20") $40.771 7A 1H ng Laborers Sloper Sprayer $40.031 7A 1H , 'ng Laborers Spreader (concrete) $40.77 7A -1 H ling Laborers Stake Hopper $40.03 7A 1H mg Laborers Stock Piler $40.03 7A 1H King Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 1H Operated Tools rig Laborers Tamper (multiple Et Self-propelled) $40.77 7A 1 H King Laborers Timber Person - Sewer (lagger, $40.77 7A 1H Shorer Et Cribber) rig Laborers Toolroom Person (at Jobsite) $40.03 7A 1H King Laborers Topper $40.03 7A 1H ng Laborers Track Laborer $40.03 7A 1H ng Laborers Track Liner (power) $40.77 7A 1H ling Laborers Truck Spotter $40.03 7A 1H ling Laborers Tugger Operator $40.77 7A 1H King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 1H 8Q rig Laborers Tunnel Work-Miner $41.38 7A 1H 8Q rig Laborers Vibrator $40.771 7A 1H King Laborers Vinyl Seamer $40.03 7A 1H rig Laborers Watchman $30.84 7A 1H Ting Laborers Welder $40.77 7A 1_H ng Laborers Well Point Laborer $40.77 7A 1H rig Laborers Window Washer/cleaner $30.84 7A 1H King Laborers - Underground Sewer Et General Laborer ft Topman $40.03 7A 1H Water j rig Laborers - Underground Sewer Et Pipe Layer $40.77 7A 1H Water rig Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers rig Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H ng Marble Setters Journey Level $47.47 5A 1M rig Metal Fabrication(in Shop) Fitter $15.86 1 King IMetat_Fabrication (in Shop) Laborer $9.78 1 j ng Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication_(In_Sho�.) Painter $11.10 1 I Ong Metal_Fabrication (in Shop) Welder $15.481 1 Ong Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11 56 1 rig Modular Buddmgs Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.561 1 King Modular_Buildings Plumber $11.561 1 King Modular Buildings Production Worker $9.401 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11 56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $34.87 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.63 7Q 1R King Playground Et Park Equipment Journey Level $8.67 1 Installers King Plumbers Ft_Pipefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P ;King Power Equipment Operators Bobcat $47.12 7A IT 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power-Equipment Operators Brooms $47 12 7A 1T 8P King Power Equipment Operators Bump Cutter $49 90 7A 1T 8P King Power Equipment Operators Cableways $50 39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47 12 7A 1T 8P Screed King Power-Equipment Operators Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A 1T 8P Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power-Equipment Operators Cranes: 100 Tons Through 199 Tons, $50.94 7A 1T 8P or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P 199 Tons Ong Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Ming Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) rig Power_E�cuipment_Operators Cranes- Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons ing Power Equipment Operators Crusher $49 90 7A 1T 8P Ming Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) ing Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P : ing Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50 39 7A 1T 8P mg Power Equipment Operators Dozers D-9 It Under $49.48 7A 1T 8P ing Power Equipment Operators Drill Oilers- Auger Type, Truck Or $49.48 7A 1T 8P Crane Mount 4fiing Power Equipment Operators Drilling Machine $49.90 7A 1T 8P ing Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type rig Power Equipment_Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Attachments ing Power Equipment_perators Forklifts: Under 3000 Lbs. With $47 12 7A 1T 8P Attachments rig Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P ing Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P Sing Power Equipment Operators Hard Tait End Dump Articulating Off- $50.39 7A 1T 8P Road Equipment 45 Yards. Et Over ng Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards King Power Eguiment_Operat_ors Horizontal/directional Drill Locator $49.48 7A 1T 8P ng Power Equipment_Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P Wing Power Equipment Operators Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons ing Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $47 12 7A 1T 8P Under King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50 94 7A 1T 8P ing Power Equipment Operators Loader, Overhead, 6 Yards. But Not $50 39 7A 1T 8P Including 8 Yards ing Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P ng jPower Equipment Operators Loaders, Plant Feed $49.901 7A 1T 1 8P King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1_T 8P Ong Power Equipment Operators Locomotives, All $49.90 7A 1T 8P rig Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Hour Over Mechanic) rig Power Equipment Operators Mixers Asphalt Plant $49.90 7A 1T 8P King Power Equipment Operators Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P ng Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P Ting Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Boring, Road Header And/or Shield King _Power Equipment Operators Olt Distributors, Blower Distribution $47.12 7A 1T 8P Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.901 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.481 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47 12 7A 1T SP King Power Equipment Operators Power Plant $47.12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $47 12 7A 1T 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $50.39 7A 1T 8P Tired Earth Moving Equipment King Power Equipment Operators Rigger And BeRman $47 12 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49 901 