Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works or Public Works Committee - 11/15/2021 Public Works Committee Monday, November 15, 2021 4:00 PM Chambers Masks are required regardless of vaccination status. To listen to this meeting, call 1-888-475-4499 or 1-877-853-5257 and enter Meeting ID 833 1854 6221 Chair Brenda Fincher Councilmember Satwinder Kaur Councilmember Marli Larimer ************************************************************** Item Description Action Speaker Time 1. Call to Order Chair 01 MIN. 2. Roll Call Chair 01 MIN. 3. Agenda Approval Chair 01 MIN. 4. Approval of Minutes YES Chair 01 MIN. YES 1. Approval of November 1, Chair 05 MIN. 2021 Minutes 5. Business YES 1. Water Treatment Chemical Tom Cunningham 10 MIN. Supply for 2022 Agreement with JCI Jones Chemicals, Inc. - Authorize YES 2. East Valley Highway Repair Drew Holcomb 10 MIN. ILA - Authorize YES 3. Department of Ecology Tony Donati 05 MIN. 2021-2023 Solid Waste Management Local Solid Waste Financial Assistance Unless otherwise noted, the Public Works Committee meets at 4 p.m. on the first and third Mondays of each month in the Kent City Hall, Council Chambers, 220 Fourth Avenue South, Kent, WA 98032. For additional information please contact Nancy Yoshitake at 253-856-5508, or email NYoshitake@kentwa.gov, or Cheryl Viseth at 253-856-5504, or email Cviseth@kentwa.gov. 253-856-5725 in advance. For TDD relay service call Washington Telecommunications Relay Service at 7-1-1. Public Works Committee CC PW Regular Meeting November 15, 2021 Agreement - Authorize NO 4. INFO ONLY: Pollinator Bill Thomas 15 MIN. Flower Patch Jennifer Harrell Scott Schroeder 6. Adjournment Chair 01 MIN. 5/2 Approved Public Works Committee CC PW Regular Meeting Minutes November 1, 2021 Date: November 1, 2021 Time: 4:01 p.m. Place: Chambers Attending: Brenda Fincher, Committee Chair Satwinder Kaur, Councilmember Marli Larimer, Councilmember Agenda: 1. Call to Order 4:01 p.m. Councilmember Fincher called the meeting to order. 2. Roll Call Attendee Name Title Status Arrived Brenda Fincher Committee Chair Present Satwinder Kaur Councilmember Present Marli Larimer Councilmember Present 3. Agenda Approval Added Information Only item: Storm Response Update Moved item 7 - Information Items to item 6 Moved item 6 - Adjournment to item 7 4. Approval of Minutes 1. Approval of Minutes dated October 18, 2021 MOTION: Move to approve the Minutes dated October 18, 2021 RESULT: APPROVED \[UNANIMOUS\] MOVER: Marli Larimer, Councilmember SECONDER: Satwinder Kaur, Councilmember Njovuft!Bddfqubodf;!Njovuft!pg!Opw!2-!3132!5;11!QN!!)Bqqspwbm!pg!Njovuft* AYES: Fincher, Kaur, Larimer 5. Business 1. INFO ONLY: Snow and Ice Preparedness Streets and Vegetation Manager, Bill Thomas and Streets Supervisor, Brent Collins provided an update on how the city prepares for winter weather. Starting in late summer to early fall operations staff begin preparations and coordinate with adjoining jurisdictions to identify lifeline routes and any new roads to make sure that they are covered. Upcoming storms are tracked through the National Oceanic and Atmospheric Administration (NOAA). Page 1 of 3 Qbdlfu!Qh/!4 5/2 Public Works Committee CC PW Regular Meeting November 1, 2021 Minutes Kent, Washington Equipment is prepared mid-September. Anti-Ice and Snow and Ice Priority Routes maps were presented. Anti-ice efforts begin when frost is forecasted. Councilmember Fincher asked how environmentally friendly the chemical usage is, and does it negatively impact the Puget Sound region. Collins responded that Calcium Chloride is used to save money and time, as well as protecting the environment. Both liquid and granular methods when applied correctly, will maximize our road service levels. Benefits for anti-icing is that less chemicals are required to prevent ice-bonding than to remove ice once bonded to pavement, and better friction can be achieved. Anti-icing applications can last up to 7 - 10 days. Collins mentioned calcium chloride does not significantly harm aquatic and plant life and has less negative impact than any other treatment. Collins further stated that communication is very important during an event, both internally and to the public. Road status updates are posted to DriveKent.com, Facebook, Twitter, and variable message boards. Kent Police also play an important role and provide a lot of help. Thomas closed by emphasizing the importance of being prepared at home, in your car and at work. 2. INFO ONLY: Grant Opportunities Senior Transportation Planner, April Delchamps presented two transportation grant opportunities remaining in 2021: 1) The Puget Sound Regional Transportation Improvement Board (TIB) Complete Streets Program. The PSRC TAP grant is a regional competition, with three types of projects eligible: bicycle, historic preservation of transportation assets, environmental mitigation, and the key foundation is planning and planning effort. Need for the project must be identified in our comprehensive plan, specifically our transportation element. $13.5M will be distributed for 2022-2024 ($4.5M for each year), and jurisdictions are limited to two applications with a maximum Njovuft!Bddfqubodf;!Njovuft!pg!Opw!2-!3132!5;11!QN!!)Bqqspwbm!pg!Njovuft* request of $2.5M for a specific project. Applications are due December 3, 2021, and with funding awards announced in February 2022. The funding will not be available until mid-April. The city is considering two projects from a possible seven: multi-modal facilities on multiple places on Meeker Street, new and improved pedestrian crossings, as th well as identified sidewalk gaps on 240Street and Russell Road. The TIB Complete Streets Program is open to all municipalities that have a complete streets ordinance and how well the City is doing to move the needle Page 2 of 3 Qbdlfu!Qh/!5 5/2 Public Works Committee CC PW Regular Meeting November 1, 2021 Minutes Kent, Washington on complete streets, the policies, projects we are doing, and how we are incorporating. To apply, the City must submit applications to eight nominating agencies. $14.67M is available statewide, with awards between $100K to $1M. The City has been developing applications for the last two months and will be submitting the last application today. The city should be informed in December if we are being considered for funding. 3. INFO ONLY: ARPA Budget Request - Fleet Vehicle Replacement Deputy Public Works Director, Dave Brock discussed questions raised during fleet, specifically $2.25M to replace some fleet vehicles. Legislation has been in place since 2007 (RCW converting vehicle fleets to electric and biofuels and defers to the Department of Commerce to define what is practicable. The Department of Commerce adopted WAC 194-29-020 defining practicality. vehicles. In 2022, 18 vehicles are slated to be hybrid. In terms of the budget adjustment, 42 vehicles have been identified for replacement in 2022 with nine vehicles to be transitioned to hybrids, and three transitioned to electric which is a pilot project within Facilities mini pool. Currently, staff is working with Facilities on charging stations which will be located on the City Hall campus. Councilmember Larimer asked if the vehicles that are not slated to be transitioned is due to vehicle type. Brock confirmed that in the evolution of hybrid vehicles started out with compact vehicles and then progressed up to half ton pickups. Larger vehicles are not currently available. 4. INFO ONLY: Storm Response Update response to the rainstorm on October 28, 2021. An atmospheric river passed depending on the location within the city. The Public Works Storm section Njovuft!Bddfqubodf;!Njovuft!pg!Opw!2-!3132!5;11!QN!!)Bqqspwbm!pg!Njovuft* had three two-man crews working the first 8-hour shift, and a second crew came on at midnight. Vincent mentioned that with the amount of rain, it was a successful event, and everything ran smoothly. 6. Adjournment 4:49 p.m. Moved item 6 to item 7. Cheryl Viseth Committee Secretary Page 3 of 3 Qbdlfu!Qh/!6 6/2 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South Kent, WA 98032 253-856-5500 DATE: November 15, 2021 TO: Public Works Committee SUBJECT: Water Treatment Chemical Supply for 2022 Agreement with JCI Jones Chemicals, Inc. - Authorize MOTION: I move to authorize the Mayor to sign the 2022 Water Treatment Chemical Supply Agreement with JCI Jones Chemical, Inc. for 25% Sodium Hydroxide and Gas Chlorine, in an amount not to exceed $149,780, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The City advertises for water treatment supply chemicals annually. This ensures that the water utility is paying a consistent price throughout the year. The purpose of water treatment is to meet state and federal regulations. Sodium hydroxide is used in the water system as a pH adjustment for corrosion control and gas chlorine is used to disinfect the water supply and protect it from contamination. BUDGET IMPACT: There are no unbudgeted impacts as this is an annual expense planned for in the Water Utility operating budget. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. JCI - 2022 Water Chemicals (PDF) Qbdlfu!Qh/!7 6/2/b GOODS & SERVICES AGREEMENT between the City of Kent and JCI Jones Chemicals, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and JCI Jones Chemicals, Inc. organized under the laws of the State of New York, located and doing business at 1919 Marine View Drive, Tacoma, WA 98422, Phone: (253) 274-0104, Contact: Michelle Trammell (hereinafter the "Vendor"). AGREEMENT I.DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall supply the City of Kent Water Department with water treatment chemicals (bid items 1, 2, 3, 4, 5, 10, 11 and 13) according to the bid proposal submitted October 21, 2021, which is attached as Exhibit A and incorporated by this reference. The prices within Exhibit A are only valid until March 31, 2022. The Vendor acknowledges and understands that it is not the City’s exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. The parties acknowledge that the prices in Exhibit A are only valid until March 31, 2022. Any increase in price based upon any raw material cost increases issued by producers shall be documented by the Vendor and to the City. No price increase may take effect until after March 31, 2022 and until after the Vendor has provided the City with 30 days’ written notice of the price increase. II.TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by December 31, 2022. III.COMPENSATION. The City shall pay the Vendor an amount not to exceed One Hundred Forty Nine Thousand, Seven Hundred Eighty Dollars ($149,780), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Compensation of up to $149,780 is based on an estimate annual need. Actual need may vary as follows: Item 1: zero to 6 tons Item 2: zero to 5 tons GOODS & SERVICES AGREEMENT - 1 Qbdlfu!Qh/!8 (Over $20,000, including WSST) 6/2/b Item 3: zero to 1,500 lbs. Item 4: zero to 600 lbs. Item 5: zero to 300 lbs. Item 10: zero to 96,000 gals. Item 11: zero to 12,000 gals. Item 13: zero to 8,000 gals. Therefore, actual compensation will be between $0 and $149,780 and be based on the exact quantity of chemicals ordered by the City. Actual compensation will also be based upon the price of the chemicals, as set forth in Exhibit A, and as may be adjusted pursuant to Section I. Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A.Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR’S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV.INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which the Vendor’s services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor’s services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. GOODS & SERVICES AGREEMENT - 2 Qbdlfu!Qh/!9 (Over $20,000, including WSST) 6/2/b E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V.TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI.CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII.FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. The parties agree that Vendor’s inability to obtain chlorine due to a nationwide chlorine shortage will qualify as a force majeure event. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. GOODS & SERVICES AGREEMENT - 3 Qbdlfu!Qh/!: (Over $20,000, including WSST) 6/2/b Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII.CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the GOODS & SERVICES AGREEMENT - 4 Qbdlfu!Qh/!21 (Over $20,000, including WSST) 6/2/b City any written or oral order (including directions, instructions, interpretations, and determination). IX.LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR’S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X.WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor’s representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor’s receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI.DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII.INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'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. In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor’s part, then the Vendor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Vendor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. GOODS & SERVICES AGREEMENT - 5 Qbdlfu!Qh/!22 (Over $20,000, including WSST) 6/2/b XIII.INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV.WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV.MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. GOODS & SERVICES AGREEMENT - 6 Qbdlfu!Qh/!23 (Over $20,000, including WSST) 6/2/b I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: By: By: Print Name: Print Name: Dana Ralph Its Its Mayor DATE: DATE: NOTICES TO BE SENT TO:NOTICES TO BE SENT TO: VENDOR:CITY OF KENT: Michelle Trammell Chad Bieren, P.E. JCI Jones Chemicals, Inc. City of Kent 1919 Marine View Drive 220 Fourth Avenue South Tacoma, WA 98422 Kent, WA 98032 (253) 274-0104 (telephone) (253) 856-5500 (telephone) (253) 274-0733 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. GOODS & SERVICES AGREEMENT - 7 Qbdlfu!Qh/!24 (Over $20,000, including WSST) 6/2/b 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 Agreement 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 Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, 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 Agreement; 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 Agreement 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 Agreement 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5.Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. EEO COMPLIANCE DOCUMENTS - 1 of 3 Qbdlfu!Qh/!25 6/2/b 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 Agreements 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 Agreement. 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. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. EEO COMPLIANCE DOCUMENTS - 2 of 3 Qbdlfu!Qh/!26 6/2/b CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as 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 Agreement. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. EEO COMPLIANCE DOCUMENTS - 3 of 3 Qbdlfu!Qh/!27 6/2/b EXHIBIT A Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!28 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!29 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!2: 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!31 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!32 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!33 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!34 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!35 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!36 6/2/b Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!37 6/2/b EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2.Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!38 6/2/b EXHIBIT B (continued) 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 insurance: 1.The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2.The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3.The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E.Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F.Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Buubdinfou;!KDJ!.!3133!Xbufs!Difnjdbmt!!)3:37!;!Xbufs!Usfbunfou!Difnjdbm!Tvqqmz!gps!3133!Bhsffnfou!xjui!KDJ!Kpoft!Difnjdbmt-!Jod/!. Qbdlfu!Qh/!39 6/3 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South Kent, WA 98032 253-856-5500 DATE: November 15, 2021 TO: Public Works Committee SUBJECT: East Valley Highway Repair ILA - Authorize th Avenue South for an amount not to exceed $800,000 subject to final terms and conditions acceptable to the City Attorney and Public Works Director. th SUMMARY: A portion of 84 Avenue South (East Valley Highway) north of South nd 222 Street has experienced unusual settlement of the roadway, sidewalk and driveways above a King County Wastewater sewer line. King County completed repairs of the sewer line in February 2017 and the City has continued monitoring the roadway and determined that the settlement has stopped. The City has negotiated an agreement with King County to repair the roadway. In this agreement, the City is responsible for costs to prepare construction documents and th bid the 84 Avenue East Valley Highway Repair project. King County will reimburse the City for construction costs not to exceed $800,000. As part of this agreement, the obligations for repair of this area due to this settlement. BUDGET IMPACT: Design costs are budgeted, construction costs will be reimbursed by King County. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Settlement Agreement (PDF) Qbdlfu!Qh/!3: 6/3/b SETTLEMENT AGREEMENT AND RELEASE OF CLAIMS BETWEEN KING COUNTY AND CITY OF KENT FOR THE CONSTRUCTION OF TH 84 AVENUE EAST VALLEY HIGHWAY SLUMP REPAIR WORK This Settlement Agreement and Release of Claims (the “Settlement Agreement”) is made and entered into by and between King County, a home-rule charter County and political subdivision of the State of Washington (“King County” or the “County”) and the City of Kent a municipal corporation of the State of Washington (the “City”). The County and City may be referred to herein individually as a “Party” and collectively as the “Parties.” RECITALS A. A portion of the City street located approximately north of the intersection of 84th Avenue South (East Valley Highway) and South 222nd Street, in the City of Kent Washington, (hereinafter the “Street Settlement Area”) has experienced unusual settlement. B. A section of County sewer pipeline between Manhole 57G and Manhole 57H crosses beneath the Street Settlement Area. This sewer pipeline also experienced unusual settlement and damage. C. The City has made repairs to the street in the vicinity of the Street Settlement Area and has sent the County invoices totaling $42,758.10 for said repairs (the “City Repair Invoices”). The County denies any liability for either the settlement in the Street Settlement Area or for the City Repair Invoices. D. On or about September 30, 2015, the City and County entered into an interagency agreement to jointly fund certain subsurface explorations in the vicinity of the Street Settlement Area and the sewer pipeline settlement, including the construction of five borings, temporary installation of five monitoring wells, and the preparation of a geotechnical data report. E. In February 2017, the County completed repairsto the sewer pipeline in the area between Manhole 57G and Manhole 57H using a cured-in-place pipe (CIPP) method. F. King County applied for and received from the City, a street use permit for the County’s CIPP project (the “City Permit”) to complete a repair of the sewer pipeline using in situ pipe lining. The repair of the sewer pipeline was completed to King County’s satisfaction. G. In an effort to resolve disputes with the City regarding repairs to the street in the vicinity of the Street Settlement Area and the City Repair Invoices, the County, without admitting any Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* liability, offered to repair the sidewalk, curb and gutter and grind and overlay the roadway asphalt in the vicinity of the County’s sewer pipeline work in exchange for a release and discharge of claims from the City. The City asserted that the scope of the street repairs proposed by the County was inadequate. H. The Parties now desire to resolve their current disputes regarding repairs to the street in the vicinity of the Street Settlement Area and the City Repair Invoices. Page 1of 5 Qbdlfu!Qh/!41 6/3/b AGREEMENT Now, therefore in consideration of the foregoing recitals and the promises contained herein, the Parties agree as follows: th 1. City Street Repair Work. The City shall finalize the construction documents for the 84 Avenue East Valley Highway Slump Repair work, the Plans and Specifications of which are attached hereto as Exhibit A and incorporated herein by this reference (hereinafter referred to as the “City Street Repair Work”). The City shall publicly bid the City Street Repair Work in accordance with the City’s public contracting procedures and award the City Street Repair Work to the lowest responsible, responsive bidder based on the lowest overall bid price. The successful, selected bidder shall be referred to below as the “Contractor.” The City shall administer the City Street Repair Work contract, including accounting and payment to the Contractor, maintain the City Street Repair Work records and complete the City Street Repair Work in accordance with Exhibit A and any applicable state and federal laws. 1.1.Bidding and Public Works Requirement. Any contract issued for the construction of the City Street Repair Work shall comply with all applicable public works and procurement laws and regulations, including, but not limited to, applicable performance and payment bond, prevailing wage, nondiscrimination, retainage, insurance, and workers compensation requirements. The Cityshall provide the County with a copy of the construction documents and the bid documents from the Contractor. 1.2.Schedule for City Street Repair Work. The City agrees that within twelve Months, or as soon thereafter as reasonably possible, the City shall construct the City Street Repair Work in a good and workmanlike manner. Time is of the essence in this Settlement Agreement. 1.3.Responsibility for City Street Repair Work. The City shall befully responsible for the City Street Repair Work, including the acts and omissions of its Contractor, subcontractors and persons directly or indirectly hired by them, as the City is for the acts and omissions of persons employed by the City. No action taken by the County shall make the County responsible for the acts or omissions of any such contractor, subcontractor or their employees; provided, however, neither theCounty nor its employees, agents, or contractors are authorized to, nor shall, direct or adviseany aspect of the City Street Repair Work. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 2. Reimbursement for City Street Repair Work. The County agrees to reimburse the City for the “Cost of City Street Repair Work,” as defined herein,up to a maximum not-to exceed amount of $800,000. The term “Cost of City Street Repair Work” shall have the following meaning: 2.1.Actual payments made by the City to its Contractor, engineering staff and consultants for the construction of the City Street Repair Work, performed in accordance with Page 2of 5 Qbdlfu!Qh/!42 6/3/b the requirements of this Settlement Agreement. The individual work items and the current estimated costs for the City Street Repair Work is set forth in Exhibit B, attached and incorporated herein by this reference. 2.2.The term “Cost of City Street Repair Work” shall not include any cost not specifically and expressly described in Section 2.1, including, butnot limited to the following: Salaries and other compensation of the City’s personnel for design of the City Street Repair Work; the City’s expenses not related to the City Street Repair Work; costs due to the fault or negligence of the City, its Contractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including, but not limited to, costs for the correction of damaged, defective or nonconforming work, disposal and replacement of materials and equipment incorrectly ordered or supplied, and making good damage to property not forming part of the City Street Repair Work; and costs associated with City Street Repair Work that has been rejected as not complying with this Settlement Agreement. 2.3.Changed Conditions.The Parties acknowledge that there may be unforeseen conditions during the construction of the City Street Repair Work such as construction disputes and claims, changed conditions and/or changes in the construction work, or that the bid of the lowest, responsible, responsive bidder may exceed the maximum not-to exceed amount of $800,000. If the cost of the City Street Repair Work exceeds the maximum not-to- exceed amount of $800,000 for any unforeseen or changed conditions, then the additional cost shall be the sole responsibility of the City. 3. Invoices. 3.1.The City shall provide invoices showing progress payments made to the Contractorduring the previous month and for costs of City engineering staff and consultants on the City Street Repair Work to the County on a monthly basis.Invoices shall be sent to the following County address: Rowena Johnson Rowena.Johnson@kingcounty.gov (206) 477-5851 The City’s invoices shall be based on the progress paymentsmade by the City to the Contractor and for City engineering staff and consultants for the City Street Repair Work, without mark-up. The total of all invoices for the City Street Repair Work shall not exceed the maximum not-to exceed amount of $800,000. Invoices shall be documented to the reasonable satisfaction ofthe County. Properly documented invoices shall be paid by the County within forty-five (45) daysof Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* receipt by the County. Payment by the County shall not constitute agreement as to the appropriateness of any item or acceptance of the work so represented. 3.2.Audit.The County reserves the right to audit the invoices and supporting documentation for purposes of compliance with this Settlement Agreement for a period of six years following the completion of the City Street Repair Work under this Settlement Agreement. All books, records,documents,and other material relevant to this Page 3of 5 Qbdlfu!Qh/!43 6/3/b Settlement Agreement will be retained by the City for six years. The County, the Office of the State Auditor,and federal auditors shall have full access and the right to examine any of these materials during this period subject to compliance with governmental regulations. 