Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CAG2020-228 - Original - Terra Dynamics, Inc. - West Fenwick Park Renovation - 07/17/2020
ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? Yes No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes No Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No 'LU$VVW 6XS0JU 'LU'HS Lynn Osborn for Terry Jungman ✔ ✔ P21030 ✔N/A Terra Dynamics Inc.Contract 492123 West Fenwick Park Renovation, PK20-03 Park renovation including new play equipment, field irrigation, a futsal court, path lighting, and basketball court and entry improvements. $ 3,169,100.00 Bid 107 calendar days ✔ ✔ Contract Number: CAG2020-228 07/01/2020 Soonest possible please 06/16/2020 July 2020 July 13, 2020 Parks, Recreation & Community Servic TJ RL JP PROJECT MANUAL WEST FENWICK PARK RENOVATION Project Number PK20-03 PROJECT ADDRESS: 3808 Reith Road Kent, WA 98032 OWNER: City of Kent Parks, Recreation & Community Services 220 4th Avenue South Kent, WA 98032 PROJECT MANAGER: Terry Jungman Bryan Higgins Parks Planning & Development City of Kent ARCHITECT: Andy Mitton Stephanie Woirol The Berger Partnership Seattle, Washington JULIE PARASCONDOLA, CPRE DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES CITY OF KENT KING COUNTY, WASHINGTON WEST FENWICK PARK RENOVATION Project Number PK20-03 BIDS ACCEPTED UNTIL: Monday, June 1, 2020 1:00 PM BID OPENING: Monday, June 1, 2020 1:15 PM Kent City Hall, Council Chambers, First Floor DELIVER TO: City Clerk’s Office, Kent City Hall, First Floor 220 4th Avenue South, Kent, Washington 98032 OWNER: City of Kent Parks, Recreation & Community Services 220 4th Avenue South Kent, WA 98032 PROJECT MANAGER: Terry Jungman Bryan Higgins Kent Parks Planning & Development ARCHITECT: Andy Mitton Stephanie Woirol The Berger Partnership Seattle, Washington JULIE PARASCONDOLA, CPRE DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation (“City”), and Terra Dynamics, Inc. , organized under the laws of the State of Washington , located and doing business at 34721 W. Valley Highway South, Algona, WA 98001 (“Contractor”). WITNESS: In consideration of the terms and conditions contained in this Contract and in the project documents, plans, and specifications, all of which are made a part of this Agreement, the parties agree as follows: 1.Contractor shall do all work and furnish all tools, materials, and equipment for the WEST FENWICK PARK RENOVATION 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 plans; the Kent Parks Special Provisions; the Kent Special Provisions; the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable (“Standard Specifications”); the City’s bid documents; and the Contractor’s response to the City’s bid; collectively “the Contract.” The Contractor is responsible to obtain copies of the current Specifications including the latest amendments 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 physical work shall be substantially completed within 107 calendar 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 the work provided for in the Contract and every part thereof, except where the specifications may allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $ 3,169,100.00 . 2.City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract 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 to the City’s bid, at the time and in the manner and upon the conditions provided for in the Contract. 3.Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4.It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5.Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City’s inspection or acceptance of any of Contractor’s work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR’S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6.Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7.The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8.Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the “one call” locator service before commencing any excavation activities. 9.Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 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: Jon Kirk CEO 6/24/2020 07/17/2020 WEST FENWICK PARK RENOVATION PROJECT PK20-03 CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT EXHIBIT A INSURANCE REQUIREMENTS FOR WEST FENWICK PARK RENOVATION 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 Insured under the Contactor’s Commercial 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.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.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. WEST FENWICK PARK RENOVATION PROJECT PK20-03 CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT 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. The Contractor’s insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than 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. WEST FENWICK PARK RENOVATION PROJECT PK20-03 CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT EXHIBIT A (Continued) 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. INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Continental Western Insurance Company Axis Surplus Insurance Company 6/18/2020 Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 Trisha Thompson 800 499-0933 866 577-1326 trisha.thompson@propelinsurance.com Terra Dynamics, Inc. PO Box 2479 Auburn, WA 98071 10804 26620 AX X X PD Ded: 1,000 X CPA6005831 02/10/2020 02/10/2021 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 A X XX CPA6005831 02/10/2020 02/10/2021 1,000,000 A X X CPA6005831 02/10/2020 02/10/2021 5,000,000 5,000,000 A N CPA6005831 