7A 1T 8P King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Eqiuipment Operators Scrapers - Concrete Er Carry All $49 48 7A 1T 8P y King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P And Over King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P King Power Equipment Operators Shotcrete/gunite Equipment $47 12 7A 1T 8P King Power Equipment_Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe Over 30 $50.39 7A 1T 8P Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes Over $50.94 7A 1T 8P 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P 90 Metric Tons ;King Power Equipment_Operators Slipform Pavers $50.39 7A 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49 90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $50.94 7A 1T 8P Base To Boom King Power Equipment Operators Transporters, All Track Or Truck $50.39 7A 1T 8P Type King Power Equipment Operators Trenching Machines $49 48 7A 1T SP King Power Equipment_Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P Y I ....b.. � ... � And Over rig Power Equipment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons rig Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P ng Power Equipment Operators Welder $50.39 7A 1T 8P mg Power Equipment Operators Wheel Tractors, Farmall Type $47 12 7A 1T 8P mg Power Equipment Operators Yo Yo Pay Dozer $49 901 7A 1T 8P King Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water rig Power_Equipmen_t_Op"o_r_s- Brokk - Remote Demolition $47 12 7A 1T 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water mg Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49 90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer Et Water mg Power Equipment Operators- Concrete Pump: Truck Mount With $50.39 7A 1T 8P j Underground Sewer Et Water Boom Attachment Over 42 M King Power_Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer E: Water Screed ing Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. rig Power Equipment Operators- Concrete Pump: Truck Mount With $49.90 7A 1T 8P Underground Sewer EWater Boom Attachment Up To 42m ing Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water Ting Power Eq uipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer Et Water With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P Underground Sewer Et Water 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 8P Underground Sewer Et Water 199 Tons �ng Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Underground Sewer Et Water Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $50 39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $49 48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers* Auger Type, Truck Or $49.48 7A _1_T 8P Underground Sewer Et Water Crane Mount 'King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs With $47.12 7A 1T 8P Underground Sewer 8t Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Underground Sewer Et Water Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P Underground Sewer Et Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hydrahfts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment Operators- Hydrahfts/boom Trucks, 10 Tons And $47 12 7A 1T 8P Underground Sewer_a Water Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $50.39 7A 1T BP Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer $ Water mg Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water �ing Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Underground Sewer Et Water Hour Over Mechanic) mg Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water ling Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water mg Power Equipment Operators- Mucking Machine, Mote, Tunnel Drill, $50.39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield �ing Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Er Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1_T 8P Underground Sewer 8 Water Manhfts), Air Tuggers,strato mg Power Equipment Operators- Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons �ing Power Equipment Operators- Pavement Breaker $47.12 7A 1_T 8P Underground Sewer Et Water King Power Equipment-Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P j Underground Sewer Et Water F �ing Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water �ing Power Equipment Operators- Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Ft Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $50 39 7A 1T 8P Underground Sewer Et Water Tired Earth Moving Equipment rig Power Equipment Operators- Rigger And Bellman $47 12 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Rollagon $50 39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49 48 7A 1T 813 Underground Sewer Et Water Materials �ng Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P Underground_Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer Et Water Yards �ng Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gumte Equipment $47 12 7A 1T 8P Underground Sewer & Water King Power_Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Underground Sewer Et Water Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes- Over $50.94 7A 1T 8P Underground Sewer_Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P Underground Sewer It Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $50 39 7A 1T 8P Underground Sewer &Water King Power Equipment Operators- Spreader, Topsider & Screedman $50.39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $49 48 7A _1_T 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in Height, $51.51 7A 1T 8P Underground_Sewer & Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T BP Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $49 