4. Release and Discharge. In consideration of the County’s agreement to reimburse the City for the City Street Repair Work as set forth in Section 2 above, the City hereby releases and discharges the County from any and all claims, actions, liabilities, causes of action, damages, costs, expenses, losses, charges, demands for compensation, attorneys’ fees and engineering fees of whatever kind or nature which concern or relate to the street settlement, the Street Settlement Area, the City Street Repair Work, any and all invoices tendered to the County regarding the street settlement, including the City Repair Invoices, and the City Street Repair Work. Additionally, the City agrees that the County’s payment of the amounts set forth in this Settlement Agreement shall fully satisfy and discharge the County’s obligations under the City’s Permit. Notwithstanding the above, the City does not release any claims, actions, liabilities, causes of action, damages, costs, expenses, losses, charges, demands for compensation, attorneys’ fees or engineering fees of whatever kind or nature for any future damage caused by the County’s repaired sewer pipeline or any other section of County sewer pipeline in the Street Settlement Area. 5. Denial of Liability.It is understood and agreed to by the Parties that this settlement is a compromise of a disputed claim, and that the payment and the release set forth in this Settlement Agreement shall not be construed or asserted as an admission of liability, wrongdoing, or fault by either Party. 6. Attorneys’ Fees and Costs. Each Party shall bear all attorneys’ fees and costs incurred by them in connection with this Settlement Agreement, and the matters referred to herein. 7. No Third-Party Beneficiaries. This Settlement Agreement is for the benefit of the Parties hereto only and is not intended to benefit any other person or entity, and no person or entity not a party to this Settlement Agreement shall have any third-party beneficiary or other rights whatsoever hereunder. 8. Modifications by Written Agreement Only.This Settlement Agreement may be amended only by a written instrument executed by each of the Parties hereto. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 9. Entire Agreement. This Settlement Agreement constitutes the entire agreement of the Parties with respect to the subject matter contained herein, and supersedes any and all prior negotiations (oral and written), understandings and agreements with respect thereto. 10. Authority to Bind.In executing this Settlement Agreement, each Party acknowledges that the person signing on its behalf has the authority to bind the Party for whom they sign. Page 4of 5 Qbdlfu!Qh/!44 6/3/b 11. Headings Not Controlling.The paragraph headings included herein are for reference only and are not a part of this Settlement Agreement. The headings shall not control or alter the meaning of this Settlement Agreement as set forth in the text. 12. Equal Participation in Drafting. The Parties have each participated and had an equal opportunity to participate in the drafting of this Settlement Agreement. No ambiguity shall be construed against either Party based upon a claim that such Party drafted the ambiguous language. 13. Counterparts. This Settlement Agreement may be signed in one or more counterparts, each of which shall be deemed an original, and allcounterparts together shall constitute but one and the same instrument. IN WITNESS WHEREOF, each of the Parties has executed this Settlement Agreement by having its authorized representative affix his/her name in the appropriate space below: CITY OF KENT KING COUNTY By:____________________ Date _________ By:____________________ Date _________ Title: City of Kent Mayor Title: King County Wastewater Treatment Division Director th Exhibit A -Final Plans and Specifications for the 84Avenue East Valley Highway Slump Repair work (the City Street Repair Work) Exhibit B - Final estimated costs for the City Street Repair Work Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Page 5of 5 Qbdlfu!Qh/!45 6/3/b CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR East Valley Highway Slump Repair Project Number: 15-3009 BIDS ACCEPTED UNTIL , 2021 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Qbdlfu!Qh/!55 6/3/b INDEX Section 1 Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 Prevailing Wage Rates Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Qbdlfu!Qh/!56 6/3/b CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR East Valley Highway Slump Repair Project Number: 15-3009 BIDS ACCEPTED UNTIL , 2021 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Qbdlfu!Qh/!57 6/3/b 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 Subcontractor List (over $1 million) HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) Structural Steel Installation and Rebar Installation n Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidders Checklist Payment and Performance Bond Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Contract Table of Contents Kent Special Provisions Kent Standard Plans Prevailing Wage Rates Qbdlfu!Qh/!58 6/3/b INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City , 2021 up to 11:00 a.m. as shown on the clock on the east wall s Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked an Bids must be delivered and received at the City Clthe above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: East Valley Highway Slump Repair Project Number: 15-3009 The City of Kent will conduct the bid opening at the time and date as scheduled, however, due to the coronavirus disease 2019 (COVID-19) and its impacts the bid opening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids. The City Clerk will read the bids out l outsid stand 6 feet or more apart. The project consists of raising the existing road slump with asphalt and overlaying the area. The driveway, sidewalk, curb and gutter will also be removed and raised to finished grade. 120 of storm sewer pipe and a catch basin will be removed and replaced. 110 of 8 diameter waterline will be removed and replace. Two DCDA vaults will be replaced with above ground vaults. 100 of 16Concrete pipe watermain will be exposed and its condition will be evaluated. Should a contract be executed, it COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. Ttimated range for this project is approximately $(insert range). Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253- 856-5508. For technical questions, please call Drew Holcomb at 253-856-5561. addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* be accepted. No facsimiles or electronic submittals 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. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. Qbdlfu!Qh/!59 6/3/b A cacash or surety bond in the amount of 5% of the bid must be included with the bid. 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. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. 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 No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this day of , 2021. BY: Kimberley A. Komoto, City Clerk Published: Daily Journal of Commerce on , 2021 Washington State Office of , 2021 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Qbdlfu!Qh/!5: 6/3/b CONTRACTOR COMPLIANCE STATEMENT Date This statement relates to a proposed contract with the City of Kent named East Valley Highway Slump Repair Project Number: 15-3009 I am the undersigned bidder or prospective contractor. I represent that 1. I have, have not, participated in a previous contract or subcontract subject to t employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: SIGNATURE/TITLE Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) EVH Slump Repair/Holcomb 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!61 6/3/b 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 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 termination 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. By signing below, I agree to fulfill the five requirements referenced above. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* By: For: Title: Date: EVH Slump Repair/Holcomb 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!62 6/3/b 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, cons 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 famil opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!63 6/3/b 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 contractor for the contract known as East Valley Highway Slump Repair/Project Number: 15-3009 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. By: For: Title: Date: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!64 6/3/b PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named East Valley Highway Slump Repair/Project Number: 15-3009 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, 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, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the rected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!65 6/3/b SCHEDULE I - CONSTRUCTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1010 2-02.5 65 Remove Existing Asphalt $ $ KSP SQ YDS Concrete Pavement Per SY 1017 2-02.5 100 Remove Cement Concrete $ $ KSP SQ YDS Driveway (Reinforced) Per SY 1020 2-02.5 70 Remove Cement Concrete $ $ KSP SQ YDS Sidewalk Per SY 1025 2-02.5 40 Remove Cement Concrete $ $ KSP LN FT Curb and Gutter Per LF 1030 2-02.5 90 Remove Cement Concrete $ $ KSP LN FT Extruded Curb Per LF 1050 2-02.5 400 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1075 4-03.5 50 Gravel Borrow, Including $ $ KSP TONS Haul and Compaction Per TON ($2.50 Min) 1080 4-04.5 140 Crushed Surfacing Top $ $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) EVH Slump Repair/Holcomb 6 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!66 6/3/b SCHEDULE I - CONSTRUCTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1095 5-04.5 120 HMA Class 1/2, PG 58V-22 $ $ KSP TONS Per TON 1100 5-04.5 100 HMA for Full Width Overlay $ $ KSP TONS , PG 58V-22 Per TON 1110 5-04.5 300 Planing Bituminous Pavement $ $ KSP SQ YDS Per SY 1118 5-04.5 15 Hot Plant Mix for Temporary $ $ KSP TONS Pavement Patch Per TON 1140 8-06.5 85 Cement Concrete Driveway, $ $ KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 8-14.5 70 Cement Concrete Sidewalk $ $ KSP SQ YDS Per SY 1205 8-04.5 45 Cement Concrete Curb and $ $ KSP LN FT Gutter Per LF 1210 8-04.5 90 Cement Concrete Extruded $ $ KSP LN FT Curb Per LF Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1225 7-05.5 1 Adjust Existing Manhole Cover $ $ KSP EACH to Finished Grade Per EA 1230 7-15.5 4 Adjust Existing Irrigation Box $ $ KSP EACH to Finished Grade Per EA EVH Slump Repair/Holcomb 7 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!67 6/3/b SCHEDULE I - CONSTRUCTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1235 7-15.5 1 Replace Existing Irrigation $ $ KSP EACH Box and Adjust to Finished Per EA Grade 1240 7-15.5 3 Adjust Existing Water Meter $ $ KSP EACH Box to Finished Grade Per EA 1245 8-20.5 2 Adjust Existing Junction Box $ $ KSP EACH to Finished Grade Per EA 1270 8-20.5 1 Replace Existing Luminaire $ $ KSP EACH Foundation Per EA 1315 8-28.5 8 Pothole Utilities $ $ KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $10,000* $10,000 WSDOT FORCE Per FA ACCOUNT *Common price to all bidders Schedule I Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 8 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!68 6/3/b SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2020 7-09.5 110 Remove and Replace 8 Inch $ $ KSP LN FT Diameter Ductile Iron Cl 52 Per LF Water Main Pipe 2030 7-11.5 2 Remove and Replace 8 Inch $ $ KSP EACH Double Check Detector Per EA Assembly 2035 7-11.5 1 Fire Watch $5,000* $5,000 KSP FORCE Per FA ACCOUNT *Common price to all bidders 2040 7-12.5 2 Remove and Replace 8 Inch $ $ KSP EACH Gate Valve Per EA 2050 7-13.5 100 Expose 16 Inch Diameter $ $ KSP LN FT Water Main Pipe Per LF 2060 7-13.5 1 Repair 16 Inch Diameter $10,000* $10,000 KSP FORCE Concrete Steel Pipe Per FA ACCOUNT *Common price to all bidders 2250 2-09.5 970 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF * 2260 7-08.5 20 Foundation Material, Class I $ $ KSP TONS and II Per TON * Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 2270 7-08.5 150 Pipe Zone Bedding $ $ KSP TONS Per TON * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL NOTE TO BIDDERS, it is required that the * same unit price is entered on corresponding items on each schedule. EVH Slump Repair/Holcomb 9 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!69 6/3/b SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2280 7-08.5 170 Bank Run Gravel for Trench $ $ KSP TONS Backfill Per TON * l ($2.50 Min) Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL NOTE TO BIDDERS, it is required that the * same unit price is entered on corresponding items on each schedule. Sub Total $ 10.1% WA State Sales Tax $ Schedule II Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 10 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!6: 6/3/b SCHEDULE IV STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 120 Storm Sewer Pipe, $ $ KSP LN FT 12 Inch Diameter Per LF 4080 7-05.5 1 Catch Basin, Type 1 $ $ KSP EACH Per EA 4120 7-05.5 1 Vaned Catch Basin $ $ KSP EACH Frame and Grate Per EA 4125 2-02.5 1 Remove Existing Catch Basin $ $ KSP EACH or Manhole Per EA 4135 2-02.5 120 Remove Existing Storm Sewer $ $ KSP LN FT Pipe or Culvert Per LF 4145 7-05.5 1 Replace Existing Manhole $ $ KSP EACH Circular Frame and Cover and Per EA Adjust to Finished Grade 4250 2-09.5 540 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF * 4260 7-08.5 20 Foundation Material, $ $ KSP TONS Class I and II Per TON * Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 4270 7-08.5 80 Pipe Zone Bedding $ $ KSP TONS Per TON * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL NOTE TO BIDDERS, it is required that the * same unit price is entered on corresponding items on each schedule. EVH Slump Repair/Holcomb 11 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!71 6/3/b SCHEDULE IV STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4280 7-08.5 90 Bank Run Gravel for Trench $ $ KSP TONS Backfill Per TON * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL NOTE TO BIDDERS, it is required that the * same unit price is entered on corresponding items on each schedule. Schedule IV Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 12 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!72 6/3/b SCHEDULE V TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 500 Traffic Control Labor $ $ KSP HOURS Per HR 5010 1-10.5(2) 420 Construction Signs Class A $ $ WSDOT SQ FT Per SF 5015 1-10.5 125 Traffic Control Supervisor $ $ KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS 5030 1-10.5 45 Portable Changeable Message $ $ KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 30 Sequential Arrow Sign (SAS) $ $ KSP DAYS Per DAY 5075 8-22.5 1 Permanent Channelization $ $ KSP LUMP SUM Per LS Schedule V Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 13 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!73 6/3/b SCHEDULE VII TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7015 8-01.5(2) 4 Inlet Protection $ $ KSP EACH Per EA 7020 8-01.5(2) 20 Straw Mulch $ $ KSP SQ YDS Per SY 7025 8-01.5(2) 50 Clear Plastic Covering $ $ KSP SQ YDS Per SY 7030 8-01.5(2) 40 ESC Lead $ $ KSP HOURS Per HR 7055 8-01.5(2) 1 Erosion/Water Pollution $5,000* $5,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7090 8-01.5(2) 20 Street Cleaning $ $ WSDOT HOURS Per HR Schedule VII Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 14 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!74 6/3/b SCHEDULE VIII ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8010 8-02.5 10 Topsoil Type A $ $ KSP CU YDS Per CY 8015 8-02.5 10 Wood Chip Mulch $ $ KSP CU YDS Per CY 8020 8-02.5 30 Clean Rock Mulch $ $ KSP SQ YDS Per SY Existing Irrigation Systems 8030 8-03.5 1 $2,000* $2,000 Removal, Repair and/or KSP FORCE Per FA Modifications ACCOUNT *Common price to all bidders Schedule VIII Total $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 15 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!75 6/3/b BID SUMMARY Schedule I Construction Schedule II Water Schedule IV Storm Sewer Schedule V Traffic Control Schedule VII Temporary Erosion & Sedimentation Control Schedule VIII Roadside Restoration TOTAL BID AMOUNT Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 16 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!76 6/3/b SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Project Name: East Valley Highway Slump Repair Project Number: 15-3009 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 name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, 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 -responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: _________________________________________________________________ Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 17 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!77 6/3/b SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Project Name: East Valley Highway Slump Repair Project Number: 15-3009 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 structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, 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 -responsive and, therefore, void. Structural Steel Installation Subcontractor Name: _________________________________________________________________ Rebar Installation Subcontractor Name: Signature of Bidder Date Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 18 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!78 6/3/b CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) PONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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 contractorponsibility inherently involve subjective determinations as to the to perform and complete the contract work responsibly and to ction. 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. 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 ty to be responsible to perform the contract work. These criteria, taken together, will form the bthat 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 waluation 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 ieason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* the bidder is not responsible to perform the contract work to appeal the cit 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.Ss 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. EVH Slump Repair/Holcomb 19 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!79 6/3/b If 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 WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS Per state law a bidder must meet the following responsibility criteria 1.!Required Responsibility Criteria 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 Washingtoter License Service 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 EVH Slump Repair/Holcomb 20 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!7: 6/3/b control by the nd 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). 1.5!Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not iolator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA Established by the City to determine bidder responsibility 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? 2.3 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: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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: EVH Slump Repair/Holcomb 21 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!81 6/3/b 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? 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 22 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!82 6/3/b 5. 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 uest for that inform information shall not be construed as an award or as an intent to award the contract. A biddefailure or refusal to provide this information may 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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? EVH Slump Repair/Holcomb 23 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!83 6/3/b 7. SIGNATURE 7.1 Dated at this day of , 2021. Name of Organization: By: Title: 7.2 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of , 2021. Notary Public: My Commission Expires: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 24 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!84 6/3/b BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (INSERT DATE), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Business Name Signature of Authorized Official* Printed Name Title Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 25 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!85 6/3/b BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (INSERT DATE), the bidder is not , as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidde Business Name Signature of Authorized Official* Printed Name Title Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* authority to sign). If a co-partnership, proposal must be executed by a partner. EVH Slump Repair/Holcomb 26 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!86 6/3/b 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 (insert # of days) working days after issuance of the 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 bo 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. , , , 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 accept all contract forms and documents included within the bid packet and 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: NAME OF BIDDER Signature of Authorized Representative (Print Name and Title) Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Address EVH Slump Repair/Holcomb 27 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!87 6/3/b BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for East Valley Highway Slump Repair/Project Number: 15-3009 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 shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 2021. PRINCIPAL Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SURETY 20 . Received return of deposit in the sum of $ . EVH Slump Repair/Holcomb 28 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!88 6/3/b CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. 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. East Valley Highway Slump Repair Project Number: 15-3009 NAME OF PROJECT NAME OF BIDDE Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER EVH Slump Repair/Holcomb 29 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!89 6/3/b This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. \[Enter # 1, 2, 3, etc.\] NAME OF CONTRACTOR: \[Insert Company Name\] CONTRACT NAME & PROJECT NUMBER:\[Insert Name of Original Contract & Project #, if applicable\] ORIGINAL CONTRACT DATE: \[Insert Date Original Contract was Signed\] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: \[Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date\] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Order Revised Contract Sum $ EVH Slump Repair/Holcomb 30 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!8: 6/3/b Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Chad Bieren, P.E. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: Kent Law Department EVH Slump Repair/Holcomb 31 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!91 6/3/b The following checklist is a guideline to help the Contractor make sure all forms are complete. n is especially called to the following forms. Failure to Package should include the following: Bid Document Cover Sheet filled out .................... Order of Contents ................................................................................. Invitation to Bid ................................................................................... Contractor Compliance Statement ........................................................ Date ............................................................................................ Have/have not participated acknowledgment............................. Signature and address ................................................................ Declaration City of Kent Equal Employment Opportunity Policy ........ Date and signature ..................................................................... Administrative Policy ........................................................................... Proposal ............................................................................................... First line of proposal filled in ................................................... Unit prices are correct ................................................................ Minimum bid prices are correct ................................................... Subcontractor List (contracts over $1M HVAC, Plumbing, & Electrical) ............ Subcontractors listed properly .................................................... Signature .................................................................................... Subcontractor List (contracts over $1M Structural Steel & Rebar Installation) .. Subcontractors listed properly .................................................... Date and signature ..................................................................... ................................................... Complete and notarized .............................................................. Statement that Bidder Has Not Been Disqualified ................................ Certification of Compliance with Wage Payment Statutes .................... Proposal Signature Page ...................................................................... All Addenda acknowledged ......................................................... Date, signature and address ....................................................... Bid Bond Form ..................................................................................... Signature, sealed and dated........................................................ Power of Attorney ....