02/10/2020 02/10/2021 X 1,000,000 1,000,000 1,000,000 B Pollution Liab. CP002164032020 02/10/2020 02/10/2021 $1,000,000 RE: WEST FENWICK PARK RENOVATION City of Kent is included as Additional Insured on a primary and non-contributory basis including waiver of subrogation per the attached endorsements. City of Kent Parks, Recreation and Community Services 220 Fourth Ave S Kent, WA 98032 1 of 1#S4174567/M4124309 TERRDYNAClient#: 109825 JMT001 of 1#S4174567/M4124309 COMMERCIAL AUTO CL CA 01 49 06 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. A. NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following is added to Paragraph A.1. Who Is An Insured of Section II - Covered Autos Liability Coverage: Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company or any organization excluded either by this Coverage Part or by endorsement, and over which you maintain ownership or majority interest of more than 50 percent will qualify as a Named Insured. However: This insurance does not apply to any newly acquired or formed organization that is an "insured" under any other automobile policy or would be an "insured" under such policy but for its termination or the exhaustion of its Limit of Insurance. 2. Coverage does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT The following is added to Paragraph A.1., Who Is An Insured of Section II - Covered Autos Liability Coverage: When you have agreed in a written contract or agreement to include a person or organization as an additional "insured", such person or organization is included as an "insured" subject to the following: 1. Such person or organization is an additional "insured" only to the extent such person or organization is liable for "bodily injury" or "property damage": because of the conduct of an "insured" under Paragraphs a. or b. under Paragraph A.1. Who Is An Insured of Section II - Covered Autos Liability Coverage, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto"; 2. The written contract or agreement described above must have been executed prior to the "accident" that caused the "bodily injury" or "property damage" and be in effect at the time of such "accident"; 3. The insurance afforded to any such additional "insured" does not apply to any "accident" beyond the period of time required by the written contract or agreement described above; 4. The most we will pay on behalf of such additional "insured(s)" is the lesser of: a. The Limits of Insurance specified in the written contract or agreement described above; or b. The Limits of Insurance shown in the Declarations. This provision shall not increase the Limit of Insurance shown in the Declarations in this policy or coverage part; and 5. The following changes are made to Paragraph 5. Other Insurance of B. General Conditions under Section IV - Business Auto Conditions: a. The following is added to Paragraph 5.a.: If required by the written contract or agreement described above, the insurance afforded to the additional insured under this provision will be primary to, and will not seek contribution from, the additional insured's own insurance. CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission b. Paragraph 5.c. is deleted in its entirety. 6. Paragraph A.1.c. under Section II - Covered Autos Liability Coverage is deleted in its entirety. 7. The definition of "insured contract" under Section V - Definitions is amended to add the following: An "insured contract" does not include that part of any contract or agreement: That pertains to the ownership, maintenance or use of an "auto" and which indemnifies a person or organization for other than the vicarious liability of such person or organization for "bodily injury" or "property damage" caused by your operation or use of a covered "auto". However, a person or organization is an additional "insured" under this provision only to the extent such person or organization is not named as an "insured" by separate endorsement to this policy. C. EMPLOYEES AS INSUREDS The following is added to Paragraph A.1. Who Is An Insured Section II - Covered Autos Liability Coverage: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. INCREASED COVERAGE - BAIL BONDS The Supplementary Payments Coverage Extension of Section II - Covered Autos Liability Coverage is amended as follows: The Limit of Insurance in paragraph A.2.a.(2) is increased to $5,000. E. INCREASED COVERAGE - LOSS OF EARNINGS The Supplementary Payments Coverage Extension of Section II - Covered Autos Liability Coverage is amended as follows: The Limit of Insurance in paragraph A.2.a.(4) is increased to $1,000. F. FELLOW EMPLOYEE COVERAGE The Fellow Employee Exclusion contained in Section II - Covered Autos Liability Coverage does not apply. This coverage is excess over any other collectable insurance. 2. We will also pay reasonable and necessary expenses to facilitate the return of the stolen "auto" to you. 3. It is agreed and understood and it is our stated intent that expenses incurred by you under the Transportation Expenses Coverage Extension will not also be covered or paid under the Rental Reimbursement Coverage provided by this endorsement or any rental reimbursement coverage added by separate endorsement to this policy. H. EXTENDED COVERAGE - AIRBAGS The following is added to Exclusion B.3.a. of Section III - Physical Damage Coverage: However, this exclusion does not apply to the unintended discharge of an airbag. This coverage is excess over any other collectible insurance or warranty providing such airbag coverage. I. AUTO LOAN/LEASE GAP COVERAGE The following is added to Section III - Physical Damage Coverage, Paragraph C. Limits of Insurance. 