90 7A 1T 8P Underground Sewer & Water And Over King Power Equipment Operators- Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment_Operators- Welder $50 39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $47.12 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer & Water King Power Line Clearance Tree Trimmers Journey Level In Charge $41.04 5A 4A King Power Line Clearance Tree Tnmmers Spray Person $38.981 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $41.04 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $36.75 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $27.80 5A 4A King Refrigeration & Air Conditioning Journey Level $67.56 6Z 1G Mechanics King Residential Brick Mason Journey Level $47.471 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators liourney Level $38.08 5D 1M King Residential Drywall Tapers liourney Level $48.79 5P 1__E Ong Residential Electricians Journey Level $30.33 1 a,ng Residential Glaziers Journey Level $34.541 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 ing Residential Laborers Journey Level $23.03 1 Ting Residential Marble Setters Journey Level $24.09 1 ing Residential Painters Journey Level $24.46 1 ; ling Residential Plumbers Et Pipefitters Journey Level $34 69 1 King Residential Refrigeration Er Air Journey Level $67.56 6Z 1G l Conditioning ing Residential Sheet Metal Workers Journey Level $37.35 7F 1R King Residential Soft Floor Layers Journey Level $41.56 5A 2Z ing Residential Sprinkler Fitters (Fire Journey Level $40.81 5C 2R Protection) King Residential Stone Masons Journey Level $47.47 5A 1M ling Residential Terrazzo Workers Journey Level $46 93 5A 1M Ting Residential Terrazzo/Tile Finishers Journey Level $21 46 1 ing lResidential Tile Setters Journey Level $25 17 1 Bing Roofers Journey Level $41.90 5A 1R King Roofers Using Irritable Bituminous Materials $44.90 5A 1R ling _5_heet Metal Workers Journey Level $63 27 7F 1E %ng Shipbuilding Et_Ship Repair Boilermaker $33.26 7M 1 H ling Shipbuilding Et Ship Repair Carpenter $34.99 70 1B ling Shipbuilding Et Ship Repair Electrician $34 90 70 1B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $53.44 5.1 1S Ming Shipbuilding Et Ship Repair Laborer $33.62 70 1B Ong Shipbuilding Et Ship Repair Machinist $34 62 70 1B King Shipbuilding Et Ship Repair Operator $37 04 70 1B ng Shipbuilding Et Ship Repair Painter $34.64 70 1 B ing Shipbuilding Et Ship Repair Pipefitter $34.64 70 1B ing Shipbuilding Et Ship Repair Rigger $34.67 70 1B ing Shipbuilding Et Ship Repair Sandblaster $33.62 70 1B King Shipbuilding Et Ship Repair Sheet Metal $34.59 70 1B ng Shipbuilding Et Ship Repair Shipfitter $34.67 70 1B rig Shipbuilding Et Ship Repair Trucker $34.49 70 1B King Shipbuilding Et Ship Repair Warehouse $34.55 70 1B ling Shipbuilding Et Ship Repair Welder/burner $34.67 70 1B Ting Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 rig Sign Makers Et Installers (Electrical' Sign Maker $21.36 1 Bing Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) rig Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.56 5A 2Z rig Solar Controls For Windows Journey Level $12.44 1 Ong Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X i King Stage Rigging Mechanics (Non Journey Level $13.23 1 , Structuralk j rig Stone Masons Journey Level $47.471 5A I 1M j King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $49.481 7A 1T I 8P King Surveyors Chainman $48.961 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $32 27 5A 2B Outside King Telephone Line_Construction- Hole Digger/Ground Person $18.10 5A 2B Outside King Telephone Line Construction_- Installer (Repairer) $30.94 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $32.27 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $31.62 5A 26 Outside King Telephone Line Construction - Telephone Equipment Operator $32 27 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $30.02 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $30.02 5A 2B Outside King Telephone Line Construction - Television Groundperson $17.18 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $22.73 5A 2B Outside King Telephone Line Construction - Television System Technician $27.09 5A 2B Outside King Telephone-Line-Construction - Television Technician $24.35 5A 2B Outside King Telephone Line-Construction - Tree Trimmer $30.02 5A 2B Outside King Terrazzo_Workers Journey Level $46.93 5A 1M King Tile Setters Journey Level $21.651 1 King Tile, Marble Et Terrazzo Finishers Finisher $40.76 5A 1B King Traffic Controt__Stripers Journey Level $39.40 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $46.47 5D 1T 8L Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W.WA-Joint $45.63 5D 1T 8L Council 28) King Truck Drivers Dump Truck Et Trailer $46.47 5D 1T 8L King Truck Drivers Dump Truck (W.WA-Joint Council 28) $45.63 5D 1T 8L King Truck Drivers Other Trucks (W WA-Joint Council $46 47 5D 1T 8L 28) King Truck Drivers Transit Mixer $23.45 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1_ Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et irrigation Pump Well Driller $18.00 1 Installers BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 OVERT[NIE CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJEC 1'S,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 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(I0)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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 I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND 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 BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -2- O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS 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 1 Q THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN t (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OFTEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND 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. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK , ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V. ALL HOURS WORKED ON 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 (I2) 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 Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOLRS AND ALL HOURS WORKED ON , SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -3- 1. Z 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 THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY" 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 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 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 RATF 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 K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY fO ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 2 R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE, THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' W 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 ON A FOUR-DAY,TEN- HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED,COMMERCIAL BUILDINGS, THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6 00 PM TO 6 00 AM MONDAY THROUGH SATURDAY MORNING AT 6 00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 , -4- 4 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 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 B 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 MON° AY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON 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) , 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) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS..AND CHRISTMAS , DAY(9) L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) 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) IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY 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 (7 112) 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(9) V PAID HOLIDAYS SIX(6)PAID HOLIDAYS ' BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -5- 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) E 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,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) ' F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11) G PAID 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,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(1 1) H PAID HOLIDAYS NEW YEAR'S DAY,NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10) I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) 6 Q. PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS i 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) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH ' FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SLNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY ' C HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING ' FRIDAY D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -6- F HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY" AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SA'I URDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY(6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY .ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A , HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORKDAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY 7 1 M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY O PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY 11) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY Q HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -7- NOTE CODES 8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER SO'TO 100'-$2 00 PER FOOT FOR EACH FOOT OVER 50 FEET ' OVER 100'TO 'S0'-$3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5 00 PER FOOT FOR EACH FOOT OVER 220 FEET 1 C 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 S 1 00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A $0 75, LEVEL B $0 50,AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00,LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50,AND LEVEL D $0 25 8. P WORKERS ON HAZMAT PROTECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2 00,CLASS B SUIT $1 50, CLASS C SUIT $1 00,AND CLASS D SUIT$0 50 Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN(15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID 1 t i 1 REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT W A S H I N G-O N This form must be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator Nick Horn Phone (Originator) 5529 Date Sent 6115/11 Date Required 6/22/11 Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 140 working days VENDOR NAME: Mid Mountain Contractors, Inc DATE OF COUNCIL APPROVAL: 6/7/11 Brief Explanation of Document The attached construction agreement for the 2011 Sewer Improvements project is for MidMountain Contractors to construct sewer improvements in eight areas throughout the city All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received. r Approval of Law Dept I j � � � �� t - E�--`FI `°�/ ED Law Dept Comments- VV`--- jUN 16 2011 KENT LAW DEPT. Date Forwarded to Mayor. I ' j I Shaded Areas to Be Completed by Administration Staff Received Recommendations & Comments: Disposition: Jr ice, Date Returned: �,a_1 Lam. Iai;6670_templatebase 21107