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form ................................................................. Signature .................................................................................... Change Order Form (Example) ............................................................. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* list ................................................................................ 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 its 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. EVH Slump Repair/Holcomb 32 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!92 6/3/b PAYMENT AND PERFORMANCE BOND TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of East Valley Highway Slump Repair/Project Number: 15-3009 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 33 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!93 6/3/b TWO WITNESSES: ___________________________ PRINCIPAL (ente BY: TITLE: DATE: DATE: CORPORATE SEAL: PRINT NAME DATE: SURETY CORPORATE SEAL: BY: DATE: TITLE: ADDRESS: _______________________ _______________________ CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that 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 ASSISTANT SECRETARY Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 34 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!94 6/3/b CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington , organized under the laws of the State of , located and doing business at ontracto WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are 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: East Valley Highway Slump Repair/Project Number: 15-3009 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and 2021 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 andard bid documents; and the Contrac Ciid. The Contractor is responsible to obtain copies of the 2021 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed within (insert # of working days) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. 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 all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $ . 2. The City hereby promises and agrees with the Contractor to employ, and does Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response d in the manner and upon the conditions provided for in the Contract. 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. EVH Slump Repair/Holcomb 35 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!95 6/3/b 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. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. acceptance of any of Contracto 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 er shall be only to the extent of the IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* including utilization of excavation activities. EVH Slump Repair/Holcomb 36 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!96 6/3/b CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 37 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!97 6/3/b 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. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insurrcial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. 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. 3. coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. EVH Slump Repair/Holcomb 38 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!98 6/3/b EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall insurance and shall not contribute with it. 2. 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 Contractonsurance 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 D. Contractors Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tool or motor vehicles owned or rented by the Contractor, or th suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 39 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!99 6/3/b EXHIBIT A (Continued) 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 40 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!9: 6/3/b KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ..................................................... 1- 1-02 Bid Procedures and Conditions ......................................... 1- 1-03 Award and Execution of Contract ...................................... 1- 1-04 Scope of the Work ......................................................... 1- 1-05 Control of Work ............................................................. 1- 1-06 Control of Material ......................................................... 1- 1-07 Legal Relations and Responsibilities to the Public ................ 1- 1-08 Prosecution and Progress ................................................ 1- 1-09 Measurement and Payment ............................................. 1- 1-10 Temporary Traffic Control ............................................... 1- DIVISION 2 EARTHWORK .......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................ 2- 2-03 Roadway Excavation and Embankment .............................. 2- 2-06 Subgrade Preparation ..................................................... 2- DIVISION 4 BASES .................................................................... 4-1 4-03 Gravel Borrow ............................................................... 4- 4-04 Ballast and Crushed Surfacing .......................................... 4- DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment ......................................... 5- 5-04 Hot Mix Asphalt ............................................................. 5- DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-01 Drains .......................................................................... 7- 7-04 Storm Sewers ............................................................... 7- 7-05 Manholes, Inlets, Catch Basins, and Drywells ..................... 7- 7-08 General Pipe Installation Requirements ............................. 7- 7-11 Double Check Detector Assembly ..................................... 7- 7-12 Valves for Water Mains ................................................... 7- 7-13 Adjusting Water Mains .................................................... 7- 7-15 Service Connections ....................................................... 7- Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ....................... 8- 8-02 Roadside Restoration ...................................................... 8- 8-04 Curbs, Gutters, and Spillways .......................................... 8- 8-06 Cement Concrete Driveway Entrances ............................... 8- 8-09 Raised Pavement Markers ............................................... 8- 8-14 Cement Concrete Sidewalks............................................. 8- EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:1 6/3/b KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical .............................. 8- 8-22 Pavement Marking ......................................................... 8- 8-23 Temporary Pavement Markings ........................................ 8- 8-28 Pothole Utilities ............................................................. 8- DIVISION 9 MATERIALS ............................................................ 9-1 9-03 Aggregates ................................................................... 9- 9-14 Erosion Control and Roadside Planting ............................... 9- 9-28 Signing Materials and Fabrication ..................................... 9- 9-29 Illumination, Signal, Electrical .......................................... 9- 9-30 Water Distribution Materials ............................................ 9- KENT STANDARD PLANS ................................................................. A-1 PREVAILING WAGE RATES .............................................................. A-2 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:2 6/3/b KENT SPECIAL PROVISIONS The Kent Special Provisions ) modify and supersede any conflicting provisions of the 2021 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 WSDOT l provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Prn, tion 1-01, WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS DELETED AND REPLACED Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and EVH Slump Repair/Holcomb 1 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:3 6/3/b 3. How Contractors will be paid. The Contract includes the Contract (agree completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. ational Electrica Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3EFINITIG THE FOLLOWING DEFINITION: Incidental Work the involved bid as used in the Contract 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. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action ualification 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 EVH Slump Repair/Holcomb 1 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:4 6/3/b contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (ts 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, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including ised project by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidd SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, casor a proposal bond (Surety bond). Any proposal bond shall be on the C shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized EVH Slump Repair/Holcomb 1 - 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:5 6/3/b Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. 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 accordancInvitation to Bid. Bids must be received at the City time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, 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 disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: EVH Slump Repair/Holcomb 1 - 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:6 6/3/b 1-02.14 Disqualification of Bidders 3. The bidder is not 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 INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City 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. SECTION 1-03.2 IS REVISED BY REPLACI LATING 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 No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City 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 King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1-04.1 Intent of the Contract 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 EVH Slump Repair/Holcomb 1 - 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:7 6/3/b perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED PROVISIONS, KENT STANDARD PLANNG THE WORDS, SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 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 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities EVH Slump Repair/Holcomb 1 - 6 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:8 6/3/b Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: Determine if you are going to do this for your project 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the . Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the onsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. EVH Slump Repair/Holcomb 1 - 7 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:9 6/3/b 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the C correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and 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. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contract unauthorized work. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Citrights provided by this section nor shall the exercise of this right diminiavailable under law with respect to the Contrac as required. EVH Slump Repair/Holcomb 1 - 8 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!:: 6/3/b DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1- ee deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.8(2) through 1-05.8(6) 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 1-05.8(6) of the Kent Special Provisions). 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 for the city survey crew to complete the rescheduled work. Note: A surveyor 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 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* rate of $300/hour for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contra 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 Surveyord grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error EVH Slump Repair/Holcomb 1 - 9 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!211 6/3/b was caused by incorrect city-furnished survey data. 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. 1-05.8(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 as set forth in Section 1-05.8(5), subsection 2, 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. 1-05.8(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 its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby o time as a result of any replacement Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.8(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. EVH Slump Repair/Holcomb 1 - 10 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!212 6/3/b 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 deemed applicable as determined by the Engineer. 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 backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, 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 50-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 not less Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* than 25-foot stations. 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, EVH Slump Repair/Holcomb 1 - 11 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!213 6/3/b junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied 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 its 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 $300/hour. 1-05.8(6) Survey Requests It shall bly 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 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline 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. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1-05.9 Equipment 1-05.9(1) 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 EVH Slump Repair/Holcomb 1 - 12 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!214 6/3/b 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. 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. Operational and test periods, when required by the Engineer, shall not terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the pa Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in suppor establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor EVH Slump Repair/Holcomb 1 - 13 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!215 6/3/b Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2021 WSDOT STANDARD SPECIFICATIONS): 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. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the Citualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS 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 unofficial information and in no way binding upon the City, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance EVH Slump Repair/Holcomb 1 - 14 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!216 6/3/b SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. 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, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and 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 can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall 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. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the EVH Slump Repair/Holcomb 1 - 15 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!217 6/3/b Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufactus 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 or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify 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. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall 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. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractors 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, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. Accepted subject to its compatibility with the work not covered in this submission. This response does EVH Slump Repair/Holcomb 1 - 16 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!218 6/3/b not constitute approval or deletion of specified or required items not shown in the partial submission. 2. Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. T Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171Use Tax d apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170Retail Sales Tax Without waiving tho understand and apply Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & EVH Slump Repair/Holcomb 1 - 17 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!219 6/3/b Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, 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. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. EVH Slump Repair/Holcomb 1 - 18 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!21: 6/3/b 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contracto calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall sub a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contract request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). EVH Slump Repair/Holcomb 1 - 19 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!221 6/3/b Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1. Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: EVH Slump Repair/Holcomb 1 - 20 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!222 6/3/b 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid sche item is present in only one bid schedule, the lump sum payment item for l apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities 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 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its 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 until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 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 provide written notice (or other form of notice acceptable to the Engineer) to all owners EVH Slump Repair/Holcomb 1 - 21 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!223 6/3/b of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Jesse Patjens Danny Cooley (425) 429-5722 (cell) (253) 686-7592 (cell) Jesse.Patjens@lumen.com Danny_Cooley@comcast.com Puget Sound Energy Gas Puget Sound Energy Power Brandon Platz Gary Bradley 425-495-4269 (cell) (253) 343-3754 (cell) Brandon.platz@PSE.com Gary.Bradley@PSE.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 1-07.23(1) Construction Under Traffic Driveways shall remain open to traffic at all times. Contractor shall coordinate his work schedule with the property occupants to determine the best time to fully or partially close driveway/access to perform his work. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The contractor shall alert all flaggers and personnel of this requirement. EVH Slump Repair/Holcomb 1 - 22 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!224 6/3/b Lane Restrictions The curb lane on East Valley Highway may be closed during working hours and non-quiet hours. (Quiet hours are 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.) Multiple lane closures on East Valley Highway must be performed during night hours (7:00 p.m. to 5:00 a.m.) or weekend hours pending approval from the engineer. All striping for lane shifts, per direction of travel, shall be completed within the same work shift, unless otherwise approved in writing by the Engineer. The Contractor shall request permission, in writing, a minimum of 2 weeks prior to any lane closures. The contractor shall place two PCMS message boards one week prior to start of the first lane closure and these shall remain in place no more than one week after the first lane closure. PCMS boards shall be field located with the approval of the Engineer, one being to the east of the project location and one to the west. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* received. 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. EVH Slump Repair/Holcomb 1 - 23 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!225 6/3/b 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. 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 and compare the Contract 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 conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED 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 EVH Slump Repair/Holcomb 1 - 24 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!226 6/3/b approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work 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. Except in the case of emergency or unless otherwise approved by the Engineer, 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 Kent 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. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. 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 ts noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise s operations. The Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. EVH Slump Repair/Holcomb 1 - 25 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!227 6/3/b 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of 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 resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, 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 adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: EVH Slump Repair/Holcomb 1 - 26 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!228 6/3/b 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6!Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receivce to protest. In any event, no protest will be allowed later than the date of the ignature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: EVH Slump Repair/Holcomb 1 - 27 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!229 6/3/b 1-09.9(2) ght to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims 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 Contra to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal EVH Slump Repair/Holcomb 1 - 28 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!22: 6/3/b All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contr de decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractoe 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 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for Devi the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item Temporary Traffic EVH Slump Repair/Holcomb 1 - 29 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!231 6/3/b 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. 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: 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 WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for be limited to the hours the worker is actually performing the work as documented by traffic control forms provi and verified by the Certified Payroll Records submitted to the City Inspector on a weekly basis. Traffic Control Supervisor full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item foffic Control Labor. The lump sum contract pricTemporary Traffic Control Devices shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item ic Conollows: 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* job progress as determined by progress payments. The unit contract price foPortable 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(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item EVH Slump Repair/Holcomb 1 - 30 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!232 6/3/b The unit contSequential 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(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under fic When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent 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 Contr 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 C 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(1) of the WSDOT Standard Specifications. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 1 - 31 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!233 6/3/b DIVISION 2 EARTHWORK 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 C 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 listed above shall be removed, hauled and stored at the following site(s): 1. 2. All improvements that are not designated for removal, but that are damaged by the Contraall be replaced, restored, or determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contras 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: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 Kent 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. EVH Slump Repair/Holcomb 2 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!234 6/3/b 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 Kent 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 ment system, as a result of the removal process selected by the Contractor. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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: EVH Slump Repair/Holcomb 2 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!235 6/3/b Remove Existing Asphalt Concrete Pavementstitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square Remove Cement Concrete Driveway (Reinforced)itutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete sidewalk, curb and gutter for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Some of the existing driveways may contain reinforcing steel. The cost to cut, remove and dispose of the rebar shall also be included in this bid item. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness 6 inches) x additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: $2.00 (8 6) x $0.67/SY in addition to the unit price. No other 6 compensation shall be allowed. The unit contract price per square yard foRemove Cement Concrete Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Sidewalkes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foRemove Cement Concrete Curb and Gutteror 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. Reinforced EVH Slump Repair/Holcomb 2 - 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!236 6/3/b curb and gutter adjacent to the driveways shall be paid for under the Remove Existing Cement Concrete Driveway (Reinforced) bid item. The uRemove Cement Concrete Extruded Curbfor furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit Remove Existing Storm Sewer Pipe or Culvertonstitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each foRemove Existing Catch Basin or Manholeutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, 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 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. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. EVH Slump Repair/Holcomb 2 - 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!237 6/3/b 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 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 WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of 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 2-06.3 Construction Requirements 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. 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. EVH Slump Repair/Holcomb 2 - 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!238 6/3/b 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 2 - 6 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!239 6/3/b 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 Kent 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 item when they are included in the Proposal: The unit contract price per toGravel Borrow, Including Haul and Compactionomplete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements EVH Slump Repair/Holcomb 4 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!23: 6/3/b SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS 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 The unit contract price per ton for Crushed Surfacing Top Course, 5/8 Inch Minus 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 4 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!241 6/3/b 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 WSDOT 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 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 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown intPlans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may rovide a ture. 5-04.2 Materials Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Materials shall meet the requirements of the following sections: Portland Cement 9-01 Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B EVH Slump Repair/Holcomb 5 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!242 6/3/b Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following: Develop the mix design in accordance with WSDOT SOP 732. EVH Slump Repair/Holcomb 5 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!243 6/3/b Develop a mix design that complies with Sections 9-03.8(2) and 9- 03.8(6). Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. roving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Basis for Contracting Contracting Agency Acceptance of HMA Agency Approval of Materials Testing for Mixture Mix Design for Evaluation of the Mix \[see Section Placement on QPL Design 5-04.3(9)\] Statistical Evaluation WSDOT Standard The Contracting Agency will Practice QC-8 test the mix design materials for compliance with Sections 9-03.8(2) and 9-03.8(6). Visual Evaluation Review of Form 350-042 The Contracting Agency may for compliance with elect to test the mix design Sections 9-03.8(2) and materials, or evaluate in 9-03.8(6) accordance with WSDOT Standard Practice QC-8, at Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar e EVH Slump Repair/Holcomb 5 - 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!244 6/3/b Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5-04.2(1)A Vacant 5-04.2(2) Mix Design Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistica l evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp and signature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering O 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). EVH Slump Repair/Holcomb 5 - 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!245 6/3/b Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaommercial Evalua WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads herein. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain ts approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning stst October 1 through March 31 of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 0.10 to 0.20 More than 0.20 EVH Slump Repair/Holcomb 5 - 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!246 6/3/b 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section sha The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier EVH Slump Repair/Holcomb 5 - 6 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!247 6/3/b to automatically register or indicate the temperature of the heated 3. Heating of Asphalt Binder The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided ratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane EVH Slump Repair/Holcomb 5 - 7 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!248 6/3/b The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A material transfer device or material transfer vehicle (MTD/V) is not required for HMA placed on this project. The MTD/V may mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. EVH Slump Repair/Holcomb 5 - 8 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!249 6/3/b To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. EVH Slump Repair/Holcomb 5 - 9 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!24: 6/3/b Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contradamages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand EVH Slump Repair/Holcomb 5 - 10 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!251 6/3/b slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per Section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and ing oduct information and recommendations to the Engineer prior to the start of work, including allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the ith hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width fill with sand slurry. 5-04.3(4)B Vacant EVH Slump Repair/Holcomb 5 - 11 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!252 6/3/b 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. EVH Slump Repair/Holcomb 5 - 12 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!253 6/3/b When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* wearing course/final lift 0.17 feet other courses 0.35 feet H wearing course/final lift 0.17 feet other courses 0.25 feet 0.17 feet EVH Slump Repair/Holcomb 5 - 13 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!254 6/3/b On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 EVH Slump Repair/Holcomb 5 - 14 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!255 6/3/b Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates 2 percent for the aggregate passing th aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. EVH Slump Repair/Holcomb 5 - 15 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!256 6/3/b 5-04.3(9)C1 Mixture Nonstatistical Evaluation Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to o production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will discretion. If test results are found not to be within specification Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation Acceptance Testing Testing of HMA for compliance of V will be at the option of the a Contracting Agency. If tested, compliance of V will use WSDOT SOP a 731. EVH Slump Repair/Holcomb 5 - 16 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!257 6/3/b Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specificati EVH Slump Repair/Holcomb 5 - 17 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!258 6/3/b 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, V. The results of the retest a will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in EVH Slump Repair/Holcomb 5 - 18 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!259 6/3/b accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If Contracting Agency may obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the C conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. EVH Slump Repair/Holcomb 5 - 19 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!25: 6/3/b When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. EVH Slump Repair/Holcomb 5 - 20 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!261 6/3/b A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin a material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity EVH Slump Repair/Holcomb 5 - 21 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!262 6/3/b per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be EVH Slump Repair/Holcomb 5 - 22 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!263 6/3/b statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. EVH Slump Repair/Holcomb 5 - 23 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!264 6/3/b The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant Construct the bridge paving joint seal as specified on the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in Section 5-04.3(12)B1 and the following requirement: Clean and seal the existing joint between concrete panels in accordance Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the EVH Slump Repair/Holcomb 5 - 24 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!265 6/3/b completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Contractor the sum of $500.00 for each and every section of single tions described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Planing operations shall be performed no more than 7 calendar days Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. EVH Slump Repair/Holcomb 5 - 25 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!266 6/3/b Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment -planing metal de of any hidden metal that is detected. EVH Slump Repair/Holcomb 5 - 26 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!267 6/3/b 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-04.3(14)B2 Submittals Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must pro control plan on 24 x 36 inch or larger size Shop Drawings with a scale EVH Slump Repair/Holcomb 5 - 27 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!268 6/3/b showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1- describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing 2. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. EVH Slump Repair/Holcomb 5 - 28 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!269 6/3/b 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* j. Other items the Engineer deems necessary to address. 2. Paving additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. EVH Slump Repair/Holcomb 5 - 29 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!26: 6/3/b c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in acc-04. 5-04.4 Measurement 58V-22 and HMA Class 1/2", PG 58V-22 Section 1-09.2, with no deduction being made for the weight of asphalt bindemixture. If the Contractor elects to remove and replace mix as allowed by Section 5- 04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with -09.2. EVH Slump Repair/Holcomb 5 - 30 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!271 6/3/b Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Measurement shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: The unit contract price per ton for HMA Class 1/2, PG 58V-22 shall be full compensation for all costs incurred to carry out the requirements of Section 5-04, except for those costs included in other bid items which are included in the Proposal. The cost for anti-stripping additive and water shall be included in this bid item. No payment will be made for temporary pavement markings. All costs for temporary pavement markings shall be include in the payment item for Permanent Channelization. The unit contract pHot Plant Mix for Temporary Pavement Patchial, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of HMA used for temporary patching of pavement at the locations as specified herein and as directed by the Engineer. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 5 - 31 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!272 6/3/b DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.2 Materials Materials for this project shall meet the requirements of the following sections: Geotextile Fabric ................................................... 2-12.2 Gravel Backfill for Drains ........................................ 9-03.12(4) Perforated Polyvinyl Chloride (PVC) Underdrain Pipe ... 9-05.2(6) SECTION 7-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.4 Measurement The linear foot measurement will include the length of the cleanouts. 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ........ 9-05.7(2) PVC Pipe ................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) .............. 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. EVH Slump Repair/Holcomb 7 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!273 6/3/b SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5!Payment The unit contract price per lineal Storm Sewer Pipe, 12 Inch Diameteraterials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 EVH Slump Repair/Holcomb 7 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!274 6/3/b at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: OL SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 WSDOT Standard Specifications, Standard Plans, 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 EVH Slump Repair/Holcomb 7 - 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!275 6/3/b 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 circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 7 - 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!276 6/3/b SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Con 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. 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 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button (stencil): EVH Slump Repair/Holcomb 7 - 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!277 6/3/b The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for Catch Basin, Type 1constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for Adjust Existing Manhole Cover to Finished Grade constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for Replace Existing Manhole Circular Frame and Cover and Adjust to Finished Grade constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing frame and cover and furnish and install the new frame and locking cover as shown on the plans and described in the specifications. This price shall also include adjusting EVH Slump Repair/Holcomb 7 - 6 October 18, 2021 Project Number:15-3009 Qbdlfu!Qh/!278 6/3/b the new frame and cover by adding or removing risers, grade rings, sections, and square to round convertor (as required) to match the grade. Any adjustments made prior to the final finished elevation shall be considered incidental. Any frames, covers, 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 Vaned Catch Basin Frame and Grate 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. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 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. 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, manuf specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement............... 5-05.2 Culvert Pipe .................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins ...... 7-05.2 Sanitary Sewer ................................ 7-17.2 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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) Foundation Material Class I and II ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 7-08.3 Construction Requirements SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: EVH Slump Repair/Holcomb 7 - 7 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!279 6/3/b 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. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of 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. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 WSDOT Standard Specifications. Excavation of the unsuitable material EVH Slump Repair/Holcomb 7 - 8 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!27: 6/3/b 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 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. 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 7 - 9 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!281 6/3/b All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to 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 storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT 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: EVH Slump Repair/Holcomb 7 - 10 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!282 6/3/b Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 6 inch thickness of crushed surfacing top course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 6 inches of crushed surfacing top course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 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 WSDOT Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4!Measurement EVH Slump Repair/Holcomb 7 - 11 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!283 6/3/b Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton Pipe Zone Beddingnstitutes 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 WSDOT Standard Plan B-55.20-00. The unit contract price per ton foFoundation 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. Bank Run Gravel for Trench Backfill constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the following sections of the Kent Special Provisions: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Ductile Iron Water Pipe .............. 9-30.1(1) Fittings for Ductile Iron Pipe........ 9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ....................... 9-03.12(3) Foundation Material ................... 9-03.17 7-09.3 Construction Requirements EVH Slump Repair/Holcomb 7 - 12 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!284 6/3/b SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03.17. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* unsuitable. SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or em to remove all possible debris prior to flushing and disinfection. EVH Slump Repair/Holcomb 7 - 13 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!285 6/3/b SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-09.3(19)C Connection to Existing Concrete Cylinder Mains The connections to an existing concrete cylinder water main shall be made in accordance with the Kent Standard Plans 3-5 and 3-6 and these Kent Special Provisions. The connection shall be made by the installation of a hat flange with tapping valve onto the existing main paying particular attention to the following: 1. All welding is to be done by a certified welder. 2. The hat flange shall have a special connection flange welded to the connection end (end connecting to existing main) as shown on the details. 3. The connection flange and end of the hat flange shall be checked for proper contour of its mating surface to the existing main. Any connections required shall be made before installations. 4. The outer concrete coating on the existing main shall be cleaned away to expose the steel portion of the pipe. The extent of Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* concrete removal shall be no more than two inches from the outer weld of the hat flange ring in its installed position. Before cutting the concrete reinforcing wire mesh the mesh shall be secured by welding it to the pipe. 5. The weld to the existing main shall be made with the main shut down and pressure released. 6. After the weld has been accepted and the reinforcing wire mesh reconnected to the pipe and hat flange, the joint area and exposed portion of the existing pipe shall be recoated with cement concrete. EVH Slump Repair/Holcomb 7 - 14 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!286 6/3/b SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(20) Detectable Marking Tape Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Plans and shall extend the full length of the line. SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) EVH Slump Repair/Holcomb 7 - 15 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!287 6/3/b If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)B Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.5 Payment Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for Remove and Replace 8 Inch Diameter Ductile Iron, Cl 52 Water Main Pipe be complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing pipes and fittings while not disturbing the connection to the watermain and fire vaults, furnish and install the water line as shown on the plans and described in the specifications. EVH Slump Repair/Holcomb 7 - 16 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!288 6/3/b The bid item price includes but is not limited to: removal and disposal, trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-11 DOUBLE CHECK DETECTOR ASSEMBLY 7-11.1 Description This Work consists of removing and disposing of the existing double detector check valve assembly and below ground vault and installing an above ground double check detector assembly at the location shown on the Plans and as shown in Kent Standard Plan 3-18a. 7-11.2 Materials The Double Check Detector Assembly shall be listed on the latest Approved Backflow Prevention Assemblies List from the Washington State Department of Health, comply with fire code requirements, and be acceptable to the City of Kent Cross Connection Control Program. Non-rising stem valves are not acceptable. Materials shall meet the requirements of the following sections: Water Distribution Material .................. 9-30 Foundation Material ............................ 9-03.17 Gravel Backfill for Pipe Zone Bedding .... 9-03.12(3) The double check detector assembly shall include the following: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* a) Certified to NSF/ANSI 372, UL Listed, ASSE Listed 1015, AWWA Compliant C510, and C550, and be supplied with full port gate valves. b) The main body and access cover shall be epoxy coated ductile iron (ASTM A 36, Grade 4), the stem shall be stainless steel (ASTM A 276) and the seat disc elastomers shall be EPDm (FDA approved) Buna Nitrile (FDA approved). c) Valves shall utilize the center stem guided design that incorporates two torsion springs to bias the check in the closed position. EVH Slump Repair/Holcomb 7 - 17 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!289 6/3/b d) The check valves shall be accessible for maintenance without removing device from the line. e) The enclosure shall be ASSE 1060 Class I Certified. f) System valves shall be lead-free design (0,25% MAX. Weighted Average Lead Content). g) The check valves shall be manufactured by the same company who manufactures the valve setter. h) The check valves shatruction. The valve setter shall include the following: a) Thrust support shall be an integral part of the setter and present between the elbows. b) Certified to NSF/ANSI 372*. c) ANSI B16.1, Class 125 compliant. d) The valve setter shall be manufactured by the same company who manufactured the double check valve assembly. e) The setter body shall be Ductile Iron ASTM A 536 Grade 4 and the coatings shall be FDA Approved fusion epoxy coated ductile iron. The enclosure to house the DCDA shall include the following: a) The roof, walls, and drain panel to be 5052-H32 marine grade aluminum (.050/18 gauge), mill finish, ASTM B209 outside, or approved equal. b) Insulation value) minimum thickness polyisocyanurate foam laminated to a glass fiber reinforced facer (f, non-wicking. c) Particle board will be rejected. d) Enclosures requiring tape to seal the roof seams will be rejected. e) The enclosure shall have a fully insulated drain panel designed to remain closed, except when discharging water. The drain panel shall be sized to accommodate the maximum discharge for backflow installations. f) The enclosure shall be mounted securely to a concrete pad and remain locked even if outside screws are removed. g) The enclosure shall withstand winds up to 110 mph. 7-11.3 Construction Requirements 7-11.3(1) General The Double Check Detector Assembly installation shall be in compliance Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* with the Washington State Department of Health and the City of Kent Cross Connection Control Program requirements. The fire department connection shall be installed per fire code requirements. The check valves shall be accessible for maintenance without removing the valves from the line. bove the surrounding area flood level and shall be mounted within an enclosure EVH Slump Repair/Holcomb 7 - 18 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!28: 6/3/b capable of withstanding freezing temperatures. The installation location 0 must be kept above 32 F. The double check detector assembly and enclosure shall be tested and checked per the manufacturers recommendations. The existing double check detector assemblies shall remain in service until the new double check detector assemblies have been tested and approved and are ready for connection to the private water lines. The Contractor shall coordinate with the Fire Department and the property owners a minimum of five working days prior to temporarily interrupting water service to private fire lines. 