4. In the event of a total "loss" to a covered "auto", we will pay the lesser of: a. Any unpaid amount due on the lease or loan for a covered "auto", less: (1) The amount under the Physical Damage Coverage section of the policy; and (2) Any: (a) Overdue lease/loan payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases; or G. COVERAGE EXTENSION -TRANSPORTATION b. $5,000. EXPENSES However, this provision does not apply to the Paragraph A.4.a. Transportation Expenses of extent loan/lease gap coverage has been Section III - Physical Damage Coverage is provided by separate endorsement to this amended as follows: policy. 1. The Limits of Insurance are increased to $75 per day to a maximum of $2,500. Page 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17 Office, Inc., with its permission J. GLASS REPAIR - NO DEDUCTIBLE The following is added to Paragraph D. Deductible of Section III - Physical Damage Coverage: Any Comprehensive Coverage deductible shown in the Declarations does not apply to 'loss" to glass when you elect to patch or repair rather than replace the glass. K. INCREASED COVERAGE - ELECTRONIC EQUIPMENT The $1,000 limit indicated in Paragraph C.1.b. under Section III - Physical Damage Coverage is increased to $2,500. L. EXTENDED COVERAGE - PERSONAL PROPERTY The following is added to Paragraph A.4. Coverage Extensions of Section III - Physical Damage Coverage: Physical Damage Coverage on a covered "auto" may be extended to 'loss" to your personal property or, if you are an individual, the personal property of a family member, that is in the covered "auto" at the time of 'loss" and caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". The insurance provided by this coverage extension is excess over any other collectible insurance. The most we will pay for any one 'loss" under this coverage extension is $500. However, our payment for 'loss" to personal property will only be for the account of the owner of the property. Under this provision, personal property does not include and we will not pay for 'loss" of currency, coins, securities or contraband. No deductible applies to this coverage extension M. TOWING Paragraph A.2. Towing of Section III - Physical Damage Coverage, is replaced by the following: If a private passenger type "auto" or light truck "auto" (0-10,000 Lbs. GVW) is provided both Comprehensive and Collision Coverage, we will pay up to $150 for towing and labor costs incurred each time such "auto" is disabled. If a medium, heavy or extra -heavy truck or extra -heavy Truck - tractor "auto" (greater than 10,000 Lbs. GVW) is provided both Comprehensive and Collision Coverage, we will pay up to $250 for towing and labor costs incurred each time such "auto" is disabled. However, the labor must be performed at the place of disablement. N. FIRE EXTINGUISHER RECHARGE When fire extinguishers are kept in your covered "auto" and any are discharged in an attempt to extinguish a fire, we will pay the lesser of the actual cost of recharging or replacing such fire extinguisher(s). No deductible applies to this coverage. O. HIRED AUTO PHYSICAL DAMAGE COVERAGE The following is added to Paragraph A.4. Coverage Extensions of Section III - Physical Damage Coverage: If hired "autos" are covered "autos" for Covered Autos Liability Coverage and if Physical Damage Coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you lease, rent, hire or borrow from someone other than your "employees", partners or members of their households subject to the following: 1. The most we will pay in any one 'loss" is the lesser of: a. The actual cash value of the "auto"; b. The cost to repair or replace the "auto"; or C. $100,000. 2. Paragraph 1. above is subject to a deductible. The deductible shall be equal to the amount of the highest deductible shown for any owned "auto" of the same classification for that coverage. In the event there is no owned "auto" of the same classification, the highest deductible for any owned "auto" will apply for that coverage. No deductible will apply to 'loss" caused by fire or lightning. 3. Hired Auto Physical Damage Coverage is subject to the following: a. If symbol 8 is shown in the Covered Auto section of the Declarations page for any of the Physical Damage coverages, then the Hired Auto Physical Damage coverage described in this endorsement does not apply. b. Other than indicated in Paragraphs a. directly above, coverage provided under this provision will be excess over any other collectible insurance or coverage. 4. In addition to the limit set forth in Paragraph 1. above we will pay up to $500 per day, to a maximum of $3,500 per "loss" for: a. Any costs or fees associated with the "loss" to a hired "auto'; and The following is added to Paragraph A.4. b. Loss of use of the hired "auto", provided it Coverage Extensions of Section IV - Physical is the consequence of an "accident" for Damage Coverage: which you are legally liable, and as a CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission result of which a monetary loss is sustained by the leasing or rental concern. However, Paragraph AA.b. Loss of Use Expenses under Section III - Physical Damage Coverage of the Business Auto Coverage Form does not apply. P. RENTAL REIMBURSEMENT COVERAGE We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". 1. Payment applies in addition to the otherwise applicable amount of each coverage you have on the covered "auto". 2. No deductible applies to this coverage. 3. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the expiration date of the policy, with the lesser of the following number of days: a. The number of days when the covered "auto" has been repaired or replaced, or b. 45 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. Not more than $75 for any one day; 5. We will pay up to an additional $300 for the reasonable and necessary expenses you incur to remove your materials and equipment from the covered "auto" and replace such materials and equipment on the rental "auto". 6. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 7. If "loss" results from the total theft of a covered "auto" of the "private passenger type", we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage Coverage Extension of the Business Auto Coverage Form or any endorsements thereto. However, this provision does not apply to the extent that rental reimbursement is provided by separate endorsement to this policy. Q. DRIVE OTHER CAR COVERAGE (1) You, if you are designated in the Declarations as an individual; (2) Your partners or members, if you are designated in the Declarations as a partnership or joint venture; (3) Your members or managers, if you are designated in the Declarations as a limited liability company; (4) Your executive officers if you are designated in the Declarations as an organization other than an individual, partnership, joint venture or limited liability company; and (5) The spouse of any person named in Paragraphs 1.a.(1). through 1.a.(4) while a resident of the same household; Except: (a) Any "auto" owned by that individual or by any member of his or her household. (b) Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. Changes In Auto Medical Payments And Uninsured And Underinsured Motorists Coverages The following is added to Who Is An Insured: Any individual named in 1.a above and his or her "family members" are "insured" while "occupying" or while a pedestrian when being struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member". 3. Changes In Physical Damage Coverage Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in Q.1.a. above or his or her spouse while a resident of the same house -hold except: a. Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 1. The following is added to Section II - Covered 4. The most we will pay for the total of all Autos Liability Coverage: damages under Covered Autos Liability Uninsured Motorists Coverage and a. Any "auto" you don't own, hire or borrow Underinsured Motorists Coverage is the Limit is a covered "auto" for Liability Coverage Of Insurance shown in the Declarations as while being used by: applicable to owned "autos". Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17 Office, Inc., with its permission 5. Our obligation to pay for, repair, return or replace damaged or stolen property under Physical Damage Coverage, will be reduced by a deductible equal to the amount of the highest deductible shown for any owned private passenger type "auto" applicable to that coverage. If there are no owned private passenger type "autos", the deductible shall be $250 for Comprehensive Coverage and $500 for Collision Coverage. No deductible will apply to "loss" caused by fire or lightning. 6. Additional Definition As used in this DRIVE OTHER CAR Provision: "Family member" means a person related to the individual named in 1.a. by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. R. KNOWLEDGE OF AN ACCIDENT, CLAIM, SUIT OR LOSS The following is added to Paragraph A.2. of Section IV - Business Auto Conditions: Your obligation to provide prompt notice of an "accident", claim, "suit" or "loss" is satisfied if you or a person designated by you to be responsible for insurance matters is notified of, or in any manner made aware of an "accident", claim, "suit" or "loss" and provides us such notice as soon as practicable S. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT The following is added to Paragraph A.5 of Section IV - Business Auto Conditions: We waive any right of recovery we may have against a person or organization because of payments we make for "bodily injury" or "property damage" when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: 1. Such written contract or agreement was: a. Made prior to the "accident" or "loss" resulting in the covered "bodily injury" or "property damage"; and b. Was in effect at the time of the covered "bodily injury" or "property damage". 2. The covered "bodily injury" or "property damage" must arise out of the operations specified in such written contract or agreement. 3. At our request you must provide us with a copy of the aforementioned written contract or agreement. T. UNINTENTIONAL OMISSIONS The following is added Paragraph B.2. of Section IV - Business Auto Conditions: If you fail to disclose any hazards existing at the inception date of this policy, such failure will not prejudice the coverage provided to you. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. U. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with its permission COMMERCIAL GENERAL LIABILITY CL CG 20 71 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC STATUS, INCLUDING PRIMARY NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person or organization(s) be added as an additional insured to your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" caused, in whole or in part by: (1)Acts or omissions of the Named Insured; or (2)The acts or omissions of those acting on behalf of the Named Insured; and included in the “products-completed operations hazard” This insurance applies only when you are required to add the additional insured by virtue of a written contract or agreement, provided the contract or agreement is: 1.Currently in effect or becomes effective during the term of this policy; and 2.Was executed prior to the "bodily injury" or "property damage" or "personal and advertising injury". However: a.The insurance afforded to such additional insured only applies to the extent permitted by law; and b.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. For purposes of this endorsement, throughout the policy, the terms "you" and "your" refer to the Named Insured shown in the Declarations. B. Exclusions With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury" and "property damage" arising out of: 1.The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a.Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b.Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2.Subject to Paragraph 3.below, professional services include: a.Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2 Office, Inc., with its permission b.Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3.Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. C. Limits of Insurance With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. Other Insurance For purposes of this endorsement, the following is added to the Section IV - Commercial General Liability Conditions, 4. Other Insurance condition and supersedes any provision to the contrary: This insurance is excess of all other insurance available to an additional insured whether on a primary, excess, contingent or any other basis. But, if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to and will not seek contribution from any insurance on which the additional insured is a Named Insured. No other coverage or limit in the policy applies to loss or damage insured by this coverage. Page 2 of 2 Includes copyrighted material of Insurance Services CL CG 20 71 09 16 Office, Inc., with its permission COMMERCIAL GENERAL LIABILITY CL CG 04 92 10 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Provision Name Of Coverage Extension Included or Limit of Insurance A. Miscellaneous Additional Insureds Included B. Expected Or Intended Injury Or Damage Included C. Knowledge Of Occurrence Included D. Legal Liability— Damage To Premises Rented To You (Fire, Lightning, Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems) $300,000 E. Medical Payments See Declarations F. Mobile Equipment Redefined Included G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Company And Extended Period Of Coverage Included H. Who Is An Insured — Amendment Included I. Non -Owned Watercraft (Increased to maximum length of less than 51 feet Included J. Supplementary Payments — Increased Limits 1. Bail Bonds 2. Loss Of Earnings $ 3,000 $1,000 K. Unintentional Omission Or Unintentional Error In Disclosure Included L. Waiver Of Transfer Of Rights Of Recovery Against Others Included M. Liberalization Clause Included N. Incidental Medical Malpractice Included The above is a summary only. Please consult the specific provisions that follow for complete information on the extensions provided. The provisions of the Commercial General Liability Coverage Part apply except as otherwise provided in this endorsement. This endorsement applies only if such Coverage Part is included in this policy. A. MISCELLANEOUS ADDITIONAL INSUREDS in writing in a contract or agreement that such person or organization be added as an additional insured on your policy, provided that: a. The written contract or written agreement is: 1. Section II — Who Is An Insured is amended (1) Currently in effect or becoming to include as an insured any person or effective during the term of this policy; organization (referred to as an additional and insured below) described in Paragraphs A.1.c.(1) through A.1.c.(9) below when you (2) Fully executed by you and the and such person or organization have agreed additional insured prior to the "bodily CL CG 04 92 1018 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 8 with its permission injury", "property damage" or (1.1) The preparing, approving, "personal and advertising injury". or failing to prepare or b. The insurance afforded by this provision approve, maps, shop drawings, opinions, reports, does not apply to any person or surveys, field orders, organization included as an additional change orders or drawings insured by a separate endorsement and specifications; or issued by us and made a part of this policy or coverage part. (1.2) Supervisory, inspection, c. only the following persons or architectural or engineering organizations are additional insureds activities. under this provision, with coverage for This exclusion applies even if the such additional insureds limited as claims against any insured allege provided herein: negligence or other wrongdoing in the (1) Persons or Organizations For supervision, hiring, employment, Whom Operations Are Performed training or monitoring of others by that "occurrence" Insured, if the which (a) Any person or organization for caused the "bodily injury" or "property whom you are performing damage", or the offense which operations when you and such caused the "personal and advertising person or organization have injury", involved the rendering of, or agreed in writing in a contract or the failure to render, any professional agreement that such person or architectural, engineering or organization be added as an surveying services. additional insured to your policy; (11) "Bodily injury' or "property and damage" occurring after: (b) Any other person or organization (1.1) All work, including