7-11.3(2) Fire Watch A fire watch is a temporary measure for the purposes of ensuring the fire-safety of a building or premises in the event of any act or situation which creates an increased risk to persons or property. The term fire watch is also used to describe a dedicated person or persons whose sole responsibility is to look for fires and other hazards within a building, specific area, or premises. This requires hourly inspection. The contractor shall coordinate with the Puget Sound Regional Fire Authority and shall meet all requirements outlined by the Fire Department while the building(s) fire lines are not in service. A fire watch may be permitted by the Puget Sound Regional Fire Authority for up to 48 hours using contractor staff. If the fire line is out of service for more than 48 hours, the contractor will be required to hire a professional service to conduct the fire watch. Fire watch personnel shall: Have access to one approved means of communication; know the exact address of the property, and how to report a fire or other emergency condition by calling 9-1-1. Be familiar with the buildings and property and have an accepted written plan for patrolling the property. Be trained in the use of fire extinguishers shall have access to all facility fire extinguishers and know their location. Have knowledge of and be trained plan Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* in the event of a fire. They shall be able to communicate with non-English speaking residents well enough to give an evacuation order. Not be permitted, while on duty, to perform any other duties. Not be impaired and shall always remain awake and alert . Record time and date every hour that fire watch was conducted. 7-11.4 Measurement EVH Slump Repair/Holcomb 7 - 19 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!291 6/3/b Remove and Replace 8 Inch Double Check Detector Assembly measured per each installed double check detector assembly. 7-11.5 Payment The unit contract priRemove and Replace 8 Inch Double Check Detector Assembly be complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a fully functioning double check detector assembly as shown on Kent Standard Plans 3-18a and 3-18d and described in these specifications. The unit contract price shall include, but not be limited to excavation, removal, disposal, hauling, dewatering, backfill and compaction, concrete work, double check valves, enclosure, isolation gate valve at the water main tee, pipes, fittings and detectors, connection to existing private water line, tamper alarm, and all work within the double check detector assembly enclosure and the enclosure footprint area, testing, permits, and inspections from governing agencies. If the fire line is out of service for 48 hours or less, a fire watch will be required and associated costs shall be included in this payment item. If the service outage is greater than 48 hours, the fire watch will be paid for under the Fire Watch bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per force account Fire Watchhall be complete compensation for contracting with a professional fire watch service as required to meet all Fire Watch requirements as outlined above and by the Puget Sound Regional Fire Authority. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves ................................. 9-30.3(1) Valve Boxes ................................. 9-30.3(4) Valve Marker Posts ........................ 9-30.3(5) Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Valve Stem Extensions ................... 9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. EVH Slump Repair/Holcomb 7 - 20 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!292 6/3/b Contractor shall verify valve type and connections prior to ordering valves. SECTION 7-12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The EVH Slump Repair/Holcomb 7 - 21 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!293 6/3/b new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price per each for Remove and Replace 8 Inch Gate Valve constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove the existing 8 gate valves and install the type and diameter of valve complete and in place MJ x FL, including but not limited to: verifying existing pipe and valve type, removal and disposal of the existing valve, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing a new valve box top section, lid, and base section to finished grade; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials; jointing; painting; disinfecting; flushing; hydrostatic and purity testing; running a pig through valve. Water disconnect will be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 7-13 ADJUSTING WATER MAINS 7-13.1 Description This work shall consist of adjusting water mains where shown on the plans or as staked by the Engineer to avoid conflicts with existing or proposed improvements. EVH Slump Repair/Holcomb 7 - 22 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!294 6/3/b The Washington State Patrol requires any Contractor designing, installing, testing and/or maintaining a fire sprinkler system must be l www.wsp.wa.gov/fire/certcomp.htm for more information). The Contractor shall have a full-time Certificate of Competency Holder, holding the level. The individual performing the inspection and testing of the fire protection sprinkler system, shall have a certification as an Inspection and Testing Technician. No compensation shall be provided to obtain these certifications. 7-13.2 Materials All materials shall meet the requirements of Section 7-09 of the WSDOT Standard Specifications. 7-13.3 Construction Details Adjusting water mains shall be accomplished by deflecting the joints of existing pipes where feasible and by standard fittings where deflection of joints is deemed not feasible by the Engineer. The Contractor shall provide standard fittings and temporary or permanent blocking when required by the Engineer to safely accomplish the adjusting of water mains. Where field conditions require deflections or special fittings not anticipated by the plans, the Engineer will determine the methods to be used. Water mains shall be adjusted to the satisfaction of the Engineer, but shall generally be provided with a minimum of one-foot clearance vertically and two-foot clearance horizontally. Use of lesser clearances will require the approval of the Engineer. Whenever it becomes necessary to cut the pipe or separate the water main at a joint, the provisions of Section 7-09 shall be met by the Contractor. 7-13.3(1) Concrete Steel Pipe When exposing the concrete steel pipe the contractor shall excavate and make the bottom of the pipe visible for inspection. The contractor shall hire a qualified welder who is approved to work on concrete steel pipe as specified on Kent Standard Plan 3-5. This contractor shall be Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* under contractor and on-call/available during the pipe uncovering. 7-13.4 Measurement The actual length of water main to be adjusted as a result of constructing the new improvements is uncertain. The total length provided on the proposal or shown on the plans is an estimate based on the best information available. Measurement by the linear foot for payment will be for the actual length deemed necessary by the Engineer. EVH Slump Repair/Holcomb 7 - 23 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!295 6/3/b 7-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per lineal foot for Expose 16 Inch Diameter Water Main Pipelete compensation for all labor, materials, tools, supplies and equipment necessary to excavate and expose the top and bottom of the existing 16 inch water main to inspect for deflection. The bid item price includes but is not limited to:, trench excavation; re-bedding the pipe as directed by the engineer; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The cost to hire a welder and have the welder available/on-call shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per force account for Repair 16 inch Diameter Concrete Steel Pipeensation for all labor, materials, tools, supplies and equipment necessary to repair the concrete steel pipe as directed by the engineer. The cost to have a welder on call shall be included in the bid item Expose 16 inch Diameter Water Main Pipe. All additional costs for welding shall be paid for under this bid item. When special fittings are required to meet field conditions, additional payment will be made as provided in Section 1-09.6 of the WSDOT Standard Specifications. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* This work consists of installing the service connections from the water including meter setter; from the o the property or easement line; and where shown on the plans, from the service meter line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required EVH Slump Repair/Holcomb 7 - 24 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!296 6/3/b and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles ................................. 9-30.6(1) Corporation Stops ................... 9-30.6(2) Polyethylene Tubing ................ 9-30.6(3)B Service Fittings ....................... 9-30.6(4) Meter Setters ......................... 9-30.6(5) Meter Boxes ........................... 9-30.6(7) Water Meters ......................... 9-30.7(8) 7-15.3 Construction Details 7-15.3(1) General Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customnstall and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing EVH Slump Repair/Holcomb 7 - 25 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!297 6/3/b All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Kent Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall vice pipe two feet long from the water meter setter to the property or easement line. This section shall have a union fitting on tted with a 2 x 4 stake marked with be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. EVH Slump Repair/Holcomb 7 - 26 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!298 6/3/b When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(7) Compound Meter Assemblies Compound meter assemblies shall be installed where shown on the plans. Compound meter assemblies shall conform with Kent Standard Plan 3-12 in all respects and shall include a water meter of the specified size unless otherwise stated in the Kent Special Provisions. The utility vault for the compound meter and by-pass shall be sized to allow access to all gate valves when the cover is removed, shall be rated for H-20 traffic loading, and shall otherwise conform to Kent Standard Plan 3-12. This work includes conneateral when they exist. 7-15.3(8) Excavation, Bedding and Backfilling Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults EVH Slump Repair/Holcomb 7 - 27 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!299 6/3/b Water meter boxes shall be installed directly opposite the main line connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment EVH Slump Repair/Holcomb 7 - 28 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!29: 6/3/b Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: Adjust Existing Water Meter Box to Finished Grade Adjust Existing Irrigation Box to Finished Grade The unit contract price per each for the above items constitutes complete compensation for constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to raise and adjust the above to final grade at the locations shown on the plans and described in the specifications. The unit contract price per each for Replace Existing Irrigation Box and Adjust to Finished Grade constitutes complete compensation for constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to supply a new irrigation box per Section 9-30.6(7), raise and adjust to final grade at the locations shown on the plans and described in the specifications. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 7 - 29 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:1 6/3/b 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 Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the stat municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ................................... 9-14.3 Fertilizer .............................. 9-14.4 Mulch and Amendments ......... 9-14.5 Tackifier .............................. 9-14.5(7) 8-01.3!Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. 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 Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other EVH Slump Repair/Holcomb 8 - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:2 6/3/b 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 shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent 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 Prior to the start of any construction activities, the Contractor shall submit d approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Cons CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with 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. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual EVH Slump Repair/Holcomb 8 - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:3 6/3/b 4. Construction Stormwater General Permit WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14(5)10 of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage EVH Slump Repair/Holcomb 8 - 3 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:4 6/3/b Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be 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 approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Item Bids The unit contract price per each Inlet Protectionhall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square Straw Mulches 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. The unit price per square Clear Plastic Covering 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 WSDOT Standard Specification and as directed by the Engineer. The unit contract price per hour fESC Lead duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 8-02.1 Description Drawings and Specifications: Definitions: and installr landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and EVH Slump Repair/Holcomb 8 - 4 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:5 6/3/b 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 Kent 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: Topsoil Type A, Type B, and Type C ............ 9-14.2(1), (2), (3) Seed ...................................................... 9-14.3 Fertilizer ................................................. 9-14.4 Mulch and Amendments ............................ 9-14.5 Wood Cellulose Fiber ................................ 9-14.5(10) Erosion Control Devices ............................ 9-14.6 Plant Materials ........................................ 9-14.7 Street Trees ............................................ 9-14.7(1)A Stakes, Guys and Wrapping ....................... 9-14.8 Tree Ties ................................................ 9-14.8(1) Water for Plants....................................... 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in ng Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 EVH Slump Repair/Holcomb 8 - 5 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:6 6/3/b 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)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5)A Seeding 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 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 WSDOT Standard Specifications. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting, Lawn and Seeding Areas The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(8)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8)C Pruning, Staking, Guying, and Wrapping EVH Slump Repair/Holcomb 8 - 6 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:7 6/3/b 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. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed 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. SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(9)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped EVH Slump Repair/Holcomb 8 - 7 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:8 6/3/b with a set of hydraulic discharge spray nozzles that 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 where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall 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 dealeraranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the ed 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 the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.3 of the Kent Special Provisions. 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. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic EVH Slump Repair/Holcomb 8 - 8 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:9 6/3/b conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(11)A and 9-14.5. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.4 of the Kent Special Provisions. 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 fertilizing 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 rwise directed by Engineer. Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D 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, re-mulch or re-fertilize 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)E 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 EVH Slump Repair/Holcomb 8 - 9 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!2:: 6/3/b 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 8-02.3(11)A IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11)A Mulch for Seeding Areas Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.5 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(9)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 and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Bark or Woodchip Mulch Revise all references in this section from bark or wood chip mulch to chip mulch. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. For Clean Rock Mulch reference the plans and KSP 9-14.4(3). SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment EVH Slump Repair/Holcomb 8 - 10 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!311 6/3/b The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar 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 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 its 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 The 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The unit contract pricTopsoil Type A complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per cuWood Chip Mulchconstitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the wood chip mulch in the areas EVH Slump Repair/Holcomb 8 - 11 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!312 6/3/b shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking the wood chip mulch and cleanup. The unit contract price for per square yard for Clean Rock Mulch constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary including, but not be limited to, placing, shaping and compacting rock for a depth of 6 inches to match existing landscape area. Should the Contractor encounter be directed by the engineer to place thicker than 6 inches it shall be paid according to the following formula: (Required thickness 6 inches) x additional compensation For example, if the is required to place 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 6) x $0.67/SY in addition to the unit price. No other compensation shall be allowed. 8-03 IRRIGATION SYSTEMS SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item Existing Irrigation Systems Removal, Repair and/or Modifications shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to repair any irrigation system disturbed during construction 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. This bid item shall include all costs associated with relocating existing irrigation boxes and valves. For the purpose of providing a common proposal for all bidders, the Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 8-04.3 Construction Requirements SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways EVH Slump Repair/Holcomb 8 - 12 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!313 6/3/b The City will provide control staking in accordance with Section 1-05.8(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Cement Concrete Curb and Gutter Cement Concrete Extruded Curb The unit contract price per linear foot for the above items 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. Reinforced curb and gutter adjacent to the driveways shall be paid for under the Cement Concrete Driveway, 8 Inch Depth, Reinforced bid item. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways and associated Reinforced Curb and Gutter shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-44. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yCement Concrete Driveway, Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 8 Inch Depth, Reinforced complete compensation for all materials, lement concrete driveway and associated reinforced curb and gutter adjacent to driveway in accordance with the plans and specifications. Reinforcing steel in the driveway, curb and gutter shall be included in this bid item. Reference Kent Standard Plan 6-44. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: EVH Slump Repair/Holcomb 8 - 13 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!314 6/3/b 8-09.1!Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. EVH Slump Repair/Holcomb 8 - 14 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!315 6/3/b SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4!Measurement Removal of raised pavement markers and plastic traffic markings shall be paid for under the Permanent Channelization bid item. No specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. 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. 8-14.3 Construction Requirements 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 be troweled smooth with a steel trowel. After troweling 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 cross-section of the sidewalk with 3/8-inch premolded joint filler. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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 EVH Slump Repair/Holcomb 8 - 15 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!316 6/3/b pattern area on the ramp shall be yellow and shall match the color of as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 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 for Cement Concrete Sidewalk constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps 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. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. 8-20.2 Materials SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. EVH Slump Repair/Holcomb 8 - 16 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!317 6/3/b 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS alvanized steel conduit shall be installed at the following Item 1. Change t Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. EVH Slump Repair/Holcomb 8 - 17 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!318 6/3/b SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK. SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: TM Loop sealant shall be CrafcoLoop Detector Sealant 271, or approved equal. Installation shall conform to t recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: TM 8. All tenons shall be field installed using Astro-Brac AB-3008 Clamp Kits, or pre-approved equal. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The uAdjust Existing Junction Box to Finished Gradenstitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be EVH Slump Repair/Holcomb 8 - 18 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!319 6/3/b limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each Replace Existing Luminaire Foundationitute complete compensation for all materials, tools, equipment, supplies and labor required to take down and reinstall the existing luminaire with a new foundation in the same location as shown on the plans and described in the specifications. This bid item shall include but is not limited to: removing the existing luminaire, foundation, wire and conduit; protecting the existing luminaire from damage during removal and reinstallation, excavation; trenching; conduit; wiring; backfilling; compacting; new luminaire foundation; and connection to the existing system, Labor and Industries, electrical and all other items required for the fully functional illumination system. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. 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 Kent Standard Plan 6-75. 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 brn shall be bas-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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 8 - 19 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!31: 6/3/b SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials 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 orary Pavement Marking Paint Low VOC Sol 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. 8-22.3 Construction Requirements SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). 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 EVH Slump Repair/Holcomb 8 - 20 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!321 6/3/b 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 it the method of payment for damaged paint stripes. Th 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(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Refer to Standard Plan 6-73 for RPM channelization. Two Way Left Turn Line (TWLTL) RPM; A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4- inch space. The broken pattern shall be based on a 30-foot unit consisting of a 10-foot line and a 20-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line RPM; A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 30-foot unit consisting of a 10-foot line and a 20-foot gap. Edge Line / Solid Lane Line Paint; A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, parking stall and ADA delineation, adjacent lanes traveling in the same direction or bus pull-outs. 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). Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 8 - 21 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!322 6/3/b 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. 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: The unit contract Permanent Channelization constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove existing, reference existing, furnish and install permanent channelization matching the existing channelization as shown on the plans and described in the specifications. All costs to supply and install temporary pavement making shall be included in this payment item. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. 8-28 POTHOLE UTILITIES 8-28.1!Description EVH Slump Repair/Holcomb 8 - 22 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!323 6/3/b This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2!Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3!Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contracPothole Utilitieses 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 8 - 23 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!324 6/3/b DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 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 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. 9-03.14 Borrow SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 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. EVH Slump Repair/Holcomb 9 - 24 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!325 6/3/b 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. * 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 quare 100 --- --- 100 0 65-85 --- 40-70 --- 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 Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: EVH Slump Repair/Holcomb 9 - 25 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!326 6/3/b 9-03.21(1)D Recycled Glass (glass cullet) Recycle glass (glass cullet) shall not be used for any purposes. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 67% sand and/or sandy loam and 33 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current versoisture, Ash, and Organic Matter of Peat and Other Organic ECC 05.07A Loss-On-Ignition Organic Matte Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematibroom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contract A. The soil shall meet the following requirements. 1. The mixed soil shall meet the following gradation: Screen Percent Size * Passing 2 inch 100 1 inch 99-100 90 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in Section 9-14.5(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before EVH Slump Repair/Holcomb 9 - 26 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!327 6/3/b delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.2(4) 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 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed Hydroseed: Seed shality. 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 and Erosion Control Grass): Weight Seed Mi Min. % Min. % Max. % Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% (Pre-inoculated) 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 EVH Slump Repair/Holcomb 9 - 27 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!328 6/3/b 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 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ...... 16% of weight Total available Potassium ......... 16% of weight 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 P0) 25 Available potassium ................ 10% (Analyzed as K0) 2 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 9-14.4(3) IS SUPPLEMENTED AS FOLLOWS: 9-14.4(3) Clean Rock Mulch Clean Rock Mulch shall not contain hot mix asphalt, concrete rubble, recycled glass or steel furnace slag or recycled material. Mulch shall be placed after planting is complete. EVH Slump Repair/Holcomb 9 - 28 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!329 6/3/b Clean Rock Mulch shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 20 - 65% US No. 40 0 - 15% US No. 200 7 max. % % Fracture 75 min. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(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 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) 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. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 9-14.7 Plant Materials 9-14.7(1) Description 9-14.8 Stakes, Guys, and Wrapping SECTION 9-14.8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.8(1) Tree Ties EVH Slump Repair/Holcomb 9 - 29 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!32: 6/3/b Tree ties shall -t in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856-5127. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, ENS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE ave engineer grade retro- reflectorized sheeting. 9-28.14 Sign Support Structures SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and identification, and charpy impact testing (15 foot-Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of - end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. EVH Slump Repair/Holcomb 9 - 30 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!331 6/3/b Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted Pair Communication Cable Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* AWG 22 THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards EVH Slump Repair/Holcomb 9 - 31 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!332 6/3/b SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.10 Luminaires Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 9-29.10(1) IS REVISED BY REPLACING THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: 9-29.10(1) Conventional Roadway Luminaires All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. EVH Slump Repair/Holcomb 9 - 32 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!333 6/3/b THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only pre-approved street lighting luminaires for this project are as follows: For LED Equivalent of the 400 Watt HPS Luminaire: ATBM H MVOLT R3 NL P7 For LED Equivalent of the 250 Watt HPS Luminaire: ATBM D MVOLT R3 NL P7 For LED Equivalent of the 200 Watt HPS Luminaire: ATBM C MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Luminaire: ATBS E MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN1-GN8TX For LED Equivalent of the 100 Watt HPS King Luminaire: K118R-B2PR-III-60-SSL-1042-120-K18-PEBC-SST-GN-#1 Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the TM following moisture-blocking insulation. Scotch 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- TM applied Scotchkote 054007-14853 Electrical Coating. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be EVH Slump Repair/Holcomb 9 - 33 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!334 6/3/b wrapped with S#06147 Electrical Moisture Sealant, or approved equal. SECTION 9-29.13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 9-29.13 Control Cabinet Assemblies Traffic Signal Control Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. SECTION 9-29.13(1) IS REVISED BY REPLACING THE THIRD SENTENCE WITH THE FOLLOWING: 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29.13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(2) Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1. Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29.13(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(3) Traffic Signal Controller The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. SECTION 9-29.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 9.29.13(4) Traffic-Signal Controller Software Controller shall be provided with the most current software release that operates fully with the s Cental System Software. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. EVH Slump Repair/Holcomb 9 - 34 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!335 6/3/b SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING of major stre IN THE LAST SENTENCE. SECTION 9-29.13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(10)A IS REVISED AS FOLLOWS: 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model TM LMD624H or Reno A+E Model Y/2-200-ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or EVH Slump Repair/Holcomb 9 - 35 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!336 6/3/b approved equal), twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 3f. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(5) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Eberle Design Inc. EDI MMU2- 16LE(ip), or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* field terminals, for the odd numbered phases and overlaps. DELETE ITEM 7 IN ITS ENTIRETY. ITEM 10 IS SUPPLEMENTED WITH THE FOLLOWING PARAGRAPH AT THE END: 10. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall EVH Slump Repair/Holcomb 9 - 36 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!337 6/3/b contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1. The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052- H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of O shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four chanards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be 35 C to +70 C. TM d. LED Types: Red balls shall be Dialite, part number 433- 1210-003XL15, or approved equal; red arrows shall be TM Dialite, part number 432-1314-001XOD15, or approved TM equal; green balls shall be Dialite, part number 433-2220- TM 001XL15, or approved equal; green arrows shall be Dialite, part number 432-2324-001XOD15, or approved equal; yellow TM balls shall be Dialite, part number 433-3230-901XL15, or EVH Slump Repair/Holcomb 9 - 37 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!338 6/3/b TM approved equal; yellow arrows shall be Dialite, part number 431-3334-901XOD15 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufactu from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. RDTH SECTION 9-29.16(2)B MODIFIES THE 3 AND 4 SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words ilized polycarbobe deleted. The fourth sentence in paragraph 5 is reall be flat black in color inside and shall be dark green on the outside. SECTION 9-29.16(3) POLYCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29.19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger and be ADA compliant. TM ADA push buttons shall be Campbell Company, Advisor (AGPS) or TM Campbell Company, Guardian type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon EVH Slump Repair/Holcomb 9 - 38 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!339 6/3/b Delete the words nch yellow displays shall be dimmed 50% after dark SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM 9. IS REPLACED WITH THE FOLLOWING: 9. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* TM be equipped with a blue core Best lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.26 Traffic Signal Battery Backup Power Unit 1. Features: Insert new feature specifications. EVH Slump Repair/Holcomb 9 - 39 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!33: 6/3/b 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the plans. 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint. Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard C111/A21.11. Flanged joint fitting gaskets shall be full face synthetic rubber gaskets appropriate to meet the required pressure rating in accordance with the most current versionof AWWA standard C115/A21.15. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3 to 16 Inches) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The EVH Slump Repair/Holcomb 9 - 40 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!341 6/3/b cover shall be an Olympic Foundry deep skirt No. 940 DS, have the it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 9-30.5 Hydrants Fire hydrants shall be compression type, break-away (traffic model) Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, M & H 929, or Mueller Super Centurion. SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with Kent Standard Plan 3-1. EVH Slump Repair/Holcomb 9 - 41 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!342 6/3/b Valves and Nozzles Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. utside diameter of the range stamped on the saddle. The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops All corporation stops shall be Ford ballcorp style. The following Ford Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 EVH Slump Repair/Holcomb 9 - 42 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!343 6/3/b Connection to service pipes shall be by Ford pack joints (Section 9-30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Tubing Polyethylene tubing shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C- 901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene tubing shall be rated at or above a working pressure of 200 psi. Polyethylene plastic tubing shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the t literature. The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or O-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* utilizing compression fittings on polyethylene tubing. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. EVH Slump Repair/Holcomb 9 - 43 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!344 6/3/b Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pipe Ford Model Number Male Iron Pipe P.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 1/2 inch 1 1/2 inch C84-77 2 inch 2 inch Ford Pack Joint for Polyethylene Pipe Ford Model Number Male Iron Pipe P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* The following meter setters shall be used for the respective size meter setter listed: Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 L/BP 2 inch Ford VFH77-15B-11-77 L/BP EVH Slump Repair/Holcomb 9 - 44 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!345 6/3/b SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(7) Meter Boxes Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 1 3/4 inch Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turning areas Meter Box Meter Size Location Type 1 1 inch Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1 1/2 inch to 2 Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 1 All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G Green solid lid 1324-2L Extension Boxes - 6 Carson 1324B-1L inch 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Carson 1730D-1B for 18 inch high Green solid lid 1730-P2L SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will EVH Slump Repair/Holcomb 9 - 45 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!346 6/3/b not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invensys SR 3/4 inch Invensys SR 1 inch Invensys SR 1 1/2 inch Invensys SR 2 inch Invensys SR 3 inch to 6 inch Invensys SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb 9 - 46 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!347 6/3/b 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 3-1 Standard Fire Hydrant 3-2 Temporary Hydrant Connections 3-3 Guard Post 3-4 Valve Marker Post 3-5 Connection to Concrete Cylinder Main 3-6 to Concrete Cylinder Main 3-7 Valve Box and Operating Nut Extender 3-8 Not used 3-9a Concrete Blocking (sheet 1 of 2) 3-9b Concrete Blocking (sheet 2 of 2) 3-10 Service Con 3-11 Service Connectio Service 3-12a Compound Water Meter with By-Pass (sheet 1 of 2) 3-12b Compound Water Meter with By-Pass (sheet 2 of 2) 3-13 New or Retrofit Pre- rvice Lines 3-14a Premises Isolation Reduced Pressure B Diameter 3-14b Premises Isolation Reduced Pressure Backflow Assem Larger 3-15 Irrigation Service Installation 3-16 Single-Family Residential Domestic Waterline/Fireline 3-17 Multi-Family Residential Domestic Waterline/Fireline Demand Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* Size 3-18a Double Check Detector Assembly Above Ground (Demand Greater than of 5) 3-17b Double Check Detector Assembly and Vault () (sheet 2 of 5) 3-18c Double Check Detector Assembly Inside Building (Demand Greater than EVH Slump Repair/Holcomb A - 1 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!348 6/3/b 3-18d Double Check Detector Assembly and Vault Parts List (sheet 4 of 5) 3-18e Double Check Detector Assembly and Vault notes (sheet 5 of 5) 3-19 S 3-20 Combination Air/Vacuum Valve and Vault 3-21 Tapping Sleeve and Valve Assemblies 3-22 Typical Water Main Trench 3-23 Combination Air Valve and Enclosure 3-24 Water Main Crossing Other Utilities 3-25 Water Pipe Encasement Requirements 3-26 Sampling Station SEWER 4-1 Sanitary Sewer Manhole Typ 4-2 Special Shallow Manhole 4-3 Not used 4-4 Private Sanitary Sewer Manhole Cover 4-5 Manhole Grade Ring, Safety Steps & Ladder 4-6 Ductile Iron Drop Connection 4-7 4-8 Side Sewer Stub Connection 4-9 Residential Side Sewer Connection 4-10 Low Pressure Grinder Pump 4-11 1,500 Gallon Grease Interceptor 4-12 Inside Drop Sanitary Sewer Manhole 4-13 Adjustment of New and Existing Utility Structures to Finish Grade 4-14 Deflected Water Main installation for Gravity Sewer Only STORM 5-1 Catch Basin Type I Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 20tch Basin Frame 5-5 20 5-6 20 Bi-Directional Vaned Grate 5-7a ThroughCurb Inlet Frame 5-7b Through-Curb Inlet Installation EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!349 6/3/b 5-8 Solid Catch Basin Cover 5-9 Solid Catch Basin Cover 5-10 Not used 5-11 Private Round Catch Basin Cover 5-12 e 5-13 Beehive Grate 5-14 24 Catch Basin Frame 5-15 Debris Cage 5-16 Extended Debris Cage 5-17 Catch Basin with Oil/Water Separator 5-18 Not used 5-19 Beveled End Pipe Section 5-20 Trash Screen 5-21a Shear Gate (sheet 1 of 2) 5-21b Shear Gate (sheet 2 of 2) 5-22 Chain Link Fence, Type I for Ponds Only 5-23 Driveway and Walk Gate for Ponds Only 5-24 Tree Planting 5-25 Shrub Planting 5-26 Trench Infiltration System 5-27 Flow Spreader Option Catch Basin with Beehive Grate 5-28 Critical Area Sign 5-29 Split Rail Fence 5-30 Sample TESC Site Plan 1 Acre and Smaller 5-31 Filter Fabric Fence 5-32 TESC Sediment Trap Earth Berm 5-33 TESC Interceptor Ditch with Rock Check Dams 5-34 TESC Pipe Slope Drain 5-35 Temporary Stockpiling Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 5-36 Pond Illustration 5-37 Storm Drain Markers 5-38 Sidewalk Drain for Building Downspout Type 1 5-39a Sidewalk Drain for Building Downspout Type 2 (sheet 1 of 2) 5-39b Sidewalk Drain for Building Downspout Type 2 (sheet 2 of 2) 5-40 Stormwater Pond Sign EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!34: 6/3/b STREET 6-1 Intersection Geometry Reference 6-2 Principal Arterial Street 7 Lane Section 6-3 Principal Arterial 5 Lane Section and Minor Arterial Street 6-4 Industrial Collector Arterial Street 6-5 Residential Collector Arterial Street 6-6 Residential Collector 6-7 Industrial / Commercial Local Street 6-8 Downtown Overlay Minor Arterial Street 6-8a Downtown Overlay District Boundary Map 6-9 Downtown Overlay Residential Collector Arterial Street 6-10 Downtown Overlay Industrial/Commercial Local Street 6-10b Naden Avenue from Meeker Street to Willis Street 6-11 Residential - Parking One Side Local Street 6-12 Residential - Parking Both Sides Local Street 6-13 Public Residential Half-Street 6-14 Alley 6-15 Private Street 6-16 Porous Pavement Cross-Section 6-17 Street Median 6-18 Standard Cul-de-Sac Bulb on Residential Street 6-19 Urban Eyebrow on Residential Street 6-20 Typical Elbow on Residential Street 6-21 Standard Hammerhead Private Street Only 6-22 Temporary Cul-de-Sac 6-23 Intersection Landing 6-24a Traffic Calming Traffic Circle (sheet 1 of 2) 6-24b Traffic Calming Traffic Circle (sheet 2 of 2) Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 6-25 Traffic Calming Gateways 6-26 Traffic Calming Residential Intersection Neckdowns 6-27 Traffic Calming Arterial/Residential Intersection Neckdowns 6-28 Traffic Calming Chokers 6-29a Traffic Calming Speed Cushion (sheet 1 of 2) 6-29b Traffic Calming Speed Cushion (sheet 2 of 2) 6-30 Traffic Calming Raised Intersection EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!351 6/3/b 6-31 Bike Route 6-32 Trail 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-36 Downtown Sidewalk 6-37 Downtown Overlay District Crosswalk 6-38 Curb Ramp Locations 6-39 Cement Concrete Sidewalk Transition to Asphalt Shoulder 6-40 Sidewalk Thickened Edge and Raised Back of Sidewalk 6-41a Pedestrian Railing (sheet 1 of 3) 6-41b Pedestrian Railing Notes (sheet 2 of 3) 6-41c Pedestrian Railing Base Plate Details (sheet 3 of 3) 6-42 Residential Cement Concrete Driveway Approach 6-43 Commercial Cement Concrete Driveway Approach 6-44 Industrial Cement Concrete Driveway Approach Depressed Sidewalk 6-45 Alternate Driveway or Private Road Approach 6-46 Private Street Approach Serving 9 Lots or Less 6-47 Joint Use Driveway Tract 6-48 Driveway Slope 6-49 Example Site Plan 6-50 Clear Zones 6-51 Clearance of Roadside Obstacles for Utilities on Existing Shoulder Type Road 6-52 Intersection/Driveway Sight Triangle 6-53 Pedestrian Sight Lines 6-54 Street Tree Locations 6-55 Street Tree Planter 6-56 Sidewalk Bollard with Receptacle Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 6-57 Site Grading 6-58 Minor Fills Around Trees 6-59 Cuts or Fills Around Trees 6-60 Walls in Cut Section Public ROW 6-61 Walls in Fill Section Public ROW 6-62 Walls Under Sidewalk Public ROW 6-63 Height Measurement for Perimeter Wall Location EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!352 6/3/b 6-64 Flexible Pavement Patching Transverse Cut 6-65 Portland Cement Pavement Patching Transverse Cut 6-66 Flexible Pavement Patching Longitudinal Cut 6-67 Portland Cement Pavement Patching Longitudinal Cut 6-68 Not used 6-69 Pavement Restoration for Window Cuts or Pot Holing 6-70a Mailbox Installation Type 1 (sheet 1 of 3) 6-70b Mailbox Installation Type 2 (sheet 2 of 3) 6-70c Mailbox Installation Type 1 and 2 (sheet 3 of 3) 6-71a Roadway Barricades (sheet 1 of 2) 6-71b Roadway Barricades (sheet 2 of 2) 6-72a Standard Monument, Monument Case, Cover and Riser 6-72b Alternate Diameter Monument Case Riser 6-73 Typical RPM Lane Markings 6-74 Typical Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars & Only Legend 6-77 Fire Lane Marking 6-78 Railroad Warning Pavement Markings 6-79 Typical Pavement Markings 6-80 Symmetrical Left Turn Pocket Layout 6-81 Left Turn Pocket at End of Two Way Left Turn Lane Layout 6-82a Sign Post Installation Type A 6-82b Sign Post Base Plate Installation Type B 6-83 Street Name Sign Post Installation 6-84 Ground-Mounted Street Name Signs 6-85 Mast Arm Mounted Street Name Sign 6-86 City Light Standard 6-86a Strain Relief Detail Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* 6-87 City Post Top Fixture Light Standard 6-88 Downtown Overlay District Gullwing Fixture Light Standard 6-89a Light Standard Foundation and Junction Box 6-89b Eccentric Light Standard Foundation and Junction Box 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!353 6/3/b 6-92 Example Street Light Schedule 6-93 Not used 6-94 Not used 6-95 Not used 6-96 Service Cabinet, Concrete Base and One-Line Diagram 6-97 Traffic Signal Controller Cabinet Base 6-98 Induction Loop Details 6-99 Induction Loop Installation Notes 6-100 Induction Loop Placement 6-101 Turning Template AASHTO Type P Vehicle 6-102 Turning Template AASHTO Type SU Vehicle 6-103 Turning Template AASHTO Type BUS-40 Vehicle 6-104 Turning Template AASHTO Type WB-62 Vehicle Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!354 6/3/b PREVAILING WAGE RATES Buubdinfou;!Tfuumfnfou!Bhsffnfou!!)3:51!;!Fbtu!Wbmmfz!Ijhixbz!Sfqbjs!JMB!.!Bvuipsj{f* EVH Slump Repair/Holcomb A - 2 October 18, 2021 Project Number: 15-3009 Qbdlfu!Qh/!355 CONSTRUCTION MobilizationLS1$ 83,000.00$ 83,000.00 Clearing and GrubbingLS1$ 1,500.00$ Remove Existing Asphalt Concrete Pavement SY65$ 50.00 $ Remove Existing Cement Concrete Driveway (Reinforced)SY100$ 55.00 $ Remove Cement Concrete Sidewalk SY70$ 40.00$ Remove Cement Concrete Curb and GutterLF185$ 35.00$ Remove Cement Concrete Extruded CurbLF90$ 25.00$ Saw Cut Existing Asphalt Concrete PavementLF400$ 13.00 $ Gravel Borrow, Including Haul and CompactionTON50$ 55.00 $ Crushed Surfacing Top Course, 5/8 Inch MinusTON100$ 65.00 $ HMA Class 1/2", PG 58V-22TON245$ 160.00 $ 39,200.00 HMA for Full Width Overlay Class 1/2", PG 58V-22TON60$ 150.00 $ Planing Bituminous PavementSY300$ 45.00 $ 13,500.00 Hot Plant Mix for Temporary Pavement PatchTON15$ 190.00 $ Cement Concrete Driveway, 8 Inch Depth, ReinforcedSY90$ 185.00 $ 16,650.00 Cement Concrete SidewalkSY70$ 135.00 $ Cement Concrete Curb and GutterLF185$ 85.00 $ 15,725.00 Cement Concrete Extruded CurbLF90$ 70.00 $ Adjust Existing Manhole Cover to Finish GradeEA1$ 750.00 $ Adjust Existing Irrigation Box to Finished GradeEA4$ 400.00 $ Replace Existing Irrigation Box and Adjust to Finished GradeEA1$ 500.00 $ Adjust Existing Water Meter Box to Finished GradeEA3$ 500.00 $ Adjust Existing Junction Box to Finished GradeEA2$ 600.00 $ Replace Existing Luminaire FoundationLS1$ 3,000.00 $ Pothole UtilitiesEA8$ 600.00 $ Minor ChangesFA1$ 10,000.00$ 10,000.00 TOTAL SCHEDULE I$ 255,250.00 SCHEDULE II - WATER Remove and Replace 8 Inch Diameter Ductile Iron Cl 52 Water Main PipeLF250$ 135.00$ 33,750.00 Remove and Replace 8-Inch Double Check Detector AssemblyEA2$ 45,000.00$ 90,000.00 Fire WatchFA1$ 5,000.00$ Remove and Replace 8 Inch Gate ValveEA2$ 2,000.00$ Expose 16 Inch Diameter Water Main PipeLF100$ 250.00$ 25,000.00 Repair 16 inch Diameter Cement Concrete PipeFA1$ 25,000.00$ 25,000.00 Shoring or Extra Excavation Class BSF880$ 5.00$ Foundation Material, Class I and IITON20$ 75.00$ Pipe Zone BeddingTON140$ 65.00$ Bank Run Gravel for Trench BackfillTON140$ 55.00$ TOTAL SCHEDULE II$ 205,450.00 SCHEDULE IV - STORM SEWER Storm Sewer Pipe, 12 Inch DiameterLF120$ 175.00$ 21,000.00 Catch Basin, Type 1EA1$ 1,500.00 $ Replace Existing Manhole Circular Frame and Cover and Adjust to Finished GradeEA1$ 1,500.00 $ Shoring or Extra Excavation Class BSF585$ 5.00 $ Foundation Material Class I and IITON20$ 75.00 $ Pipe Zone BeddingTON100$ 65.00 $ Bank Run Gravel for Trench Backfill75$ 55.00 $ TON TOTAL SCHEDULE IV$ 70,750.00 SCHEDULE V - TRAFFIC CONTROL Traffic Control LaborHR500$ 80.00$ 40,000.00 Construction Signs, Class ASF420$ 35.00$ 14,700.00 Traffic Control SupervisorHR125$ 90.00$ 11,250.00 Temporary Traffic Control DevicesLS1$ 3,000.00$ Portable Changeable Message Sign (PCMS)DAY45$ 120.00$ Sequential Arrow Sign (SAS)DAY30$ 100.00$ 1$ 3,000.00$ Permanent ChannelizationLS TOTAL SCHEDULE V$ 80,350.00 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL Inlet ProtectionEA4 $ 120.00$ Straw MulchSY100$ 1.00$ Clear Plastic CoveringSY50$ 1.50$ ESC LeadHR80$ 75.00$ Erosion/Water Pollution ControlFA1$ 7,000.00$ $ 90.00$ Street CleaningHR70 TOTAL SCHEDULE VII$ 19,955.00 SCHEDULE VIII - ROADSIDE RESTORATION Topsoil Type ACY10$ 70.00$ Wood Chip MulchCY10$ 45.00$ Clean Rock MulchSY30$ 50.00$ Existing Irrigation Systems Removal, Repair and/or ModificationsFA1$ 2,000.00$ TOTAL SCHEDULE VIII$ Total Schedule I (Street) $ 255,250.00 Total Schedule II (Water) $ 205,450.00 Total Schedule IV (Storm Sewer) $ 70,750.00 Total Schedule V (Traffic Control) $ 80,350.00 Total Schedule VII (Erosion and Sediment Control) $ 19,955.00 Total Schedule VIII (Roadside Restoration) $ CONSTRUCTION COST$636,405.00 ENGINEERING & CONTINGENCY 15% CONSTRUCTION ENGINEERING$ 95,460.75 10% CONTINGENCY$ 63,640.50 ENGINEERING & CONTINGENCY TOTAL$ 159,101.25 TOTAL PROJECT COST$795,506.25 6/4 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South Kent, WA 98032 253-856-5500 DATE: November 15, 2021 TO: Public Works Committee SUBJECT: Department of Ecology 2021-2023 Solid Waste Management Local Solid Waste Financial Assistance Agreement - Authorize MOTION: I move to recommend council authorize the Mayor to sign the Department of Ecology Local Solid Waste Financial Assistance Agreement in the amount of $181,010, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Solid Waste Management Local Solid Waste Financial Assistance Agreement (LSWFA) is a two-year grant funded by the Washington State Department of Ecology. This grant funds the residential recycling collection events, multi-family education and outreach, and the cleanup of homeless encampments on city owned property. The grant requires 25% match from the City of Kent which will (WRR) grant, Local Hazardous Waste Management Program (LHWMP) grant, and the Drainage Utility Fund. Matching funds from the WRR and LHWMP grants cannot be used for homeless encampment cleanup; however, budgeted Drainage Utility Funds are available for this purpose. BUDGET IMPACT: The City will receive $181,010 from the Washington State Department of Ecology, distributed on a cost basis as tasks are completed. The required 25% match of $60,336.67 will come from the King County Waste Reduction and Recycling grant, the Local Hazardous Waste Management Program grant, and the Drainage Utility Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Local Solid Waste Financial Assistance Agreement (PDF) Qbdlfu!Qh/!358 6/4/b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uubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf E*.G!'