you are required to add as an materials, parts or additional insured under the equipment furnished in contract or agreement described connection with such in paragraph (a) above. work, on the project (c) Such person(s) or organization(s) (other than service, is an additional insured only with maintenance or repairs) respect to liability for "bodily to be performed by or on injury", "property damage" or behalf of the additional "personal and advertising injury" insured(s) at the location caused, in whole or in part, by: of the covered operations (1) Your acts or omissions; or has been completed; or (u) e acts or omissions of (1.2) That portion of "your work" out of which theinjury those acting on your behalf; or damage arises in the performance of your ongoing has been put to its operations for the additional insured. intended use by any (d) With respect to the insurance person or organization other than another afforded to these additional contractor or insureds, the following additional subcontractor engaged in exclusions apply: performing operations for This insurance does not apply to: a principal as a part of the same project. i "Bodily injury', "property (�) Y 1 rY' , damage" or "personal and (2) Managers Or Lessors Of Premises advertising injury" arising out A manager or lessor of premises but of the rendering of, or the only with respect to liability arising out failure to render, any of the ownership, maintenance or use professional architectural, of that part of the premises leased to engineering or surveying services, including: CL CG 04 92 10 18 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 8 with its permission you and subject to the following additional exclusions: This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant in that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured- (3) Mortgagee, Assignee Or Receiver A mortgagee, assignee, or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a covered premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. (4) Owners Or Other Interests From Whom Land Has Been Leased An owner or other interest from whom land has been leased to you but only with respect to liability arising out of the ownership, maintenance or use of that part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to (a) Any 'occurrence" which takes place after you cease to lease that land. (b) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. (5) Lessor Of Leased Equipment Any person(s) or organizations) from whom you lease equipment but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such persons) or organization(s). A person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such leased equipment ends. This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. (6) State, Municipality, Governmental Agency Or Subdivision Or Other Political Subdivision — Permits Or Authorizations Relating To Premises Any state, municipality, governmental agency or subdivision or other political subdivision subject to the following additional provisions: (a) This insurance applies only with respect to: (1) The following hazards for which the state, municipality, governmental agency or subdivision or other political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: (1.1) The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or (1.2) The construction, erection or removal of elevators; or (1.3) The ownership, maintenance or use of any elevators covered by this insurance. (ii) Operations performed by you or on your behalf for which the state, municipality, governmental agency or subdivision or other political subdivision has issued a permit or authorization. CL CG 04 92 1018 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 8 with its permission (b) This insurance does not apply to (iii) Any physical or chemical "bodily injury", "property damage" change in the product made or "personal and advertising intentionally by the injury" arising out of operations vendor; performed for the state, (iv) Repackaging, except when municipality, governmental unpacked solely far the agency or subdivision or other purpose of inspection, political subdivision, demonstration, testing, or the (7) Controlling Interest substitution of parts under Any person(s) or organization(s) with instructions from the manufacturer, and then a controlling interest in the Famed repackaged in the original Insured but only with respect to their container, - liability arising out of: (a) Their financial control of you; or (v) Any failure to make such inspections, adjustments, (b) Premises they own, maintain or tests or servicing as the control while you lease or occupy vendor has agreed to make these premises. or normally undertakes to make in the usual course of This insurance does not apply to business, in connection with structural alterations, new the distribution or sale of the construction or demolition operations products; performed by or for such person(s) or organization(s). (vi) Demonstration, installation, (8) Co -Owner Of Insured Premises servicing or repair operations, except such A co-owner of a premises co -owned operations performed at the by you and covered under this vendor's premises in insurance but only with respect to the connection with the sale of co -owner's liability as co-owner of the product; such premises. (vii) Products which, after (9) Vendors distribution or sale by you, (a) Any person(s) or organization(s) have been labeled or relabeled or used as a (referred to as vendor), but only container, part or ingredient with respect to "bodily injury" or of any other thing