+#*+(!.&$8#".8F-!.&"#$&'#!&-+*(.G+*&,+&-$8#7..5+*$-!.&Y#5*+G+&-#.*#,!&!,!W+#+&G!*.&,+&-$8#7.&-$,!&$-!.&#- *.F( # Qbdlfu!Qh/!359 E$(+#O#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C 58$&&!&(#$&'#5*.J+7-#!,58+,+&-$-!.&Y#$&'#7.,58/#0!- #"-$-+#$&'#8.7$8#".8!'#$&'# $W$*'.F"#0$"-+#,$&$(+,+&-#58$&"#$&'# 8$0"H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!35: E$(+#R#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C =:<737:&9%7&-6=+976& ;*($&!W$-!.&#C$,+K:@>#;A#B6C A+'+*$8#$M#@4K^Q\]SUUQOVP 4`CL#CF,%+*K######UOUOVRSQR I$!8!&(#)''*+""K######OOU#A.F*- #)G+#L B+&-3#2)#^ZURO E /"!7$8#)''*+""K######OOU#A.F*- #)G+#L B+&-3#2$" !&(-.&#^ZURO ;*($&!W$-!.&#6,$!8K -'.&$-!aX+&-0$H(.G  !"#!$ Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!361 E$(+#P#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C .&/#4.&$-! 3 'J!I$%+F#F! :.&"+*G$-!.&#:..*'!&$-.* %% OOU#A.F*- #)G+#L B+&-3#2$" !&(-.&#^ZURO 6,$!8K##-'.&$-!aX+&-0$H(.G E .&+K##bOVRc#ZVS\]VVZ^ :.*+/#A*$,+ >CHHC#%<'#$FI$ %A!&$&7!$8#)&$8/"- OOU#A.F*- #)G+#L B+&-3#2$" !&(-.&#^ZURO 6,$!8K##71*$,+aX+&-0$H(.G E .&+K##bOVRc#ZVS\]VVQQ  4$&$#<#D$85 A$B' CD!E%A$B' CD!E% I$/.* )C#F$' G)C#F$' G OOU#A.F*- #)G+#L B+&-3#2$" !&(-.&#^ZURO 6,$!8K##'*$85 aX+&-0$H(.G E .&+K##bOVRc#ZVS\]VVZ^ Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!362 E$(+#V#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C :<6,6;@%7&-6=+976& I$!8!&(#)''*+""K######4+5$*-,+&-#.1#67.8.(/ ######L.8!'#2$"-+#I$&$(+,+&- E;#d;e#PTSUU ;8/,5!$3#2)#^ZVUP\]TSUU E /"!7$8#)''*+""K######L.8!'#2$"-+#I$&$(+,+&- RUU#4+",.&'#4*!G+#L6 <$7+/3#2)#^ZVUR  !"#!$ 4!$&$#2$'8+/ %%3 'J!I$% %%+F#F! E;#d.M#RRURQS L .*+8!&+3#2$" !&(-.&#^ZQRR\]^TQS 6,$!8K##'0$'PSQa+7/H0$H(.G E .&+K##bPOVc#PO^\]PSR^ 4!$&$#2$'8+/ %%-C#F#ICFH %%+F#F! E;#d.M#RRURQS L .*+8!&+3#2$" !&(-.&#^ZQRR\]^TQS 6,$!8K##'0$'PSQa+7/H0$H(.G E .&+K##bPOVc#PO^\]PSR^ Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!363 E$(+#S#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C K9?6=7L7&;%)7;&9K=:) D6:@E@6C#$(*++"#-.#1F*&!" #- +#&+7+""$*/#5+*".&&+83#+f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fF!*+,+&-"#7.&-$!&+'#0!- !&#- !"#)(*++,+&-H##  !"#)(*++,+&-#7.&-$!&"#- +#+&-!*+#F&'+*"-$&'!&(#%+-0++&#- +#5$*-!+"3#$&'#- +*+#$*+#&.#.- +*#F&'+*"-$&'!&("#.*#*+5*+"+&-$-!.&"# .- +*#- $&#$"#"+-#1.*- 3#.*#!&7.*5.*$-+'#%/#*+1+*+&7+3# +*+!&H C.#"F%"+fF+&-#,.'!1!7$-!.&"#.*#$,+&',+&-"#-.#- !"#$(*++,+&-#0!88#%+#.1#$&/#1.*7+#.*#+11+7-#F&8+""#!&#0*!-!&(3#"!(&+'#%/# $F- .*!W+'#*+5*+"+&-$-!G+"#.1#- +#D6:@E@6C#$&'#6:;<;=>#$&'#,$'+#$#5$*-#.1#- !"#$(*++,+&-H#6:;<;=>#$&'# D6:@E@6C#,$/#7 $&(+#- +!*#*+"5+7-!G+#"-$11#7.&-$7-"#0!- .F-#- +#7.&7F**+&7+#.1#+!- +*#5$*-/H# #  !"#)(*++,+&-#" $88#%+#"F%J+7-#-.#- +#0*!--+&#$55*.G$8#.1#67.8.(/g"#$F- .*!W+'#*+5*+"+&-$-!G+#$&'#" $88#&.-#%+#%!&'!&(#F&-!8#".# $55*.G+'H  +#"!(&$-.*!+"#-.#- !"#)(*++,+&-#*+5*+"+&-#- $-#- +/# $G+#- +#$F- .*!-/#-.#+M+7F-+#- !"#)(*++,+&-#$&'#%!&'#- +!*#*+"5+7-!G+# .*($&!W$-!.&"#-.#- !"#)(*++,+&-H 2$" !&(-.&#L-$-+ :@>#;A#B6C 4+5$*-,+&-#.1#67.8.(/ d/Kd/K <$F*!+#4$G!+" 4$-+4$&$#<#D$85 4$-+ I$/.* L.8!'#2$"-+#I$&$(+,+&- E*.(*$,#I$&$(+* +,58$-+#)55*.G+'#-.#A.*,#%/ )--.*&+/#=+&+*$8h"#;11!7+ Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!364 E$(+#T#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C %)<63:%6-%*6=2 $"X#CF,%+*KQ 9FMN%<'M$O#NQTQ3OPSHST $"X#!-8+K:D;E#D+7/78!&(#;5+*$-!.&" $"X#4+"7*!5-!.&K D6:@E@6C#0!88# ."-#F5#-.#S#8$*(+#*+"!'+&-!$8#*+7/78!&(#7.88+7-!.&#+G+&-"#$&'#$%.F-#QS#,!&!#*+7/78!&(#7.88+7-!.&#+G+&-"H# ;*($&!7"3# .F"+ .8'# $W$*'.F"#0$"-+#bii2c3#$&'#.- +*# $*'\]-.\]*+7/78+#!-+,"#0!88#%+#7.88+7-+'#$-#7.&G+&!+&-#:!-/#8.7$-!.&"H# 6'F7$-!.&$8#,$-+*!$8"3#0 !7 #'+"7*!%+# .0#-.#*+'F7+#0$"-+#$&'#*+7/78+#,.*+#F"!&(#:!-/\]"5.&".*+'#.*#5*!G$-+#"+7-.*#*+7/78!&(# 5*.(*$,"3#0!88#$8".#%+#'!"-*!%F-+'H 2.*X#-.#%+#5+*1.*,+'K \]#;*($&!W+3#"-$(+3#$&'#"-$11#- +#+G+&-3#!&78F'!&(#"7 +'F8!&(#$&'#5$/!&(#G+&'.*"H \]#)'G+*-!"+,+&-#.1#- +#+G+&-H \]#4!"-*!%F-!.&#.1#- +#.F-*+$7 #,$-+*!$8"#$-#- +#+G+&-H \]#D+"5.&"!%8+#*+7/78!&(3#*+F"!&(3#.*#'!"5."!&(#b"F7 #$"#1.*#".,+# $W$*'.F"#0$"-+c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b6\]:/78+#2$" !&(-.&3#<!( -D+7/78+# 2$" !&(-.&3#E$!&-:$*+3#:$88OD+7/78+c#.*#1.*#7."-"#7.G+*+'#%/#&+0#5*.'F7-#"-+0$*'" !5#.*($&!W$-!.&"#- $-#$*+#1F88/# !,58+,+&-+'#'F*!&(#- !"#$(*++,+&-#5+*!.'H D6:@E@6C#!"#&.-#5$*-!7!5$-!&(#!&#- +#E$!&-:$*+#5*.'F7-#"-+0$*'" !5#5*.(*$,#$&'#0!88#%+#!,58+,+&-!&(#"5+7!$8#7.88+7-!.&# +G+&-"H#6:;<;=>#+&7.F*$(+"#D6:@E@6C#-.#7.&-$7-#E$!&-:$*+#-.#7..*'!&$-+#E$!&-:$*+h"#5*+"+&7+#$-#+G+&-"H#E$!&-:$*+# 0!88#-$X+#$88#$77+5-$%8+#5*.'F7-"#'F*!&(#- +#+G+&-#$-#&.#7 $*(+#-.#- +#D6:@E@6C3#*+"F8-!&(#!&#$#7."-#"$G!&("#-.#- +# D6:@E@6CH#<.7$8#L.8!'#2$"-+#A!&$&7!$8#)""!"-$&7+#b<L2A)c#0!88#&.-#7.G+*#- +#7."-"#$-#7.88+7-!.&#+G+&-"#- $-#$*+#7.G+*+'# %/#E$!&-:$*+H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!365 E$(+#Z#.1#OV 6/4/b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fF!*+#D6:@E@6C#-.#*+5$/#7."-"#$8*+$'/#*+!,%F*"+'#.*#%.- H $"X#=.$8#L-$-+,+&-K  +#(.$8#.1#- !"#-$"X#!"#-.#*+'F7+#0$"-+#(.!&(#-.#- +#8$&'1!88#$&'#5*+G+&-!&(#+&G!*.&,+&-$8#5.88F-!.&#%/# .8'!&(#0+88\].*($&!W+'# 7.88+7-!.&#+G+&-"H $"X#6M5+7-+'#;F-7.,+K  +#7.88+7-!.&#+G+&-"#5*.5."+'#$*+#+M5+7-+'#-.#&+-#$&#$55*.M!,$-+#-.-$8#.1#VUU#-.&"#.1#,$-+*!$8#1.*#*+7/78!&(3#PV#-.&"#.1# .*($&!7"3#QU#-.&"#.1# .F"+ .8'# $W$*'.F"#0$"-+3#$&'#^U#-.&"#.1#!-+,"#1.*#*+F"+H# +"+#,+-*!7"#*+5*+"+&-#- +#5+*7+&-$(+#.1#- +# -$"Xh"#-.-$8#.G+*$88#7."-#- $-#!"#"F55.*-+'#%/#- +#67.8.(/#L $*+#58F"#D+7!5!+&-#L $*+#F&'+*#- !"#)(*++,+&-H D+7!5!+&-#$"X#:..*'!&$-.*K####.&/#4.&$-! <=63%=!IGIHC#%6R! F$C'#M 8!HCP! FQH!M &A"Q! 8!MI CR$C'#8A!%8F$!   $"X#6M5+7-+'#;F-7.,+"#$*+#- +#'+8!G+*$%8+"#$&'#$7 !+G+'#!&7*+,+&-$88/# - *.F( .F-#- +#%!+&&!F,H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!366 E$(+#^#.1#OV 6/4/b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b&.-!&(#$,.F&-#.1#*+7/78!&(#!&#5.F&'"c#$&'#$,.F&-#.1#*+7/78!&(#7.&-$,!&$-!.&#b!&#5.F&'"c#!&# - +#5*.5+*-!+"#b5 .-."#$*+#+&7.F*$(+'3#$"#- +/#7$&#%+#F"+1F8#'F*!&(#7F"-.,#.F-*+$7 cH \]#2.*X#0!- # $F8+*#$&'#5*.5+*-/#,$&$(+*"#-.#*!( -\]"!W+#%!&"3#F5'$-+#"!(&$(+3#$&'#8.7$-+#%!&"#0+88#b!H+H#+&"F*+#$#-*$" #%!&#!"#&+$*# $&/#*+7/78+#.*#.*($&!7"#%!&c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fF!*+,+&-"#$"#- +#D6:@E@6C3#$&'#*+f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g"#,+""$(+H# RH#E*.,.-+#$&#+&G!*.&,+&-$8#$7-!.&H# PH#D+7+!G+'#%/#$#95$*-!7!5$&-?#!&#- +#<L2A)#5*.(*$,#.*#-$"XH# VH#I!&!,$8#!&#7."-H 6eE6:64#)LB#:;LL :."-"#+8!(!%8+#1.*#*+!,%F*"+,+&-#0!- #"F55.*-!&(#'.7F,+&-$-!.&#!&78F'+#%F-#$*+#&.-#8!,!-+'#-.K# \]#:.&-*$7-.*#+,58./++#-!,+#$&'#7."-"#&+7+""$*/#-.#7.,58+-+#- !"#-$"XH \]#:*+$-!.&#$&'#5*.'F7-!.&#.1#+'F7$-!.&$8#,$-+*!$8"H \]#D6:@E@6C#+,58./++#-!,+#-.#$',!&!"-+*#- !"#-$"XH Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf \]#:."-"#&.-#8!"-+'# +*+#%F-#5*+\]$55*.G+'#!&#0*!-!&(#%/#6:;<;=>H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!367 E$(+#QU#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C :."-"#&.-#+8!(!%8+#1.*#*+!,%F*"+,+&-K# \]#;G+*-!,+#7.,5+&"$-!.&#b$88# .F*"#$*+#7$87F8$-+'#$-#- +#*+(F8$*#*$-+#.1#5$/cH \]#D+7+5-$78+"#58$7+'#1.*#- +#5F*5."+#.1#7.88+7-!&(#8$&'1!88\]%.F&'#,$-+*!$8"#.&#$#8.&(\]-+*,#%$"!"H \]#:."-"#&.-#"5+7!1!7$88/#!'+&-!1!+'#!&#- +#-$"Xh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fF+&-#7 +7Xb"c#$1-+*#.F-*+$7 # $"#%++&# 5+*1.*,+'H#4$-$#0!88#!&78F'+#$#G!"F$8#+"-!,$-+#.1#5+*7+&-#.1#7.&-$,!&$-!.&#%/#G.8F,+3#- +#.G+*$88#1F88&+""#.1#- +#7.&-$!&+*3#- +# 7.&-$!&+*#"!W+3#$&'#- +#1*+fF+&7/#.1#7.&-$!&+*#"+*G!7+H# +&#- +#G.8F,+#0!88#%+#7.&G+*-+'#-.#0+!( -3#$&'#$&#+"-!,$-+#.1#5.F&'"# '+7*+$"+'#.G+*#$#5+*!.'#.1#-!,+#b$""F,!&(#"F"-$!&+'#%+ $G!.*#7 $&(+c#,$/#%+#+M-*$5.8$-+'H#D6:@E@6C#!"#+&7.F*$(+'#-.#"++# )55+&'!M#6#.1#- +#OQ\]OR#<L2A)#=F!'+8!&+"#1.*#1F*- +*#,+- .'.8.(/#5.""!%!8!-!+"#$&'#"F((+"-+'#G.8F,+#-.#0+!( -# 7.&G+*"!.&"H# A.*#+"-!,$-!&(#- +#!&7*+$"+#!&#0+!( -#.1#*+7/78$%8+"#7.88+7-+'3#- +#7.&"F8-$&-#0!88#F"+#- +#"$,+#X!&'"#.1#,+$"F*+,+&-"#'F*!&(#- +# !&!-!$8#$&'#1.88.0\]F5#$F'!-"#.1#%!&"#$&'#"+*G!7+#8+G+8"#-.#'+-+*,!&+#- +#$55*.M!,$-+#7 $&(+#.&#$#fF$*-+*8/#%$"!"H D+7!5!+&-#$"X#:..*'!&$-.*K####.&/#4.&$-! <=63%=!MCE!#$CFH%=!IGIHC#S*FM$!%3 !P!#$C'# 8!HCP! FQH!M &A"Q! 8!MI CR$C'#8A!%8F$! !  $"X#6M5+7-+'#;F-7.,+"#$*+#- +#'+8!G+*$%8+"#$&'#$7 !+G+'#!&7*+,+&-$88/# - *.F( .F-#- +#%!+&&!F,H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!368 E$(+#QQ#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C %)<63:%6-%*6=2 $"X#CF,%+*KR 9FMN%<'M$O#NSU3UUUHUU $"X#!-8+Ki.,+8+""#6&7$,5,+&-#D+"5.&"+ $"X#4+"7*!5-!.&K ):@_@>#j#:<6)C`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fF!*+,+&-"#$"#- +#D6:@E@6C3#$&'#*+fF!*+# 6:;<;=>#$55*.G$8H# D6:@E@6C#!"#+&7.F*$(+'#-.#*+G!+0#- +#I$"-+*#:.&-*$7-#5*.G!'+'#%/#4+5$*-,+&-#.1#6&-+*5*!"+#L+*G!7+"#b46Lc#1.*# !&1.*,$-!.&#$%.F-#G+&'.*"#0!- #+M5+*!+&7+#-.#78+$&F5#$&'#'!"5."+#.1#,$-+*!$8"#- $-#,++-#- +#D6:@E@6Cg"#"5+7!1!7# 7!*7F,"-$&7+"#$&'#&++'H# ):@_@>#j#@CAD)LD`:`D63#E`D:i)L64#L6D_@:6L# D6:@E@6C#,$/#5F*7 $"+#"+*G!7+"#-.#5*.G!'+#5.*-$%8+#-.!8+-"#$&'#.*#($*%$(+#7.88+7-!.&#$-#" +8-+*\]!&#58$7+#8.7$-!.&"#$&'#.- +*# 8.7$-!.&"#0 +*+#- +#D6:@E@6C# $"#5*+G!.F"8/#$""+""+'#- +"+#"+*G!7+"#$*+#5*$7-!7$8H D6:@E@6C#+,58./++"#$&'#.*#7.&-*$7-.*"#0!88#!&G+"-!($-+#$7-!G+#+&7$,5,+&-"#-.#$""+""#- +#8+G+8#.1#!&1*$"-*F7-F*+#&++'+'H 6eE6:64#)LB#:;LL :."-"#+8!(!%8+#1.*#*+!,%F*"+,+&-#0!- #"F55.*-!&(#'.7F,+&-$-!.&#!&78F'+K \]#:.&-*$7-"3#5F*7 $"+'#"+*G!7+"#!'+&-!1!+'#!&#- +#"7.5+#.1#0.*XH \]#LF558!+"#1.*#78+$&F5K#%$("3#5*.-+7-!G+#(+$*H \]#:8+$&F5#7."-"K#-!,+3#-*$&"5.*-$-!.&3#$&'#'!"5."$8#.1#,$-+*!$8"#1*.,#+&7$,5,+&-"H \]#!,+K#58$&&!&(\[7..*'!&$-!.&#.1#78+$&F5H \]#:."-"#&.-#8!"-+'# +*+#%F-#5*+\]$55*.G+'#!&#0*!-!&(#%/#6:;<;=>H :."-"#&.-#+8!(!%8+#1.*#*+!,%F*"+,+&- \]#;G+*-!,+#7.,5+&"$-!.&#b$88# .F*"#$*+#7$87F8$-+'#$-#- +#*+(F8$*#*$-+#.1#5$/cH \]#:."-"#&.-#"5+7!1!7$88/#!'+&-!1!+'#.*#5*+\]$55*.G+'#!&#0*!-!&(#%/#6:;<;=>H $"X#=.$8#L-$-+,+&-K  +#(.$8#.1#- +#-$"X#!"#-.#5*.-+7-#- +#+&G!*.&,+&-#- *.F( #78+$&F5#$&'#5*+G+&-#7.&-!&F+'#+&G!*.&,+&-$8# $*,#$-#+&7$,5,+&-"H $"X#6M5+7-+'#;F-7.,+K Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf D6:@E@6C#0!88#-*$7X#$&'#*+5.*-#- +#5.F&'"#.1#($*%$(+#78+$&+'#$&'#5*.5+*8/#'!"5."+'H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!369 E$(+#QO#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C )&-!7!5$-!&(#,F8-!58+#78+$&F5"#$-#- +#"$,+#+&7$,5,+&-3#D6:@E@6C#0!88#-*$7X#$&'#*+5.*-#fF$*-+*8/3#- +#&F,%+*#.1# +&7$,5,+&-"#78+$&+'#$&'#- +#&F,%+*#.1#78+$&F5"#5+*1.*,+'#$-#+$7 #+&7$,5,+&-H D6:@E@6C#+"-!,$-+"K \]#QV3UUU#5.F&'"#.1#($*%$(+#$*+#78+$&+'#F5#1*.,#QU#+&7$,5,+&-"#$&'#5*.5+*8/#'!"5."+'H \]#RU3UUU#5.F&'"#.1#($*%$(+#$*+#5*+G+&-+'#1*.,#!,5*.5+*#'!"5."$8#%+7$F"+#($*%$(+#7.88+7-!.&#7.&-$!&+*"#0+*+#!&"-$88+'#$-#V# $7-!G+#+&7$,5,+&-"#$&'#*+(F8$*8/#"+*G!7+'H \]#VV#78+$&F5"#$*+#5+*1.*,+'#$-#QU#+&7$,5,+&-"#b!&78F'+"#,F8-!58+#78+$&F5"#$-#- +#"$,+#+&7$,5,+&-"cH D+7!5!+&-#$"X#:..*'!&$-.*K####.&/#4.&$-! ?'"!H!MM%:#IF"R"!#$%=!MR'#M! 8!HCP! FQH!M &A"Q! 8!MI CR$C'#8A!%8F$! "  $"X#6M5+7-+'#;F-7.,+"#$*+#- +#'+8!G+*$%8+"#$&'#$7 !+G+'#!&7*+,+&-$88/# - *.F( .F-#- +#%!+&&!F,H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!36: E$(+#QR#.1#OV 6/4/b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bI:;)c AF&'K# /5+K#L-$-+ AF&'!&(#L.F*7+#kK#QUUk 4+"7*!5-!.&K#<.7$8#L.8!'#2$"-+#A!&$&7!$8#)""!"-$&7+ )55*.G+'#@&'!*+7-#:."-"#D$-+K )55*.G+'#L-$-+#@&'!*+7-#D$-+K#RUk D+7!5!+&-#I$-7 #kK## OVk @&B!&'#@&-+*8.7$8#)88.0+'K C. @&B!&'#;- +*#)88.0+'K C. C. @"#- !"#AF&'!&(#4!"-*!%F-!.&#F"+'#-.#,$-7 #$#1+'+*$8#(*$&-l### <C$G%'V%2!#$ 9FMN%9'$FH :D;E#D+7/78!&(#;5+*$-!.&" NQTQ3OPSHST :D;E#D+"!'+&-!$8#D+7/78!&(\[2$"-+#E*+G+&-!.& NQU3QUUHUU i.,+8+""#6&7$,5,+&-#D+"5.&"+ NSU3UUUHUU 9'$FHO%%Z/W1XYWU(U4 Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!371 E$(+#QP#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C -A#EC#%8CM$ CQA$C'#%)A""F G =!ICRC!#$%S%:I'H'G%)BF ! -A#EC#%8CM$ CQA$C'#%&F"!=!ICRC!#$%+F$IB%\[=!ICRC!#$%)BF !:I'H'G%)BF !9'$FH :!-/#.1#B+&- OVHUUkNSU3RRSHSTNQZQ3UQUHUUNOPQ3RPSHST 9'$FHZU0XYYU(U4Z1\\1X010(00Z/W1XYWU(U4 ;=::+:&9%)3:<7-7<%9:=+)%&8%<6&87976&) C\[) )3:<7,%9:=+)%&8%<6&87976&) @1#- +#"7.5+#.1#- !"#)(*++,+&-#!&78F'+"#*+7/78!&(#$7-!G!-/#,$&$(+'#.*#5+*1.*,+'#%/#- +#D6:@E@6C#$-#$#*+7/78!&(#7+&-+*#b"F7 # $"#$#-*$&"1+*#"-$-!.&#.*#'*.5#%.M#8.7$-!.&c#.*#.- +*#8.7$-!.&"3#67.8.(/#0!88#&.-#*+!,%F*"+#'!"5."$8#7."-"#1.*#,$-+*!$8"#7.88+7-+'# .*#$'G+*-!"+'#$"#7.88+7-+'#1.*#*+7/78!&(\[*+F"+#.*#,$*X+-+'#1.*#*+7/78!&(\[*+F"+#F&'+*#- !"#)(*++,+&-3#F&8+""#$55*.G+'#!&#0*!-!&(# %/#67.8.(/H#D6:@E@6C#,F"-#!,,+'!$-+8/#&.-!1/#6:;<;=>#0 +&#- +#D6:@E@6C#%+7.,+"#$0$*+#- $-#'!"5."$8#.1# ,$-+*!$8"#.77F**+'#.*#,$/#.77F*#'F+#-.#- +#,$*X+-#7.&'!-!.&"#1.*#*+7/78+'\[*+F"+'#,$-+*!$8"H#6:;<;=>#,$/#'+&/#&+0#7."-"# .*#*+fF!*+#*+5$/,+&-#.1#7."-"#$8*+$'/#*+!,%F*"+'#.*#*+,.G+#- +#-$"X#1*.,#- +#)(*++,+&-#.*#-+*,!&$-+#- +#)(*++,+&-H 67.8.(/#0!88#7.&'F7-#$#*!"X#$""+"",+&-#.1#$88#<.7$8#L.8!'#2$"-+#A!&$&7!$8#)""!"-$&7+#*+7!5!+&-"H# +#8+G+8#.1#*!"X#'+-+*,!&+"#- +# 8+G+8#.1#.G+*"!( -#*+fF!*+'#%/#67.8.(/#- *.F( .F-#- +#%!+&&!F,H#@1#- +#D6:@E@6Cg"#5+*1.*,$&7+#.*#5*.J+7-#7!*7F,"-$&7+"# 7 $&(+3#67.8.(/#,$/#*+$""+""#*!"X#$&'#&.-!1/#- +#D6:@E@6C#.1#$&/#7 $&(+"#-.#$',!&!"-*$-!G+#*+fF!*+,+&-"H D6:@E@6C#" $88#F5'$-+#- +#L5+&'!&(#E8$&#$&'#;F-7.,+"#4$-$#:.88+7-!.&#1.*,#$-#8+$"-#fF$*-+*8/H# +#L5+&'!&(#E8$&#$&'# ;F-7.,+"#4$-$#:.88+7-!.&#1.*,#,F"-#%+#7.,58+-+'#7.&7F**+&-#0!- #- +#"F%,!--$8#.1#+$7 #5$/,+&-#D+fF+"-\[E*.(*+""#D+5.*-H# D6:@E@6C#" $88#*+5.*-#.F-7.,+"#!&#$#,$&&+*#7.&"!"-+&-#0!- #!&"-*F7-!.&"#!&#- +#<.7$8#L.8!'#2$"-+#A!&$&7!$8#)""!"-$&7+# (F!'+8!&+"H D6:@E@6C#,F"-#"F%,!-#0!- !&#- !*-/#bRUc#'$/"#$1-+*#- +#+M5!*$-!.&#'$-+#.1#- !"#)(*++,+&-3#$88#1!&$&7!$8#b!&78F'!&(#5$/,+&-# *+fF+"-"c3#5+*1.*,$&7+3#$&'#.- +*#*+5.*-"#*+fF!*+'#%/#- !"#)(*++,+&-H#67.8.(/#" $88# $G+#- +#*!( -#-.#'+&/#*+!,%F*"+,+&-#.1# 5$/,+&-#*+fF+"-"#*+7+!G+'#$1-+*#- !"#'$-+H ;:&:=,%-:8:=,%<6&87976&) 7V%F%R' $C'#%' %FHH%'V%$B!%VA#EM%V' %$BCM%F !!"!#$%F !%R 'PCE!E%$B 'AB%V!E! FH%VA#EC#%M'A I!M%' %$BCM%F !!"!#$%CM% AM!E%$'%"F$IB%F%V!E! FH% F#$%F\]F EX%$B!%V'HH'\]C#%$! "M%F#E%I'#EC$C'#M%FRRHG%$'%G'A( )H#:6D@A@:)@;C#D6=)D4@C=#L`LE6CL@;C3#46d)DI6C3#@C6<@=@d@<@>#;D#_;<`C)D> #####6e:<`L@;CK QH +#D6:@E@6C\[:;CD):;D3#%/#"!(&!&(#- !"#$(*++,+&-3#7+*-!1!+"#- $-#!-#!"#&.-#"F"5+&'+'3#'+%$**+'3#5*.5."+'#1.*# '+%$*,+&-3#'+78$*+'#!&+8!(!%8+#.*#.- +*0!"+#+M78F'+'#1*.,#7.&-*$7-!&(#0!- #- +#1+'+*$8#(.G+*&,+&-3#.*#1*.,#*+7+!G!&(# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf 7.&-*$7-"#5$!'#1.*#0!- #1+'+*$8#1F&'"H#@1#- +#D6:@E@6C\[:;CD):;D#!"#F&$%8+#-.#7+*-!1/#-.#- +#"-$-+,+&-"# +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!372 E$(+#QV#.1#OV 6/4/b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`LE6CL@;C3#46d)DI6C3#@C6<@=@d@<@>#;D#_;<`C)D># 6e:<`L@;C?#0!- .F-#,.'!1!7$-!.&#!&#$88#8.0+*#-!+*#7.G+*+'#-*$&"$7-!.&"#$&'#!&#$88#".8!7!-$-!.&"#1.*#8.0+*#-!+*#7.G+*+'# -*$&"$7-!.&"H SHEF*"F$&-#-.#O:ADQZUHRRU3#- +#D6:@E@6C\[:;CD):;D#!"#*+"5.&"!%8+#1.*#+&"F*!&(#- $-#$&/#8.0+*#-!+*#7.G+*+'# -*$&"$7-!.&#7.,58!+"#0!- #7+*-!1!7$-!.&#.1#"F"5+&"!.&#$&'#'+%$*,+&-#*+fF!*+,+&-"H# THD6:@E@6C\[:;CD):;D#$7X&.08+'(+"#- $-#1$!8!&(#-.#'!"78."+#- +#!&1.*,$-!.&#*+fF!*+'#!&#- +#:.'+#.1#A+'+*$8# D+(F8$-!.&"#,$/#*+"F8-#!&#- +#'+8$/#.*#&+($-!.&#.1#- !"#1F&'!&(#$(*++,+&-3#.*#5F*"F$&7+#.1#8+($8#*+,+'!+"3#!&78F'!&(# "F"5+&"!.&#$&'#'+%$*,+&-H ZHD6:@E@6C\[:;CD):;D#$(*++"#-.#X++5#5*..1#!&#!-"#$(*++,+&-#1!8+3#- $-#!-3#$&'#$88#8.0+*#-!+*#*+7!5!+&-"#.*# 7.&-*$7-.*"3#$*+#&.-#"F"5+&'+'#.*#'+%$**+'3#$&'#0!88#,$X+#- !"#5*..1#$G$!8$%8+#-.#6:;<;=>#%+1.*+#*+fF+"-"#1.*# *+!,%F*"+,+&-"#0!88#%+#$55*.G+'#1.*#5$/,+&-H#D6:@E@6C\[:;CD):;D#,F"-#*F&#$#"+$*7 #!&# m --5K\[\[000H"$,H(.Gn#$&'#5*!&-#$#7.5/#.1#7.,58+-+'#"+$*7 +"#-.#'.7F,+&-#5*..1#.1#7.,58!$&7+H dH#A646D)<#A`C4@C=#)::;`C)d@<@>#)C4#D)CLE)D6C:>#):#bAA))c#D6E;D@C= #####D6o`@D6I6CLK :;CD):;D\[D6:@E@6C#,F"-#7.,58+-+#- +#AA))#4$-$#:.88+7-!.&#A.*,#b6:>#UTU\]R^Vc#$&'#*+-F*&#!-#0!- #- +# "!(&+'#$(*++,+&-#-.#6:;<;=>H# ##)&/#:;CD):;D\[D6:@E@6C#- $-#,++-"#+$7 #.1#- +#7*!-+*!$#%+8.0#,F"-#*+5.*-#7.,5+&"$-!.&#1.*#!-"#1!G+ ##-.5#+M+7F-!G+"#F"!&(#- +#AA))#4$-$#:.88+7-!.&#A.*,H pD+7+!G+"#,.*+#- $&#NOV3UUU#!&#1+'+*$8#1F&'"#F&'+*#- !"#$0$*'H pD+7+!G+"#,.*+#- $&#ZU#5+*7+&-#.1#!-"#$&&F$8#(*.""#*+G+&F+"#1*.,#1+'+*$8#1F&'"H pD+7+!G+"#,.*+#- $&#NOV3UUU3UUU#!&#$&&F$8#1+'+*$8#1F&'"H 67.8.(/#0!88#&.-#5$/#$&/#!&G.!7+"#F&-!8#!-# $"#*+7+!G+'#$#7.,58+-+'#$&'#"!(&+'#AA))#4$-$#:.88+7-!.&#A.*,H#67.8.(/#!"# *+fF!*+'#-.#*+5.*-#- +#AA))#!&1.*,$-!.&#1.*#1+'+*$88/#1F&'+'#$(*++,+&-"3#!&78F'!&(#- +#*+fF!*+'#4`CL#&F,%+*3#$-# 000H1"*"H(.G#m --5K\[\[000H1"*"H(.G\[n#0!- !&#RU#'$/"#.1#$(*++,+&-#"!(&$-F*+H# +#AA))#!&1.*,$-!.&#0!88#%+#$G$!8$%8+#-.# - +#5F%8!7#$-#000HF"$"5+&'!&(H(.G#m --5K\[\[000HF"$"5+&'!&(H(.G\[nH# A.*#,.*+#'+-$!8"#.&#AA))#*+fF!*+,+&-"3#"++#000H1"*"H(.G#m --5K\[\[000H1"*"H(.G\[nH Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf :H#A646D)<#A`C4@C=#ED;i@d@@;C#;C#:6D)@C#6<6:;II`C@:)@;CL#;D#_@46;#L`D_6@<<)C:6# +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!373 E$(+#QS#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C L6D_@:6L#;D#6o`@EI6CK )"#*+fF!*+'#%/#O#:AD#OUUHOQS3#1+'+*$8#(*$&-#.*#8.$&#*+7!5!+&-"#$&'#"F%*+7!5!+&-"#$*+#5*. !%!-+'#1*.,#.%8!($-!&(#.*#+M5+&'!&(# 8.$&#.*#(*$&-#1F&'"#-.K QHE*.7F*+#.*#.%-$!&Y OH6M-+&'#.*#*+&+0#$#7.&-*$7-#-.#5*.7F*+#.*#.%-$!&Y#.* #RH6&-+*#!&-.#$#7.&-*$7-#b.*#+M-+&'#.*#*+&+0#$#7.&-*$7-c#-.#5*.7F*+#.*#.%-$!&#+fF!5,+&-3#"+*G!7+"3#.*#"/"-+,"#- $-#F"+# 7.G+*+'#-+8+7.,,F&!7$-!.&"#+fF!5,+&-3#G!'+.#"F*G+!88$&7+#"+*G!7+"#.*#"+*G!7+"#$"#$#"F%"-$&-!$8#.*#+""+&-!$8#7.,5.&+&-# .1#$&/#"/"-+,3#.*#$"#7*!-!7$8#-+7 &.8.(/#$"#5$*-#.1#$&/#"/"-+,H#)"#'+"7*!%+'#!&#EF%8!7#<$0#QQV\]ORO# m --5"K\[\[000H(.G!&1.H(.G\[7.&-+&-\[5X(\[E<)2\]QQV5F%8ORO\[5'1\[E<)2\]QQV5F%8OROH5'1n3#"+7-!.&#ZZ^3#7.G+*+'# -+8+7.,,F&!7$-!.&"#+fF!5,+&-#!"#-+8+7.,,F&!7$-!.&"#+fF!5,+&-#5*.'F7+'#%/#iF$0+!#+7 &.8.(!+"#:.,5$&/#.*#q6# :.*5.*$-!.&#b.*#$&/#"F%"!'!$*/#.*#$11!8!$-+#.1#"F7 #+&-!-!+"cH D+7!5!+&-"3#"F%*+7!5!+&-"3#$&'#%.**.0+*"#$8".#,$/#&.-#F"+#1+'+*$8#1F&'"#-.#5F*7 $"+#7+*-$!&#5*. !%!-+'#+fF!5,+&-3#"/"-+,"3#.*# "+*G!7+"3#!&78F'!&(#+fF!5,+&-3#"/"-+,"3#.*#"+*G!7+"#5*.'F7+'#.*#5*.G!'+'#%/#+&-!-!+"#!'+&-!1!+'#!&#"+7-!.&#ZZ^3#$*+#*+7.*'+'#!&# - +#L/"-+,#1.*#)0$*'#I$&$(+,+&-#bL)Ic#m --5"K\[\["$,H(.G\[L)I\[n#+M78F"!.&#8!"-H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!374 E$(+#QT#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C ;:&:=,%9:=+)%&8%<6&87976&) 3! $FC#C#%$'%; F#$%F#E%,'F#% !!"!#$M%*C$B%$B!%M$F$!%'V%*FMBC#$'#X%8!RF $"!#$%'V%:I'H'G =6C6D)<#6DIL#)C4#:;C4@@;CL A.*#46E)DI6C#;A#6:;<;=>#=D)CL#$&'#<;)CL US\[OP\[OUOQ#_+*"!.& QH############)4I@C@LD)@_6#D6o`@D6I6CL $c##D6:@E@6C#" $88#1.88.0#- +#r)',!&!"-*$-!G+#D+fF!*+,+&-"#1.*#D+7!5!+&-"#.1#67.8.(/#=*$&-"#$&'#<.$&"#j#6)=<#6'!-!.&Hr## b --5"K\[\[1.*-*+""H0$H(.G\[+7/\[5F%8!7$-!.&"\[LF,,$*/E$(+"\[QTUQUUPH -,8c %c##D6:@E@6C#" $88#7.,58+-+#$88#$7-!G!-!+"#1F&'+'#%/#- !"#)(*++,+&-#$&'#%+#1F88/#*+"5.&"!%8+#1.*#- +#5*.5+*#,$&$(+,+&-#.1#$88# 1F&'"#$&'#*+".F*7+"#,$'+#$G$!8$%8+#F&'+*#- !"#)(*++,+&-H 7c##D6:@E@6C#$(*++"#-.#-$X+#7.,58+-+#*+"5.&"!%!8!-/#1.*#$88#$7-!.&"#-$X+&#F&'+*#- !"#)(*++,+&-3#!&78F'!&(#+&"F*!&(#$88# "F%(*$&-++"#$&'#7.&-*$7-.*"#7.,58/#0!- #- +#-+*,"#$&'#7.&'!-!.&"#.1#- !"#)(*++,+&-H#6:;<;=>#*+"+*G+"#- +#*!( -#-.#*+fF+"-# 5*..1#.1#7.,58!$&7+#%/#"F%(*$&-++"#$&'#7.&-*$7-.*"H# 'c##D6:@E@6Cg"#$7-!G!-!+"#F&'+*#- !"#)(*++,+&-#" $88#%+#"F%J+7-#-.#- +#*+G!+0#$&'#$55*.G$8#%/#6:;<;=>#1.*#- +#+M-+&-#$&'# 7 $*$7-+*#.1#$88#0.*X#$&'#"+*G!7+"H OH############)I6C4I6CL#)C4#I;4@A@:)@;CL  !"#)(*++,+&-#,$/#%+#$8-+*+'3#$,+&'+'3#.*#0$!G+'#.&8/#%/#$#0*!--+&#$,+&',+&-#+M+7F-+'#%/#%.- #5$*-!+"H##C.#"F%"+fF+&-# ,.'!1!7$-!.&b"c#.*#$,+&',+&-b"c#.1#- !"#)(*++,+&-#0!88#%+#.1#$&/#1.*7+#.*#+11+7-#F&8+""#!&#0*!-!&(#$&'#"!(&+'#%/#$F- .*!W+'# *+5*+"+&-$-!G+"#.1#%.- #5$*-!+"H##6:;<;=>#$&'#- +#D6:@E@6C#,$/#7 $&(+#- +!*#*+"5+7-!G+#"-$11#7.&-$7-"#$&'#$',!&!"-*$-!G+# !&1.*,$-!.&#0!- .F-#- +#7.&7F**+&7+#.1#+!- +*#5$*-/H RH############)::6LL@d@<@>#D6o`@D6I6CL#A;D#:;_6D64#6:iC;<;=>  +#D6:@E@6C#,F"-#7.,58/#0!- #- +#2$" !&(-.&#L-$-+#;11!7+#.1#- +#: !+1#@&1.*,$-!.&#;11!7+*3#;:@;#E.8!7/#&.H#QZZ3# )77+""!%!8!-/#b --5"K\[\[.7!.H0$H(.G\[5.8!7/\[$77+""!%!8!-/c#$"#!-#*+8$-+"#-.#97.G+*+'#-+7 &.8.(/H?# !"#*+fF!*+,+&-#$558!+"#-.#$88# 5*.'F7-"#"F558!+'#F&'+*#- +#)(*++,+&-3#5*.G!'!&(#+fF$8#$77+""#-.#!&1.*,$-!.&#-+7 &.8.(/#%/#!&'!G!'F$8"#0!- #'!"$%!8!-!+"3# !&78F'!&(#$&'#&.-#8!,!-+'#-.#0+%#"!-+"\[5$(+"3#0+%\]%$"+'#$558!7$-!.&"3#".1-0$*+#"/"-+,"3#G!'+.#$&'#$F'!.#7.&-+&-3#$&'#+8+7-*.&!7# '.7F,+&-"#!&-+&'+'#1.*#5F%8!" !&(#.&#67.8.(/g"#5F%8!7#0+%#"!-+H PH#)D:i)6;<;=@:)<#)C4#:`<`D)<#D6L;`D:6L D6:@E@6C#" $88#-$X+#$88#*+$".&$%8+#$7-!.&#-.#$G.!'3#,!&!,!W+3#.*#,!-!($-+#$'G+*"+#+11+7-"#-.#$*7 $+.8.(!7$8#$&'# !"-.*!7# $*7 $+.8.(!7$8#"!-+"3# !"-.*!7#%F!8'!&("\["-*F7-F*+"3#-*$'!-!.&$8#7F8-F*$8#58$7+"3#"$7*+'#"!-+"3#.*#.- +*#7F8-F*$8#*+".F*7+"3# +*+%/# *+1+**+'#-.#$"#:F8-F*$8#D+".F*7+"H  +#D6:@E@6C#,F"-#$(*++#-.# .8'# $*,8+""#6:;<;=>#!&#*+8$-!.&#-.#$&/#78$!,#*+8$-+'#-.#:F8-F*$8#D+".F*7+"#'!"7.G+*+'3# '!"-F*%+'3#.*#'$,$(+'#'F+#-.#- +#D6:@E@6Cg"#5*.J+7-#1F&'+'#F&'+*#- !"#)(*++,+&-H D6:@E@6C#" $88K $c##:.&-$7-#- +#6:;<;=>#E*.(*$,#!""F!&(#- +#(*$&-#.*#8.$&#-.#'!"7F""#$&/#:F8-F*$8#D+".F*7+"#*+fF!*+,+&-"#1.*#- +!*#5*.J+7-K s###:F8-F*$8#D+".F*7+#:.&"F8-$-!.&#$&'#D+G!+0#" .F8'#%+#!&!-!$-+'#+$*8/#!&#- +#5*.J+7-#58$&&!&(#5*.7+""#$&'#,F"-#%+#7.,58+-+'# 5*!.*#-.#+M5+&'!-F*+#.1#)(*++,+&-#1F&'"#$"#*+fF!*+'#%/#$558!7$%8+#L-$-+#$&'#A+'+*$8#*+fF!*+,+&-"H t#A.*#"-$-+#1F&'+'#7.&"-*F7-!.&3#'+,.8!-!.&3#.*#8$&'#$7fF!"!-!.&"3#7.,58/#0!- #=.G+*&.*#6M+7F-!G+#;*'+*#OQ\]UO3#)*7 $+.8.(!7$8# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf $&'#:F8-F*$8#D+".F*7+"H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!375 E$(+#QZ#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C s##A.*#5*.J+7-"#0!- #$&/#1+'+*$8#!&G.8G+,+&-3#7.,58/#0!- #- +#C$-!.&$8#i!"-.*!7#E*+"+*G$-!.&#)7-#.1#Q^SS#bL+7-!.&#QUScH %c##@1#*+fF!*+'#%/#- +#6:;<;=>#E*.(*$,3#"F%,!-#$&#@&$'G+*-+&-#4!"7.G+*/#E8$&#b@4Ec#-.#6:;<;=>#5*!.*#-.#!,58+,+&-!&(# $&/#5*.J+7-#- $-#!&G.8G+"#1!+8'#$7-!G!-!+"H#6:;<;=>#0!88#5*.G!'+#- +#@4E#1.*,H D6:@E@6C#" $88K s##B++5#- +#@4E#$-#- +#5*.J+7-#"!-+H s##I$X+#- +#@4E#*+$'!8/#$G$!8$%8+#-.#$&/.&+#0.*X!&(#$-#- +#5*.J+7-#"!-+H s##4!"7F""#- +#@4E#0!- #"-$113#G.8F&-++*"3#$&'#7.&-*$7-.*"#0.*X!&(#$-#- +#5*.J+7-#"!-+H s##@,58+,+&-#- +#@4E#0 +&#:F8-F*$8#D+".F*7+"#.*# F,$&#*+,$!&"#$*+#1.F&'#$-#- +#5*.J+7-#"!-+H 7c##@1#$&/#:F8-F*$8#D+".F*7+"#$*+#1.F&'#0 !8+#7.&'F7-!&(#0.*X#F&'+*#- !"#)(*++,+&-3#1.88.0#- +#5*.-.7.8#.F-8!&+'#!&#- +#5*.J+7-# @4EH s##@,,+'!$-+8/#"-.5#0.*X#$&'#&.-!1/#- +#6:;<;=>#E*.(*$,3#0 .#0!88#&.-!1/#- +#4+5$*-,+&-#.1#)*7 $+.8.(/#$&'#i!"-.*!7# E*+"+*G$-!.&#$-#bRSUc#VZS\]RUSV3#$&/#$11+7-+'#*!%+3#$&'#- +#8.7$8#(.G+*&,+&-H 'c##@1#$&/# F,$&#*+,$!&"#$*+#1.F&'#0 !8+#7.&'F7-!&(#0.*X#F&'+*#- !"#)(*++,+&-3#1.88.0#- +#5*.-.7.8#.F-8!&+'#!&#- +#5*.J+7-# @4EH s##@,,+'!$-+8/#"-.5#0.*X#$&'#&.-!1/#- +#8.7$8#<$0#6&1.*7+,+&-#)(+&7/#.*#I+'!7$8#6M$,!&+*\[:.*.&+*g"#;11!7+3#- +# 4+5$*-,+&-#.1#)*7 $+.8.(/#$&'#i!"-.*!7#E*+"+*G$-!.&#$-#bRSUc#T^U\]QSRR3#$&'#- +&#- +#6:;<;=>#E*.(*$,H +c##:.,58/#0!- #D:2#OTHVR3#D:2#OTHPP3#$&'#D:2#SZHVUHSPV3#$&'#$88#.- +*#$558!7$%8+#8.7$83#"-$-+3#$&'#1+'+*$8#8$0"# 5*.-+7-!&(#:F8-F*$8#D+".F*7+"#$&'# F,$&#*+,$!&"H VH############)LL@=CI6C C.#*!( -#.*#78$!,#.1#- +#D6:@E@6C#$*!"!&(#F&'+*#- !"#)(*++,+&-#" $88#%+#-*$&"1+**+'#.*#$""!(&+'#%/#- +#D6:@E@6CH SH############:;II`C@:)@;C D6:@E@6C#" $88#,$X+#+G+*/#+11.*-#-.#,$!&-$!&#+11+7-!G+#7.,,F&!7$-!.&"#0!- #- +#D6:@E@6Ch"#'+"!(&++"3#6:;<;=>3#$88# $11+7-+'#8.7$83#"-$-+3#.*#1+'+*$8#JF*!"'!7-!.&"3#$&'#$&/#!&-+*+"-+'#!&'!G!'F$8"#.*#(*.F5"H TH############:;IE6CL)@;C $c##)&/#0.*X#5+*1.*,+'#5*!.*#-.#+11+7-!G+#'$-+#.1#- !"#)(*++,+&-#0!88#%+#$-#- +#".8+#+M5+&"+#$&'#*!"X#.1#- +#D6:@E@6CH## 6:;<;=>#,F"-#"!(&#- +#)(*++,+&-#%+1.*+#$&/#5$/,+&-#*+fF+"-"#7$&#%+#"F%,!--+'H# %c##E$/,+&-"#0!88#%+#,$'+#.&#$#*+!,%F*"$%8+#%$"!"#1.*#$55*.G+'#$&'#7.,58+-+'#0.*X#$"#"5+7!1!+'#!&#- !"#)(*++,+&-H# 7c##D6:@E@6C#!"#*+"5.&"!%8+#-.#'+-+*,!&+#!1#7."-"#$*+#+8!(!%8+H##)&/#fF+"-!.&"#*+($*'!&(#+8!(!%!8!-/#" .F8'#%+#78$*!1!+'#0!- # 6:;<;=>#5*!.*#-.#!&7F**!&(#7."-"H##:."-"#- $-#$*+#7.&'!-!.&$88/#+8!(!%8+#*+fF!*+#$55*.G$8#%/#6:;<;=>#5*!.*#-.#+M5+&'!-F*+H# 'c##D6:@E@6C#" $88#&.-#!&G.!7+#,.*+#- $&#.&7+#5+*#,.&- #F&8+""#$(*++'#.&#%/#6:;<;=>H +c##6:;<;=>#0!88#&.-#5*.7+""#5$/,+&-#*+fF+"-"#0!- .F-#- +#5*.5+*#*+!,%F*"+,+&-#1.*,"3#E*.(*+""#D+5.*-#$&'#"F55.*-!&(# '.7F,+&-$-!.&H##6:;<;=>#0!88#5*.G!'+#!&"-*F7-!.&"#1.*#"F%,!--!&(#5$/,+&-#*+fF+"-"H# 1c##6:;<;=>#0!88#5$/#- +#D6:@E@6C#- !*-/#bRUc#'$/"#$1-+*#*+7+!5-#.1#$#5*.5+*8/#7.,58+-+'#*+fF+"-#1.*#5$/,+&-H# (c##D6:@E@6C#0!88#*+7+!G+#5$/,+&-#- *.F( #2$" !&(-.&#L-$-+g"#;11!7+#.1#A!&$&7!$8#I$&$(+,+&-g"#L-$-+0!'+#E$/++#4+"XH## .#*+7+!G+#5$/,+&-#/.F#,F"-#*+(!"-+*#$"#$#"-$-+0!'+#G+&'.*#%/#"F%,!--!&(#$#"-$-+0!'+#G+&'.*#*+(!"-*$-!.&#1.*,#$&'#$&#@DL#2\]^# 1.*,#$-#0+%"!