or "Property damage" arising out of substance by or for the "your products" which are vendor; or distributed or sold in the regular course of the vendor's business. (viii) "Bodily injury" or "property The insurance afforded the damage" arising out of the sole negligence of the vendor vendor does not apply to: for its own acts or omissions (i) "Bodily injury" or "property or those of its employees or damage" for which the anyone else acting on its vendor is obligated to pay behalf. However, this damages by reason of the exclusion does not apply to: assumption of liability in a (1.1) The exceptions written contract or written contained in Sub - agreement. This exclusion paragraphs (iv) or does not apply to liability for (vi); or damages that the vendor would have in the absence of (1.2) Such inspections, the written contract or written adjustments, tests or agreement; servicing as the (li) Any express warranty vendor has agreed to make or normally unauthorized by you; undertakes to make CL CO 04 9210 18 Includes copyrighted material of Insurance Services Office, Inc., Page 4 of 8 with its permission in the usual course of business, in connection with the distribution or sale of the products. (b) This insurance does not apply to any insured person or organization, from whom you have acquired products, or any ingredient, part or container, entering into, accompanying or containing such products. 2. With respect to coverage provided by this Provision A. Miscellaneous Additional Insureds, the following additional provisions apply a. Any insurance provided to an additional insured designated under Paragraphs A.1.c.(1) through A.1.c.(8) above does not apply: (1) To "bodily injury" or "property damage'' included within the "products -completed operations hazard"; or (2) To "bodily injury', "property damage" or "personal and advertising injury" arising out of the sole negligence of such additional insured. b. The insurance afforded to such additional insured only applies to the extent permitted by law. c. The insurance afforded to such additional insured will not be broader than that which you are required to provide by the written contract or written agreement. 3. With respect to the insurance afforded to the additional insureds within this Provision A. Miscellaneous Additional Insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement; or b. Available under the applicable Limits Of Insurance shown in the Declarations: B. EXPECTED OR INTENDED INJURY OR DAMAGE Exclusion 2.a. Expected Or Intended Injury of Section I -- Coverage A — Bodily Injury And Property Damage Liability is deleted and replaced by the following: a. Expected Or Intended Injury Or Damage "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. C. KNOWLEDGE OF OCCURRENCE Paragraph 2.a. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an ''occurrence'' or an offense which may result in a claim only when the "occurrence" or offense is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A manager, if you are a limited liability company; or (4) An "executive officer" or the "employee" designated by you to give such notice, if you are an organization other than a partnership or a limited liability company. To the extent possible, notice should include: (i) How, when and where the "occurrence' or offense took place; (ii) The names and addresses of any injured persons and witnesses; and (ill) The nature and location of any injury or damage arising out of the "occurrence" or offense. D. LEGAL LIABILITY — DAMAGE TO PREMISES RENTED TO YOU (Fire, Lightning, Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems) If damage to premises rented to you is not otherwise excluded from this policy or coverage part, then the following provisions apply: whichever is less. 1. Under Section I — Coverage A —Bodily This endorsement shall not increase the Injury And Property Damage Liability, the applicable Limits Of Insurance shown in the last paragraph {after the exclusions} is deleted Declarations. and replaced by the following: CL CG 04 9210 18 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 8 with its permission Exclusions c. through n. do not apply to damage by fire, lightning, explosion, "smoke", or leakage from automatic fire protective systems to premises while rented to you or temporarily occupied by you with the permission of the owner- A separate limit of insurance applies to this coverage as described in Section III — Limits Of Insurance. 2. The paragraph immediately after Sub- paragraph j.(6) of Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is deleted and replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, "smoke", or leakage from automatic fire protective systems) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. 3. Paragraph 6. of Section III — Limits Of Insurance is deleted and replaced by the following 6. Subject to Paragraph 5. above, the greater of: a. $300,000: or b. The Damage To Premises Rented To You Limit shown in the Declarations, is the most we will pay under Coverage A for damages because of "property damage" to premises while rented to you, or in the case of damage by fire, lightning, explosion, "smoke', or leakage from automatic fire protective systems, while rented to you or temporarily occupied by you with permission of the owner. This limit will apply to all damage proximately caused by the same event, whether such damage results from fire, lightning, explosion, "smoke", leakage from automatic fire protective systems, or other covered causes of loss or any combination thereof. 4. Subparagraph b.