-+3# --5"K\[\[.1,H0$H(.G\[!-\]"/"-+,"\["-$-+0!'+\]G+&'.*5$/++\]"+*G!7+"H##@1#/.F# $G+#fF+"-!.&"#$%.F-#- +#G+&'.*# *+(!"-*$-!.&#5*.7+""3#/.F#7$&#7.&-$7-#L-$-+0!'+#E$/++#i+85#4+"X#$-#bRSUc#PUT\]ZQZU#.*#+,$!8#E$/++D+(!"-*$-!.&a.1,H0$H(.GH c##6:;<;=>#,$/3#$-#!-"#".8+#'!"7*+-!.&3#0!- .8'#5$/,+&-"#78$!,+'#%/#- +#D6:@E@6C#!1#- +#D6:@E@6C#1$!8"#-.# "$-!"1$7-.*!8/#7.,58/#0!- #$&/#-+*,#.*#7.&'!-!.&#.1#- !"#)(*++,+&-H !c##I.&!+"#0!- +8'#%/#6:;<;=>#,$/#%+#5$!'#-.#- +#D6:@E@6C#0 +&#- +#0.*X#'+"7*!%+'# +*+!&3#.*#$#5.*-!.&#- +*+.13# $"# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf %++&#7.,58+-+'#!13#$-#6:;<;=>h"#".8+#'!"7*+-!.&3#"F7 #5$/,+&-#!"#*+$".&$%8+#$&'#$55*.G+'#$77.*'!&(#-.#- !"#)(*++,+&-3#$"# $55*.5*!$-+3#.*#F5.&#7.,58+-!.&#.1#$&#$F'!-#$"#"5+7!1!+'# +*+!&H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!376 E$(+#Q^#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C Jc##D6:@E@6C#,F"-#"F%,!-#0!- !&#- !*-/#bRUc#'$/"#$1-+*#- +#+M5!*$-!.&#'$-+#.1#- !"#)(*++,+&-3#$88#1!&$&7!$83#5+*1.*,$&7+3#$&'# .- +*#*+5.*-"#*+fF!*+'#%/#- !"#)(*++,+&-H#A$!8F*+#-.#7.,58/#,$/#*+"F8-#!&#'+8$/+'#*+!,%F*"+,+&-H ZH############:;IE<@)C:6#2@i#)<<#<)2L D6:@E@6C#$(*++"#-.#7.,58/#1F88/#0!- #$88#$558!7$%8+#1+'+*$83#"-$-+#$&'#8.7$8#8$0"3#.*'+*"3#*+(F8$-!.&"3#$&'#5+*,!-"#*+8$-+'#-.# - !"#)(*++,+&-3#!&78F'!&(#%F-#&.-#8!,!-+'#-.K $c##D6:@E@6C#$(*++"#-.#7.,58/#0!- #$88#$558!7$%8+#8$0"3#*+(F8$-!.&"3#$&'#5.8!7!+"#.1#- +#`&!-+'#L-$-+"#$&'#- +#L-$-+#.1# 2$" !&(-.&#0 !7 #$11+7-#0$(+"#$&'#J.%#"$1+-/H# %c##D6:@E@6C#$(*++"#-.#%+#%.F&'#%/#$88#$558!7$%8+#1+'+*$8#$&'#"-$-+#8$0"3#*+(F8$-!.&"3#$&'#5.8!7!+"#$($!&"-#'!"7*!,!&$-!.&H# 7c##D6:@E@6C#7+*-!1!+"#1F88#7.,58!$&7+#0!- #$88#$558!7$%8+#"-$-+#!&'F"-*!$8#!&"F*$&7+#*+fF!*+,+&-"H 'c##D6:@E@6C#$(*++"#-.#"+7F*+#$&'#5*.G!'+#$""F*$&7+#-.#6:;<;=>#- $-#$88#- +#&+7+""$*/#$55*.G$8"#$&'#5+*,!-"#*+fF!*+'# %/#$F- .*!-!+"# $G!&(#JF*!"'!7-!.&#.G+*#- +#5*.J+7-#$*+#.%-$!&+'H##D6:@E@6C#,F"-#!&78F'+#-!,+#!&#- +!*#5*.J+7-#-!,+8!&+#1.*#- +# 5+*,!-#$&'#$55*.G$8#5*.7+""+"H 6:;<;=>#" $88# $G+#- +#*!( -#-.#!,,+'!$-+8/#-+*,!&$-+#1.*#7$F"+#- !"#)(*++,+&-#$"#5*.G!'+'# +*+!&#!1#- +#D6:@E@6C#1$!8"#-.# 7.,58/#0!- #$%.G+#*+fF!*+,+&-"H @1#$&/#5*.G!"!.&#.1#- !"#)(*++,+&-#G!.8$-+"#$&/#"-$-F-+#.*#*F8+#.1#8$0#.1#- +#"-$-+#.1#2$" !&(-.&3#!-#!"#7.&"!'+*+'#,.'!1!+'#-.# 7.&1.*,#-.#- $-#"-$-F-+#.*#*F8+#.1#8$0H ^H############:;CA<@:#;A#@C6D6L D6:@E@6C#$&'#6:;<;=>#$(*++#- $-#$&/#.11!7+*3#,+,%+*3#$(+&-3#.*#+,58./++3#0 .#+M+*7!"+"#$&/#1F&7-!.&#.*#*+"5.&"!%!8!-/# !&#- +#*+G!+03#$55*.G$83#.*#7$**/!&(#.F-#.1#- !"#)(*++,+&-3#" $88#&.-# $G+#$&/#5+*".&$8#.*#1!&$&7!$8#!&-+*+"-3#'!*+7-#.*#!&'!*+7-3#&.*# $11+7-#- +#!&-+*+"-#.1#$&/#7.*5.*$-!.&3#5$*-&+*" !53#.*#$"".7!$-!.&#!&#0 !7 # +\[" +#!"#$#5$*-3#!&#- !"#)(*++,+&-#.*#- +#5*.7++'"# - +*+.1H QUH#########:;CD):@C=#A;D#=;;4L#)C4#L6D_@:6L# D6:@E@6C#,$/#7.&-*$7-#-.#%F/#(..'"#.*#"+*G!7+"#*+8$-+'#-.#!-"#5+*1.*,$&7+#F&'+*#- !"#)(*++,+&-H##D6:@E@6C#" $88#$0$*'# $88#7.&-*$7-"#1.*#7.&"-*F7-!.&3#5F*7 $"+#.1#(..'"3#+fF!5,+&-3#"+*G!7+"3#$&'#5*.1+""!.&$8#$*7 !-+7-F*$8#$&'#+&(!&++*!&(#"+*G!7+"# - *.F( #$#7.,5+-!-!G+#5*.7+""3#!1#*+fF!*+'#%/#L-$-+#8$0H##D6:@E@6C#!"#*+fF!*+'#-.#1.88.0#5*.7F*+,+&-#5*.7+'F*+"#- $-#+&"F*+# 8+($83#1$!*3#$&'#.5+&#7.,5+-!-!.&H D6:@E@6C#,F"-# $G+#$#"-$&'$*'#5*.7F*+,+&-#5*.7+""#.*#1.88.0#7F**+&-#"-$-+#5*.7F*+,+&-#5*.7+'F*+"H##D6:@E@6C#,$/#%+# *+fF!*+'#-.#5*.G!'+#0*!--+&#7+*-!1!7$-!.&#- $-#- +/# $G+#1.88.0+'#- +!*#"-$&'$*'#5*.7F*+,+&-#5*.7+'F*+"#$&'#$558!7$%8+#"-$-+#8$0# !&#$0$*'!&(#7.&-*$7-"#F&'+*#- !"#)(*++,+&-H# 6:;<;=>#*+"+*G+"#- +#*!( -#-.#!&"5+7-#$&'#*+fF+"-#7.5!+"#.1#$88#5*.7F*+,+&-#'.7F,+&-$-!.&3#$&'#*+G!+0#5*.7F*+,+&-# 5*$7-!7+"#*+8$-+'#-.#- !"#)(*++,+&-H##)&/#7."-"#!&7F**+'#$"#$#*+"F8-#.1#5*.7F*+,+&-#5*$7-!7+"#&.-#!&#7.,58!$&7+#0!- #"-$-+# 5*.7F*+,+&-#8$0#.*#- +#D6:@E@6Ch"#&.*,$8#5*.7+'F*+"#,$/#%+#'!"$88.0+'#$-#6:;<;=>g"#".8+#'!"7*+-!.&H QQH#########4@LE`6L 2 +&#- +*+#!"#$#'!"5F-+#0!- #*+($*'#-.#- +#+M-+&-#$&'#7 $*$7-+*#.1#- +#0.*X3#.*#$&/#.- +*#,$--+*#*+8$-+'#-.#- !"#)(*++,+&-#- +# '+-+*,!&$-!.&#.1#6:;<;=>#0!88#(.G+*&3#$8- .F( #- +#D6:@E@6C#" $88# $G+#- +#*!( -#-.#$55+$8#'+7!"!.&"#$"#5*.G!'+'#1.*# %+8.0K $c##D6:@E@6C#&.-!1!+"#- +#1F&'!&(#5*.(*$,#.1#$&#$55+$8#*+fF+"-H %c##)55+$8#*+fF+"-#,F"-#%+#!&#0*!-!&(#$&'#"-$-+#- +#'!"5F-+'#!""F+b"cH 7c##D6:@E@6C# $"#- +#.55.*-F&!-/#-.#%+# +$*'#$&'#.11+*#+G!'+&7+#!&#"F55.*-#.1#!-"#$55+$8H## Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf 'c##6:;<;=>#*+G!+0"#- +#D6:@E@6Cg"#$55+$8H +c##6:;<;=>#"+&'"#$#0*!--+&#$&"0+*#0!- !&#-+&#bQUc#%F"!&+""#'$/"3#F&8+""#,.*+#-!,+#!"#&++'+'3#$1-+*#7.&78F'!&(#- +#*+G!+0H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!377 E$(+#OU#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C  +#'+7!"!.&#.1#6:;<;=>#1*.,#$&#$55+$8#0!88#%+#1!&$8#$&'#7.&78F"!G+3#F&8+""#0!- !&#- !*-/#bRUc#'$/"#1*.,#- +#'$-+#.1#"F7 # '+7!"!.&3#- +#D6:@E@6C#1F*&!" +"#-.#- +#4!*+7-.*#.1#6:;<;=>#$#0*!--+&#$55+$8H# +#'+7!"!.&#.1#- +#4!*+7-.*#.*#'F8/# $F- .*!W+'#*+5*+"+&-$-!G+#0!88#%+#1!&$8#$&'#7.&78F"!G+H  +#5$*-!+"#$(*++#- $-#- !"#'!"5F-+#5*.7+""#0!88#5*+7+'+#$&/#$7-!.&#!&#$#JF'!7!$8#.*#fF$"!\]JF'!7!$8#-*!%F&$8H# )55+$8"#.1#- +#4!*+7-.*h"#'+7!"!.&#0!88#%+#%*.F( -#!&#- +#LF5+*!.*#:.F*-#.1# F*"-.&#:.F&-/H##D+G!+0#.1#- +#4!*+7-.*g"#'+7!"!.&# 0!88#&.-#%+#-$X+&#-.#6&G!*.&,+&-$8#$&'#<$&'#`"+#i+$*!&("#;11!7+H# E+&'!&(#1!&$8#'+7!"!.&#.1#$#'!"5F-+3#- +#D6:@E@6C#$(*++"#-.#5*.7++'#'!8!(+&-8/#0!- #- +#5+*1.*,$&7+#.1#- !"#)(*++,+&-#$&'#!&# $77.*'$&7+#0!- #- +#'+7!"!.&#*+&'+*+'H C.- !&(#!&#- !"#)(*++,+&-#0!88#%+#7.&"-*F+'#-.#8!,!-#- +#5$*-!+"g#7 .!7+#.1#$&.- +*#,F-F$88/#$77+5-$%8+#,+- .'3#!&#$''!-!.&#-.#- +# '!"5F-+#*+".8F-!.&#5*.7+'F*+#.F-8!&+'#$%.G+H QOH#########6C_@D;CI6C)<#4))#L)C4)D4L# $c##D6:@E@6C#" $88#5*+5$*+#$#oF$8!-/#)""F*$&7+#E*.J+7-#E8$&#bo)EEc#1.*#$#5*.J+7-#- $-#7.88+7-"#.*#F"+"#+&G!*.&,+&-$8# ,+$"F*+,+&-#'$-$H#D6:@E@6CL#F&"F*+#$%.F-#0 +- +*#$#o)EE#!"#*+fF!*+'#1.*#- +!*#5*.J+7-#" $88#7.&-$7-#- +#6:;<;=># E*.(*$,#!""F!&(#- +#(*$&-#.*#8.$&H#@1#$#o)EE#!"#*+fF!*+'3#- +#D6:@E@6C#" $88K s##`"+#6:;<;=>g"#o)EE#+,58$-+\[: +7X8!"-#5*.G!'+'#%/#- +#6:;<;=>3#F&8+""#6:;<;=>#oF$8!-/#)""F*$&7+#bo)c# .11!7+*#.*#- +#E*.(*$,#o)#7..*'!&$-.*#!&"-*F7-"#.- +*0!"+H s##A.88.0#6:;<;=>g"#=F!'+8!&+"#1.*#E*+5$*!&(#oF$8!-/#)""F*$&7+#E*.J+7-#E8$&"#1.*#6&G!*.&,+&-$8#L-F'!+"3#uF8/#OUUP# b67.8.(/#EF%8!7$-!.&#C.H#UP\]UR\]URUcH# s##LF%,!-#- +#o)EE#-.#6:;<;=>#1.*#*+G!+0#$&'#$55*.G$8#%+1.*+#- +#"-$*-#.1#- +#0.*XH# %c##D6:@E@6C#" $88#"F%,!-#+&G!*.&,+&-$8#'$-$#- $-#0$"#7.88+7-+'#.&#$#5*.J+7-#-.#6:;<;=>#F"!&(#- +#6&G!*.&,+&-$8# @&1.*,$-!.&#I$&$(+,+&-#"/"-+,#b6@Ic3#F&8+""#- +#6:;<;=>#E*.(*$,#!&"-*F7-"#.- +*0!"+H# +#D6:@E@6C#,F"-#7.&1!*,# 0!- #6:;<;=>#- $-#7.,58+-+#$&'#7.**+7-#'$-$#0$"#"F77+""1F88/#8.$'+'#!&-.#6@I3#1!&'#!&"-*F7-!.&"#$-K# --5K\[\[000H+7/H0$H(.G\[+!,H 7c##D6:@E@6C#" $88#1.88.0#6:;<;=>g"#'$-$#"-$&'$*'"#0 +&#=+.(*$5 !7#@&1.*,$-!.&#L/"-+,#b=@Lc#'$-$#!"#7.88+7-+'#$&'# 5*.7+""+'H#=F!'+8!&+"#1.*#:*+$-!&(#$&'#)77+""!&(#=@L#4$-$#$*+#$G$!8$%8+#$-K# --5"K\[\[+7.8.(/H0$H(.G\[D+"+$*7 \]4$-$\[4$-$\]*+".F*7+"\[=+.(*$5 !7\]@&1.*,$-!.&\]L/"-+,"\]=@L\[L-$&'$*'"H#D6:@E@6C3#0 +&# *+fF+"-+'#%/#6:;<;=>3#" $88#5*.G!'+#7.5!+"#-.#6:;<;=>#.1#$88#1!&$8#=@L#'$-$#8$/+*"3#!,$(+*/3#*+8$-+'#-$%8+"3#*$0#'$-$# 7.88+7-!.&#1!8+"3#,$5#5*.'F7-"3#$&'#$88#,+-$'$-$#$&'#5*.J+7-#'.7F,+&-$-!.&H QRH#########=;_6DC@C=#<)2  !"#)(*++,+&-#0!88#%+#(.G+*&+'#%/#- +#8$0"#.1#- +#L-$-+#.1#2$" !&(-.&3#$&'#- +#G+&F+#.1#$&/#$7-!.&#%*.F( -# +*+F&'+*#0!88#%+# !&#- +#LF5+*!.*#:.F*-#.1# F*"-.&#:.F&-/H QPH#########@C46IC@A@:)@;C 6:;<;=>#0!88#!&#&.#0$/#%+# +8'#*+"5.&"!%8+#1.*#5$/,+&-#.1#"$8$*!+"3#7.&"F8-$&-h"#1++"3#$&'#.- +*#7."-"#*+8$-+'#-.#- +#5*.J+7-# '+"7*!%+'# +*+!&3#+M7+5-#$"#5*.G!'+'#!&#- +#L7.5+#.1#2.*XH .#- +#+M-+&-#- $-#- +#:.&"-!-F-!.&#$&'#8$0"#.1#- +#L-$-+#.1#2$" !&(-.&#5+*,!-3#+$7 #5$*-/#0!88#!&'+,&!1/#$&'# .8'#- +#.- +*# $*,8+""#1*.,#$&'#$($!&"-#$&/#8!$%!8!-/#1.*#$&/#.*#$88#!&JF*!+"#-.#5+*".&"#.*#5*.5+*-/#$*!"!&(#1*.,#- +#&+(8!(+&-#$7-#.*#.,!""!.&#.1# - $-#5$*-/#.*#- $-#5$*-/h"#$(+&-"#.*#+,58./++"#$*!"!&(#.F-#.1#- !"#)(*++,+&-H QVH#########@C46E6C46C#L)`L  +#+,58./++"3#G.8F&-++*"3#.*#$(+&-"#.1#+$7 #5$*-/#0 .#$*+#+&($(+'#!&#- +#5+*1.*,$&7+#.1#- !"#)(*++,+&-#0!88#7.&-!&F+#-.#%+# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58./++"3#G.8F&-++*"3#.*#$(+&-"#.1#- $-#5$*-/#$&'#0!88#&.-#1.*#$&/#5F*5."+#%+#+,58./++"3#G.8F&-++*"3#.*#$(+&-"#.1#- +#.- +*# 5$*-/H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!378 E$(+#OQ#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C QSH#########B@:Bd):BL D6:@E@6C#!"#5*. !%!-+'#1*.,#!&'F7!&(#%/#$&/#,+$&"#$&/#5+*".&#+,58./+'#.*#.- +*0!"+#!&G.8G+'#!&#- !"#)(*++,+&-#-.#(!G+#F5# $&/#5$*-#.1#- +#7.,5+&"$-!.&#-.#0 !7 # +\[" +#!"#.- +*0!"+#+&-!-8+'#-.#.*#*+7+!G+#$&/#1++3#7.,,!""!.&3#.*#(!1-#!&#*+-F*&#1.*#$0$*'# .1#$#"F%7.&-*$7-# +*+F&'+*H QTH#########I@C;D@>#)C4#2;I6CgL#d`L@C6LL#6C6DED@L6L#bI2d6c D6:@E@6C#!"#+&7.F*$(+'#-.#".8!7!-#$&'#*+7*F!-3#-.#- +#+M-+&-#5.""!%8+3#7+*-!1!+'#,!&.*!-/\].0&+'#bId6c#$&'#0.,+&\].0&+'# b2d6c#%F"!&+""+"#!&#5F*7 $"+"#$&'#7.&-*$7-"#!&!-!$-+'#F&'+*#- !"#)(*++,+&-H :.&-*$7-#$0$*'"#.*#*+J+7-!.&"#7$&&.-#%+#,$'+#%$"+'#.&#I2d6#5$*-!7!5$-!.&Y# .0+G+*3#- +#D6:@E@6C#!"#+&7.F*$(+'#-.# -$X+#- +#1.88.0!&(#$7-!.&"3#0 +&#5.""!%8+3#!&#$&/#5*.7F*+,+&-#F&'+*#- !"#)(*++,+&-K $c##@&78F'+#fF$8!1!+'#,!&.*!-/#$&'#0.,+&h"#%F"!&+""+"#.&#".8!7!-$-!.&#8!"-"#0 +&+G+*#- +/#$*+#5.-+&-!$8#".F*7+"#.1#(..'"#.*# "+*G!7+"H %c##4!G!'+#- +#-.-$8#*+fF!*+,+&-"3#0 +&#+7.&.,!7$88/#1+$"!%8+3#!&-.#",$88+*#-$"X"#.*#fF$&-!-!+"3#-.#5+*,!-#,$M!,F,#5$*-!7!5$-!.&# %/#fF$8!1!+'#,!&.*!-/#$&'#0.,+&h"#%F"!&+""+"H 7c##6"-$%8!" #'+8!G+*/#"7 +'F8+"3#0 +*+#0.*X#*+fF!*+,+&-"#5+*,!-3#0 !7 #0!88#+&7.F*$(+#5$*-!7!5$-!.&#.1#fF$8!1!+'#,!&.*!-/#$&'# 0.,+&h"#%F"!&+""+"H 'c##`"+#- +#"+*G!7+"#$&'#$""!"-$&7+#.1#- +#2$" !&(-.&#L-$-+#;11!7+#.1#I!&.*!-/#$&'#2.,+&h"#dF"!&+""#6&-+*5*!"+"#b;I2d6c# bZSS\]OUZ\]QUSPc#$&'#- +#;11!7+#.1#I!&.*!-/#dF"!&+""#6&-+*5*!"+"#.1#- +#`HLH#4+5$*-,+&-#.1#:.,,+*7+3#$"#$55*.5*!$-+H QZH#########;D46D#;A#ED6:646C:6 @&#- +#+G+&-#.1#!&7.&"!"-+&7/#!&#- !"#)(*++,+&-3#F&8+""#.- +*0!"+#5*.G!'+'# +*+!&3#- +#!&7.&"!"-+&7/#" $88#%+#*+".8G+'#%/#(!G!&(# 5*+7+'+&7+#!&#- +#1.88.0!&(#.*'+*K##b$c#$558!7$%8+#1+'+*$8#$&'#"-$-+#"-$-F-+"#$&'#*+(F8$-!.&"Y#b%c# +#)(*++,+&-Y#b7c#L7.5+#.1# 2.*XY#b'c#L5+7!$8#+*,"#$&'#:.&'!-!.&"Y#b+c#)&/#5*.G!"!.&"#.*#-+*,"#!&7.*5.*$-+'# +*+!&#%/#*+1+*+&7+3#!&78F'!&(#- +# r)',!&!"-*$-!G+#D+fF!*+,+&-"#1.*#D+7!5!+&-"#.1#67.8.(/#=*$&-"#$&'#<.$&"rY#b1c#67.8.(/#AF&'!&(#E*.(*$,#=F!'+8!&+"Y#$&'#b(c# =+&+*$8#+*,"#$&'#:.&'!-!.&"H Q^H#########ED6L6C)@;C#)C4#ED;I;@;C)<#I)6D@)<L 6:;<;=>#*+"+*G+"#- +#*!( -#-.#$55*.G+#D6:@E@6Cg"#7.,,F&!7$-!.&#'.7F,+&-"#$&'#,$-+*!$8"#*+8$-+'#-.#- +#1F81!88,+&-#.1# - !"#)(*++,+&-K# $c##@1#*+fF+"-+'3#D6:@E@6C#" $88#5*.G!'+#$#'*$1-#7.5/#-.#6:;<;=>#1.*#*+G!+0#$&'#$55*.G$8#-+&#bQUc#%F"!&+""#'$/"#5*!.*#-.# 5*.'F7-!.&#$&'#'!"-*!%F-!.&H %c##D6:@E@6C#" $88#!&78F'+#-!,+#1.*#6:;<;=>g"#*+G!+0#$&'#$55*.G$8#5*.7+""#!&#- +!*#5*.J+7-#-!,+8!&+H 7c##@1#*+fF+"-+'3#D6:@E@6C#" $88#5*.G!'+#6:;<;=>#-0.#bOc#1!&$8#7.5!+"#$&'#$&#+8+7-*.&!7#7.5/#.1#$&/#-$&(!%8+#5*.'F7-"# '+G+8.5+'H :.5!+"#!&78F'+#$&/#5*!&-+'#,$-+*!$8"3#$&'#$88#-$&(!%8+#5*.'F7-"#'+G+8.5+'#"F7 #$"#%*.7 F*+"3#,$&F$8"3#5$,5 8+-"3#G!'+."3#$F'!.# -$5+"3#:4"3#7F**!7F8F,3#5."-+*"3#,+'!$#$&&.F&7+,+&-"3#.*#($'(+-"#0!- #$#,+""$(+3#"F7 #$"#$#*+1*!(+*$-.*#,$(&+-3#$&'#$&/# .&8!&+#7.,,F&!7$-!.&"3#"F7 #$"#0+%#5$(+"3#%8.("3#$&'#-0!--+*#7$,5$!(&"H#@1#!-#!"#&.-#5*$7-!7$8#-.#5*.G!'+#$#7.5/3#- +&#- +# D6:@E@6C#" $88#5*.G!'+#$#'+"7*!5-!.&#b5 .-.(*$5 "3#'*$0!&("3#5*!&-.F-"3#+-7Hc#- $-#%+"-#*+5*+"+&-"#- +#!-+,H )&/#7.,,F&!7$-!.&"#!&-+&'+'#1.*#5F%8!7#'!"-*!%F-!.&#- $-#F"+"#6:;<;=>g"#8.(.#" $88#7.,58/#0!- #6:;<;=>g"#(*$5 !7# *+fF!*+,+&-"#$&'#$&/#$''!-!.&$8#*+fF!*+,+&-"#"5+7!1!+'#!&#- !"#)(*++,+&-H##d+1.*+#- +#F"+#.1#6:;<;=>g"#8.(.#7.&-$7-# 6:;<;=>#1.*#(F!'+8!&+"H# D6:@E@6C#" $88#$7X&.08+'(+#!&#- +#7.,,F&!7$-!.&"#- $-#1F&'!&(#0$"#5*.G!'+'#%/#6:;<;=>H Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf OUH#########ED;=D6LL#D6E;D@C= +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!379 E$(+#OO#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C $c##D6:@E@6C#,F"-#"$-!"1$7-.*!8/#'+,.&"-*$-+#- +#-!,+8/#F"+#.1#1F&'"#%/#"F%,!--!&(#5$/,+&-#*+fF+"-"#$&'#5*.(*+""#*+5.*-"#-.# 6:;<;=>H##6:;<;=>#*+"+*G+"#- +#*!( -#-.#$,+&'#.*#-+*,!&$-+#- !"#)(*++,+&-#!1#- +#D6:@E@6C#'.+"#&.-#'.7F,+&-# -!,+8/#F"+#.1#1F&'"H# %c##D6:@E@6C#,F"-#"F%,!-#$#5*.(*+""#*+5.*-#0!- #+$7 #5$/,+&-#*+fF+"-H##E$/,+&-#*+fF+"-"#0!88#&.-#%+#5*.7+""+'#0!- .F-#$# 5*.(*+""#*+5.*-H##6:;<;=>#0!88#'+1!&+#- +#+8+,+&-"#$&'#1*+fF+&7/#.1#5*.(*+""#*+5.*-"H 7c##D6:@E@6C#" $88#F"+#6:;<;=>g"#5*.G!'+'#5*.(*+""#*+5.*-#1.*,$-H## 'c##oF$*-+*8/#5*.(*+""#*+5.*-"#0!88#7.G+*#- +#5+*!.'"#1*.,#u$&F$*/#Q#- *.F( #I$*7 #RQ3#)5*!8#Q#- *.F( #uF&+#RU3#uF8/#Q#- *.F( # L+5-+,%+*#RU3#$&'#;7-.%+*#Q#- *.F( #4+7+,%+*#RQH##D+5.*-"#" $88#%+#"F%,!--+'#0!- !&#- !*-/#bRUc#'$/"#$1-+*#- +#+&'#.1#- +# fF$*-+*#%+!&(#*+5.*-+'H# +c##D6:@E@6C#,F"-#"F%,!-#0!- !&#- !*-/#bRUc#'$/"#.1#- +#+M5!*$-!.&#'$-+#.1#- +#5*.J+7-3#F&8+""#$&#+M-+&"!.&# $"#%++&#$55*.G+'# %/#6:;<;=>3#$88#1!&$&7!$83#5+*1.*,$&7+3#$&'#.- +*#*+5.*-"#*+fF!*+'#%/#- +#)(*++,+&-#$&'#1F&'!&(#5*.(*$,#(F!'+8!&+"H## D6:@E@6C#" $88#F"+#- +#6:;<;=>#5*.G!'+'#78."+.F-#*+5.*-#1.*,$-H## OQH#########ED;E6D>#D@=iL $c##:.5/*!( -"#$&'#E$-+&-"H##2 +&#- +#D6:@E@6C#7*+$-+"#$&/#7.5/*!( -$%8+#,$-+*!$8"#.*#!&G+&-"#$&/#5$-+&-$%8+#5*.5+*-/# F&'+*#- !"#)(*++,+&-3#- +#D6:@E@6C#,$/#7.5/*!( -#.*#5$-+&-#- +#"$,+#%F-#6:;<;=>#*+-$!&"#$#*./$8-/#1*++3#&.&+M78F"!G+3# $&'#!**+G.7$%8+#8!7+&"+#-.#*+5*.'F7+3#5F%8!" 3#*+7.G+*3#.*#.- +*0!"+#F"+#- +#,$-+*!$8b"c#.*#5*.5+*-/3#$&'#-.#$F- .*!W+#.- +*"#-.# F"+#- +#"$,+#1.*#1+'+*$83#"-$-+3#.*#8.7$8#(.G+*&,+&-#5F*5."+"H %c##EF%8!7$-!.&"H##2 +&#- +#D6:@E@6C#.*#5+*".&"#+,58./+'#%/#- +#D6:@E@6C#F"+#.*#5F%8!" #6:;<;=>#!&1.*,$-!.&Y# 5*+"+&-#5$5+*"3#8+7-F*+"3#.*#"+,!&$*"#!&G.8G!&(#!&1.*,$-!.&#"F558!+'#%/#6:;<;=>Y#.*#F"+#8.(."3#*+5.*-"3#,$5"3#.*#.- +*#'$-$# !&#5*!&-+'#*+5.*-"3#"!(&"3#%*.7 F*+"3#5$,5 8+-"3#+-7H3#$55*.5*!$-+#7*+'!-#" $88#%+#(!G+&#-.#6:;<;=>H 7c##E*+"+&-$-!.&#$&'#E*.,.-!.&$8#I$-+*!$8"H#6:;<;=>#" $88# $G+#- +#*!( -#-.#F"+#.*#*+5*.'F7+#$&/#5*!&-+'#.*#(*$5 !7# ,$-+*!$8"#5*.'F7+'#!&#1F81!88,+&-#.1#- !"#)(*++,+&-3#!&#$&/#,$&&+*#6:;<;=>#'++,"#$55*.5*!$-+H#6:;<;=>#" $88# $7X&.08+'(+#- +#D6:@E@6C#$"#- +#".8+#7.5/*!( -#.0&+*#!&#+G+*/#F"+#.*#*+5*.'F7-!.&#.1#- +#,$-+*!$8"H 'c##$&(!%8+#E*.5+*-/#D!( -"H##6:;<;=>h"#7F**+&-#+'!-!.&#.1#r)',!&!"-*$-!G+#D+fF!*+,+&-"#1.*#D+7!5!+&-"#.1#67.8.(/#=*$&-"# $&'#<.$&"3r#" $88#7.&-*.8#- +#F"+#$&'#'!"5."!-!.&#.1#$88#*+$8#$&'#5+*".&$8#5*.5+*-/#5F*7 $"+'#0 .88/#.*#!&#5$*-#0!- #1F&'"# 1F*&!" +'#%/#6:;<;=>#!&#- +#$%"+&7+#.1#"-$-+#$&'#1+'+*$8#"-$-F-+"3#*+(F8$-!.&"3#.*#5.8!7!+"#-.#- +#7.&-*$*/3#.*#F5.&#"5+7!1!7# !&"-*F7-!.&"#0!- #*+"5+7-#- +*+-.#!&#- !"#)(*++,+&-H +c##E+*".&$8#E*.5+*-/#AF*&!" +'#%/#6:;<;=>H##2 +&#6:;<;=>#5*.G!'+"#5+*".&$8#5*.5+*-/#'!*+7-8/#-.#- +#D6:@E@6C# 1.*#F"+#!&#5+*1.*,$&7+#.1#- +#5*.J+7-3#!-#" $88#%+#*+-F*&+'#-.#6:;<;=>#5*!.*#-.#1!&$8#5$/,+&-#%/#6:;<;=>H##@1#"$!'#5*.5+*-/# !"#8."-3#"-.8+&3#.*#'$,$(+'#0 !8+#!&#- +#D6:@E@6Ch"#5.""+""!.&3#- +&#6:;<;=>#" $88#%+#*+!,%F*"+'#!&#7$" #.*#%/#"+-.11#%/# - +#D6:@E@6C#1.*#- +#1$!*#,$*X+-#G$8F+#.1#"F7 #5*.5+*-/H 1c##)7fF!"!-!.&#E*.J+7-"H## +#1.88.0!&(#5*.G!"!.&"#" $88#$558/#!1#- +#5*.J+7-#7.G+*+'#%/#- !"#)(*++,+&-#!&78F'+"#1F&'"#1.*#- +# $7fF!"!-!.&#.1#8$&'#.*#1$7!8!-!+"K## QH##D6:@E@6C#" $88#+"-$%8!" #- $-#- +#7."-#!"#1$!*#G$8F+#$&'#*+$".&$%8+#5*!.*#-.#'!"%F*"+,+&-#.1#1F&'"#5*.G!'+'#1.*#!&#- !"# )(*++,+&-H# OH##D6:@E@6C#" $88#5*.G!'+#"$-!"1$7-.*/#+G!'+&7+#.1#-!-8+#.*#$%!8!-/#-.#$7fF!*+#-!-8+#1.*#+$7 #5$*7+8#5*!.*#-.#'!"%F*"+,+&-#.1# 1F&'"#5*.G!'+'#%/#- !"#)(*++,+&-H##LF7 #+G!'+&7+#,$/#!&78F'+#-!-8+#!&"F*$&7+#5.8!7!+"3#.**+&"#7+*-!1!7$-+"3#.*#$%"-*$7-"3#$&'# $--.*&+/h"#.5!&!.&"#+"-$%8!" !&(#- $-#- +#8$&'#!"#1*++#1*.,#$&/#!,5+'!,+&-3#8!+&3#.*#78$!,#0 !7 #0.F8'#!,5$!*#- +#F"+"#!&-+&'+'#%/# - !"#)(*++,+&-H# (c##:.&G+*"!.&"H##D+($*'8+""#.1#- +#)(*++,+&-#+M5!*$-!.&#'$-+3#- +#D6:@E@6C#" $88#&.-#$-#$&/#-!,+#7.&G+*-#$&/#+fF!5,+&-3# 5*.5+*-/3#.*#1$7!8!-/#$7fF!*+'#.*#'+G+8.5+'#F&'+*#- !"#)(*++,+&-#-.#F"+"#.- +*#- $&#- ."+#1.*#0 !7 #$""!"-$&7+#0$"#.*!(!&$88/# $55*.G+'#0!- .F-#5*!.*#0*!--+&#$55*.G$8#.1#6:;<;=>H##LF7 #$55*.G$8#,$/#%+#7.&'!-!.&+'#F5.&#5$/,+&-#-.#6:;<;=>#.1# - $-#5.*-!.&#.1#- +#5*.7++'"#.1#- +#"$8+3#8+$"+3#.*#.- +*#7.&G+*"!.&#.*#+&7F,%*$&7+#0 !7 #,.&!+"#(*$&-+'#5F*"F$&-#-.#- !"# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf )(*++,+&-#%+$*#-.#- +#-.-$8#$7fF!"!-!.&3#5F*7 $"+3#.*#7.&"-*F7-!.&#7."-"#.1#"F7 #5*.5+*-/H +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!37: E$(+#OR#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C OOH#########D6:;D4L3#)`4@L3#)C4#@CLE6:@;CL D6:@E@6C#" $88#,$!&-$!&#7.,58+-+#5*.(*$,#$&'#1!&$&7!$8#*+7.*'"#*+8$-!&(#-.#- !"#)(*++,+&-3#!&78F'!&(#$&/#+&(!&++*!&(# '.7F,+&-$-!.&#$&'#1!+8'#!&"5+7-!.&#*+5.*-"#.1#$88#7.&"-*F7-!.&#0.*X#$77.,58!" +'H )88#*+7.*'"#" $88K# $c##d+#X+5-#!&#$#,$&&+*#0 !7 #5*.G!'+"#$&#$F'!-#-*$!8#1.*#$88#+M5+&'!-F*+"H %c##d+#X+5-#!&#$#7.,,.&#1!8+#-.#1$7!8!-$-+#$F'!-"#$&'#!&"5+7-!.&"H# 7c##:8+$*8/#!&'!7$-+#-.-$8#*+7+!5-"#$&'#+M5+&'!-F*+"#*+8$-+'#-.#- !"#)(*++,+&-H 'c##d+#.5+&#1.*#$F'!-#.*#!&"5+7-!.&#%/#6:;<;=>3#.*#%/#$&/#'F8/#$F- .*!W+'#$F'!-#*+5*+"+&-$-!G+#.1#- +#L-$-+#.1#2$" !&(-.&3# 1.*#$#5+*!.'#.1#$-#8+$"-#- *++#bRc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fF$-+#*+7.*'"#,$/#%+#7.&"!'+*+'#7$F"+#1.*#-+*,!&$-!.&H )88#0.*X#5+*1.*,+'#F&'+*#- !"#)(*++,+&-#$&'#$&/#5*.5+*-/#$&'#+fF!5,+&-#5F*7 $"+'#" $88#%+#,$'+#$G$!8$%8+#-.#6:;<;=># $&'#-.#$&/#$F- .*!W+'#"-$-+3#1+'+*$8#.*#8.7$8#*+5*+"+&-$-!G+#1.*#!&"5+7-!.&#$-#$&/#-!,+#'F*!&(#- +#7.F*"+#.1#- !"#)(*++,+&-#$&'#1.*# $-#8+$"-#- *++#bRc#/+$*"#1.88.0!&(#(*$&-#.*#8.$&#-+*,!&$-!.&#.*#'!"5F-+#*+".8F-!.&# +*+F&'+*H# D6:@E@6C#" $88#5*.G!'+#*!( -#.1#$77+""#-.#6:;<;=>3#.*#$&/#.- +*#$F- .*!W+'#*+5*+"+&-$-!G+3#$-#$88#*+$".&$%8+#-!,+"3#!&# .*'+*#-.#,.&!-.*#$&'#+G$8F$-+#5+*1.*,$&7+3#7.,58!$&7+3#$&'#$&/#.- +*#7.&'!-!.&"#F&'+*#- !"#)(*++,+&-H ORH#########D6:;_6D>#;A#A`C4L  +#*!( -#.1#- +#D6:@E@6C#-.#*+-$!&#,.&!+"#*+7+!G+'#$"#*+!,%F*"+,+&-#5$/,+&-"#!"#7.&-!&(+&-#F5.&#"$-!"1$7-.*/#5+*1.*,$&7+# .1#- !"#)(*++,+&-#$&'#7.,58+-!.&#.1#- +#0.*X#'+"7*!%+'#!&#- +#L7.5+#.1#2.*XH )88#5$/,+&-"#-.#- +#D6:@E@6C#$*+#"F%J+7-#-.#$55*.G$8#$&'#$F'!-#%/#6:;<;=>3#$&'#$&/#F&$F- .*!W+'#+M5+&'!-F*+b"c#.*# F&$88.0$%8+#7."-#7 $*(+'#-.#- !"#)(*++,+&-#" $88#%+#*+1F&'+'#-.#6:;<;=>#%/#- +#D6:@E@6CH D6:@E@6C#" $88#*+1F&'#-.#6:;<;=>#- +#1F88#$,.F&-#.1#$&/#+**.&+.F"#5$/,+&-#.*#.G+*5$/,+&-#F&'+*#- !"#)(*++,+&-H D6:@E@6C#" $88#*+1F&'#%/#7 +7X#5$/$%8+#-.#6:;<;=>#- +#$,.F&-#.1#$&/#"F7 #*+'F7-!.&#.1#5$/,+&-"#.*#*+5$/,+&-"#0!- !&# - !*-/#bRUc#'$/"#.1#$#0*!--+&#&.-!7+H##@&-+*+"-#0!88#$77*F+#$-#- +#*$-+#.1#-0+8G+#5+*7+&-#bQOkc#5+*#/+$*#1*.,#- +#-!,+#6:;<;=># '+,$&'"#*+5$/,+&-#.1#1F&'"H )&/#5*.5+*-/#$7fF!*+'#F&'+*#- !"#)(*++,+&-3#$-#- +#.5-!.&#.1#6:;<;=>3#,$/#%+7.,+#6:;<;=>h"#5*.5+*-/#$&'#- +# D6:@E@6Ch"#8!$%!8!-/#-.#*+5$/#,.&!+"#0!88#%+#*+'F7+'#%/#$&#$,.F&-#*+18+7-!&(#- +#1$!*#G$8F+#.1#"F7 #5*.5+*-/H OPH#########L6_6D)d@<@> @1#$&/#5*.G!"!.&#.1#- !"#)(*++,+&-#.*#$&/#5*.G!"!.&#.1#$&/#'.7F,+&-#!&7.*5.*$-+'#%/#*+1+*+&7+#" $88#%+# +8'#!&G$8!'3#"F7 # !&G$8!'!-/#" $88#&.-#$11+7-#- +#.- +*#5*.G!"!.&"#.1#- !"#)(*++,+&-#0 !7 #7$&#%+#(!G+&#+11+7-#0!- .F-#- +#!&G$8!'#5*.G!"!.&3#$&'#-.# - !"#+&'#- +#5*.G!"!.&"#.1#- !"#)(*++,+&-#$*+#'+78$*+'#-.#%+#"+G+*$%8+H OVH#########L)6#6C_@D;CI6C)<#E;<@:>#):#bL6E)c D6:@E@6C#,F"-#'+,.&"-*$-+#-.#6:;<;=>g"#"$-!"1$7-!.&#- $-#7.,58!$&7+#0!- #- +#*+fF!*+,+&-"#.1#- +#L-$-+#6&G!*.&,+&-$8# E.8!7/#)7-#b: $5-+*#PRHOQ:#D:2#$&'#: $5-+*#Q^T\]QQ#2):c# $G+#%++&#.*#0!88#%+#,+-H##)&/#*+!,%F*"+,+&-"#$*+#"F%J+7-#-.# - !"#5*.G!"!.&H OSH#########L`LE6CL@;C 2 +&#!&#- +#%+"-#!&-+*+"-#.1#6:;<;=>3#6:;<;=>#,$/#$-#$&/#-!,+3#$&'#0!- .F-#7$F"+3#"F"5+&'#- !"#)(*++,+&-#.*#$&/# Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf 5.*-!.&#- +*+.1#1.*#$#-+,5.*$*/#5+*!.'#%/#0*!--+&#&.-!7+#1*.,#6:;<;=>#-.#- +#D6:@E@6CH#D6:@E@6C#" $88#*+"F,+# 5+*1.*,$&7+#.&#- +#&+M-#%F"!&+""#'$/#1.88.0!&(#- +#"F"5+&"!.&#5+*!.'#F&8+""#$&.- +*#'$/#!"#"5+7!1!+'#%/#6:;<;=>H# +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!381 E$(+#OP#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C OTH#########L`L)@C)d<6#ED):@:6L @&#.*'+*#-.#"F"-$!&#2$" !&(-.&g"#&$-F*$8#*+".F*7+"#$&'#+7."/"-+,"3#- +#D6:@E@6C#!"#1F88/#+&7.F*$(+'#-.#!,58+,+&-# "F"-$!&$%8+#5*$7-!7+"#$&'#-.#5F*7 $"+#+&G!*.&,+&-$88/#5*+1+*$%8+#5*.'F7-"#F&'+*#- !"#)(*++,+&-H## $c##LF"-$!&$%8+#5*$7-!7+"#,$/#!&78F'+#"F7 #$7-!G!-!+"#$"K#F"+#.1#78+$&#+&+*(/3#F"+#.1#'.F%8+\]"!'+'#5*!&-!&(3# ."-!&(#8.0#!,5$7-# ,++-!&("3#$&'#"+--!&(#F5#*+7/78!&(#$&'#7.,5."-!&(#5*.(*$,"H## %c##EF*7 $"!&(#,$/#!&78F'+#"F7 #!-+,"#$"K#"F"-$!&$%8/#5*.'F7+'#5*.'F7-"#$&'#"+*G!7+"3#6E6)#*+(!"-+*+'#7.,5F-+*"#$&'# !,$(!&(#+fF!5,+&-3#!&'+5+&'+&-8/#7+*-!1!+'#(*++&#78+$&!&(#5*.'F7-"3#*+,$&F1$7-F*+'#-.&+*#7$*-*!'(+"3#5*.'F7-"#0!- #*+'F7+'# 5$7X$(!&(3#.11!7+#5*.'F7-"#- $-#$*+#*+1!88$%8+3#*+7 $*(+$%8+3#$&'#*+7/78$%8+3#QUUk#5."-\]7.&"F,+*#*+7/78+'#5$5+*3#$&'#-.M!7#1*++# 5*.'F7-"H A.*#,.*+#"F((+"-!.&"#G!"!-#6:;<;=>g"#0+%#5$(+3#=*++&#EF*7 $"!&(3# --5"K\[\[+7.8.(/H0$H(.G\[D+(F8$-!.&"\]E+*,!-"\[=F!'$&7+\]-+7 &!7$8\]$""!"-$&7+\[LF"-$!&$%8+\]5F*7 $"!&(H OZH#########6DI@C)@;C $c##A.*#:$F"+ 6:;<;=>#,$/#-+*,!&$-+#1.*#7$F"+#- !"#)(*++,+&-#0!- #$#"+G+&#bTc#7$8+&'$*#'$/"#5*!.*#0*!--+&#&.-!1!7$-!.&#-.#- +# D6:@E@6C3#$-#- +#".8+#'!"7*+-!.&#.1#6:;<;=>3#1.*#1$!8!&(#-.#5+*1.*,#$&#)(*++,+&-#*+fF!*+,+&-#.*#1.*#$#,$-+*!$8#%*+$7 #.1# $&/#-+*,#.*#7.&'!-!.&H##@1#- !"#)(*++,+&-#!"#".#-+*,!&$-+'3#- +#5$*-!+"#" $88#%+#8!$%8+#.&8/#1.*#5+*1.*,$&7+#*+&'+*+'#.*#7."-"# !&7F**+'#!&#$77.*'$&7+#0!- #- +#-+*,"#.1#- !"#)(*++,+&-#5*!.*#-.#- +#+11+7-!G+#'$-+#.1#-+*,!&$-!.&H# A$!8F*+#-.#:.,,+&7+#2.*XH#6:;<;=>#*+"+*G+"#- +#*!( -#-.#-+*,!&$-+#- !"#)(*++,+&-#!1#D6:@E@6C#1$!8"#-.#7.,,+&7+#0.*X# .&#- +#5*.J+7-#1F&'+'#0!- !&#1.F*#bPc#,.&- "#$1-+*#- +#+11+7-!G+#'$-+#.1#- !"#)(*++,+&-3#.*#%/#$&/#'$-+#,F-F$88/#$(*++'#F5.&#!&# 0*!-!&(#1.*#7.,,+&7+,+&-#.1#0.*X3#.*#- +#-!,+#5+*!.'#'+1!&+'#0!- !&#- +#L7.5+#.1#2.*XH C.&\]E+*1.*,$&7+H# +#.%8!($-!.&#.1#6:;<;=>#-.#- +#D6:@E@6C#!"#7.&-!&(+&-#F5.&#"$-!"1$7-.*/#5+*1.*,$&7+#%/#- +# D6:@E@6C#.1#$88#.1#!-"#.%8!($-!.&"#F&'+*#- !"#)(*++,+&-H##@&#- +#+G+&-#- +#D6:@E@6C#F&JF"-!1!$%8/#1$!8"3#!&#- +#.5!&!.&#.1# 6:;<;=>3#-.#5+*1.*,#$&/#.%8!($-!.&#*+fF!*+'#.1#!-#%/#- !"#)(*++,+&-3#6:;<;=>#,$/#*+1F"+#-.#5$/#$&/#1F*- +*#1F&'"3# -+*,!&$-+#!&#0 .8+#.*#!&#5$*-#- !"#)(*++,+&-3#$&'#+M+*7!"+#$&/#.- +*#*!( -"#F&'+*#- !"#)(*++,+&-H 4+"5!-+#- +#$%.G+3#- +#D6:@E@6C#" $88#&.-#%+#*+8!+G+'#.1#$&/#8!$%!8!-/#-.#6:;<;=>#1.*#'$,$(+"#"F"-$!&+'#%/#6:;<;=># $&'#- +#L-$-+#.1#2$" !&(-.&#%+7$F"+#.1#$&/#%*+$7 #.1#- !"#)(*++,+&-#%/#- +#D6:@E@6CH##6:;<;=>#,$/#0!- .8'# 5$/,+&-"#1.*#- +#5F*5."+#.1#"+-.11#F&-!8#"F7 #-!,+#$"#- +#+M$7-#$,.F&-#.1#'$,$(+"#'F+#6:;<;=>#1*.,#- +#D6:@E@6C#!"# '+-+*,!&+'H %c##A.*#:.&G+&!+&7+ 6:;<;=>#,$/#-+*,!&$-+#1.*#7.&G+&!+&7+#- !"#)(*++,+&-3#!&#0 .8+#.*#!&#5$*-3#1.*#$&/#*+$".&#0 +&#!-#!"#- +#%+"-#!&-+*+"-#.1# 6:;<;=>3#0!- #$#- !*-/#bRUc#7$8+&'$*#'$/"#5*!.*#0*!--+&#&.-!1!7$-!.&#-.#- +#D6:@E@6C3#+M7+5-#$"#&.-+'#%+8.0H##@1#- !"# )(*++,+&-#!"#".#-+*,!&$-+'3#- +#5$*-!+"#" $88#%+#8!$%8+#.&8/#1.*#5+*1.*,$&7+#*+&'+*+'#.*#7."-"#!&7F**+'#!&#$77.*'$&7+#0!- #- +# -+*,"#.1#- !"#)(*++,+&-#5*!.*#-.#- +#+11+7-!G+#'$-+#.1#-+*,!&$-!.&H C.&\])88.7$-!.&#.1#AF&'"H#6:;<;=>g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uubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf @&#- +#+G+&-#.1#-+*,!&$-!.&#.*#"F"5+&"!.&3#6:;<;=>#0!88#*+!,%F*"+#+8!(!%8+#7."-"#!&7F**+'#%/#- +#D6:@E@6C#- *.F( #- +# +11+7-!G+#'$-+#.1#-+*,!&$-!.&#.*#"F"5+&"!.&H#D+!,%F*"+'#7."-"#,F"-#%+#$(*++'#-.#%/#6:;<;=>#$&'#- +#D6:@E@6CH#@&#&.# +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!382 E$(+#OV#.1#OV 6/4/b L-$-+#.1#2$" !&(-.&#4+5$*-,+&-#.1#67.8.(/ )(*++,+&-#C.KL2I<L2A)\]OUOQ\]B+&-E2\]UUUT^ E*.J+7-#!-8+K@IE#:!-/#.1#B+&- D+7!5!+&-#C$,+K:@>#;A#B6C +G+&-#" $88#6:;<;=>g"#*+!,%F*"+,+&-#+M7++'#6:;<;=>g"#-.-$8#*+"5.&"!%!8!-/#F&'+*#- +#)(*++,+&-#$&'#$&/#$,+&',+&-"H @1#5$/,+&-"# $G+#%++&#'!"7.&-!&F+'#%/#6:;<;=>#'F+#-.#F&$G$!8$%8+#1F&'"3#- +#D6:@E@6C#" $88#&.-#%+#.%8!($-+'#-.#*+5$/# ,.&!+"#0 !7 # $'#%++&#5$!'#-.#- +#D6:@E@6C#5*!.*#-.#"F7 #-+*,!&$-!.&H D6:@E@6Cg"#.%8!($-!.&#-.#7.&-!&F+#.*#7.,58+-+#- +#0.*X#'+"7*!%+'#!&#- !"#)(*++,+&-#" $88#%+#7.&-!&(+&-#F5.&#$G$!8$%!8!-/#.1# 1F&'"#%/#- +#D6:@E@6Ch"#(.G+*&!&(#%.'/H 7c##d/#IF-F$8#)(*++,+&- 6:;<;=>#$&'#- +#D6:@E@6C#,$/#-+*,!&$-+#- !"#)(*++,+&-3#!&#0 .8+#.*#!&#5$*-3#$-#$&/#-!,+3#%/#,F-F$8#0*!--+&#$(*++,+&-H 'c##@&#6G+&-#.1#+*,!&$-!.& )88#1!&!" +'#.*#F&1!&!" +'#'.7F,+&-"3#'$-$#"-F'!+"3#"F*G+/"3#'*$0!&("3#,$5"3#,.'+8"3#5 .-.(*$5 "3#*+5.*-"#.*#.- +*#,$-+*!$8"# 5*+5$*+'#%/#- +#D6:@E@6C#F&'+*#- !"#)(*++,+&-3#$-#- +#.5-!.&#.1#6:;<;=>3#0!88#%+7.,+#5*.5+*-/#.1#6:;<;=>#$&'#- +# D6:@E@6C#" $88#%+#+&-!-8+'#-.#*+7+!G+#JF"-#$&'#+fF!-$%8+#7.,5+&"$-!.&#1.*#$&/#"$-!"1$7-.*/#0.*X#7.,58+-+'#.&#"F7 # '.7F,+&-"#$&'#.- +*#,$-+*!$8"H# C.- !&(#7.&-$!&+'# +*+!&#" $88#5*+78F'+#6:;<;=>#1*.,#'+,$&'!&(#*+5$/,+&-#.1#$88#1F&'"#5$!'#-.#- +#D6:@E@6C#!&# $77.*'$&7+#0!- #D+7.G+*/#.1#AF&'"3#!'+&-!1!+'# +*+!&H O^H#########i@D4#E)D>#d6C6A@:@)D> D6:@E@6C#" $88#+&"F*+#- $-#!&#$88#"F%7.&-*$7-"#+&-+*+'#!&-.#%/#- +#D6:@E@6C#5F*"F$&-#-.#- !"#)(*++,+&-3#- +#"-$-+#.1# 2$" !&(-.&#!"#&$,+'#$"#$&#+M5*+""#- !*'#5$*-/#%+&+1!7!$*/#.1#"F7 #"F%7.&-*$7-"#0!- #1F88#*!( -"#$"#"F7 H RUH#########2)@_6D 2$!G+*#.1#$#'+1$F8-#.*#%*+$7 #.1#$&/#5*.G!"!.&#.1#- !"#)(*++,+&-#!"#&.-#$#0$!G+*#.1#$&/#"F%"+fF+&-#'+1$F8-#.*#%*+$7 3#$&'#0!88# &.-#%+#7.&"-*F+'#$"#$#,.'!1!7$-!.&#.1#- +#-+*,"#.1#- !"#)(*++,+&-#F&8+""#"-$-+'#$"#"F7 #!&#0*!-!&(#%/#- +#$F- .*!W+'# *+5*+"+&-$-!G+#.1#6:;<;=>H 6&'#.1#=+&+*$8#+*,"#$&'#:.&'!-!.&" Buubdinfou;!Mpdbm!Tpmje!Xbtuf!Gjobodjbm!Bttjtubodf!Bhsffnfou!!)3:38!;!Efqbsunfou!pg!Fdpmphz!Tpmje!Xbtuf!Nbobhfnfou!Mpdbm!Tpmje!Xbtuf +,58$-+#_+*"!.&#QO\[QU\[OUOU Qbdlfu!Qh/!383 6/5 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South Kent, WA 98032 253-856-5500 DATE: November 15, 2021 TO: Public Works Committee SUBJECT: INFO ONLY: Pollinator Flower Patch SUMMARY: There has been considerable attention paid to t bee population, which is due in part to habitat loss. One of the ways to aid the restoration of habitat is planting a pollinator flower patch. Pollinator flower patches are planted predominately with native flowers that provide nectar or pollen for a wide range of pollinating insects, including bees. In addition to habitat restoration for pollinating insects, the foliage within the patches provides an aesthetic benefit to residents and reduces mowing frequencies. Staff will present information on pollinator flower patches, including selected locations to establish patches through a pilot program. Street and drainage operating funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Qbdlfu!Qh/!384