(1)(a)(il) of Paragraph 4. Other Insurance of Section IV — Commercial General Liability Conditions is deleted and replaced by the following: you or temporarily occupied by you with permission of the owner; 5. Subparagraph a. of Definition 9. "Insured contract" of Section V — Definitions is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, "smoke" or leakage from automatic fire protective systems to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract". 6. As used in this Provision D. Legal Liability — Damage To Premises Rented To You. "Smoke" does not include smoke from agricultural smudging, industrial operations or "hostile fire". E. MEDICAL PAYMENTS The Medical Expense Limit is changed, subject to the terms of Section III — Limits Of Insurance, to the Medical Expense Limit shown in the Declarations- F. MOBILE EQUIPMENT REDEFINED Subparagraph f.(1) of Definition 12. "Mobile equipment' of Section V — Definitions is deleted and replaced by the following: (1) Equipment with a gross vehicle weight of 1,000 pounds or more and designed primarily for (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; G. NEWLY FORMED OR ACQUIRED ORGANIZATION, PARTNERSHIP OR LIMITED LIABILITY COMPANY AND EXTENDED PERIOD OF COVERAGE Paragraph 3. of Section II — Who Is An Insured is deleted and replaced by the following: 3. Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or: a. Majority interest of more than 50% if you are a corporation, (ii) That is fire, lightning, explosion, "smoke" b. Majority interest of more than 50% as a or leakage from automatic fire protective general partner of a newly acquired or systems insurance for premises rented to formed partnership; and/or CL CG 04 92 10 18 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 8 with its permission c. Majority interest of more than 50% as an owner of a newly acquired or formed limited liability company; will qualify as a Named Insured if there is no other similar insurance available to that organization. However, for these organizations: (i) Coverage under this provision is afforded only until the next anniversary date of this policy's effective date after you acquire or form the organization, partnership or limited liability company, or the end of the policy period, whichever is earlier; 00 Section I — Coverage A -- Bodily Injury And Property Damage Liability does not apply to ''bodily injury'' or "property damage" that occurred before you acquired or formed the organization, partnership or limited liability company, (iii) Section I — Coverage B. — Personal And Advertising Injury Liability does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization, partnership or limited liability company; (iv) Coverage applies only when operations of the newly acquired organization, partnership or limited liability company are the same or similar to the operations of insureds already covered under this insurance; (v) Coverage only applies for those limited liability companies who have established a date of formation as recorded within the filed state articles of organization, certificates of formation or certificates of organization; and (vi) Coverage only applies for those partnerships who have established a date of formation as recorded within a written partnership agreement or partnership certificate. H. WHO IS AN INSURED — AMENDMENT The last paragraph of Section II — Who Is An Insured is deleted and replaced by the following. No person or organization is an insured with respect to the conduct of any a. Current partnership or limited liability company, unless otherwise provided for under Paragraph 3. of Section II — Who Is An Insured; b. Current joint venture; or c. Past partnership, joint venture or limited liability company; that is not shown as a Named Insured in the Declarations. I. NON -OWNED WATERCRAFT Subparagraph (2) of Exclusion 2.g. Aircraft, Auto Or Watercraft of Section I — Coverage A -- Bodily Injury And Property Damage Liability is deleted and replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. J. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS Section I — Supplementary Payments — Coverages A And B is changed as follows: 1. The limit shown in Paragraph i.b. for the cost of bail bonds is changed from $250 to $3,000: and 2. The limit shown in Paragraph 1.d. for loss of earnings because of time off from work is changed from $250 a day to $1,000 a day- K. UNINTENTIONAL OMISSION OR UNINTENTIONAL ERROR IN DISCLOSURE The following provision is added to Paragraph S. Representations of Section IV — Commercial General Liability Conditions However, the unintentional omission of, or unintentional error in, any information given or provided by you shall not prejudice your rights under this insurance. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. L. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -- Commercial General Liability Conditions. - We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of your ongoing operations or''your work" and included in the "products -completed operations hazard" when you have agreed in a written contract or written agreement that any right of recovery is waived for such person or organization. This waiver applies only to the CL CG 04 92101S Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 8 with its permission persons) or organization(s) agreed to in the written contract or written agreement and is subject to those provisions. This waiver does not apply unless the written contract or written agreement has been executed prior to the ''bodily injury" or "property damage" However, if any person or organization Is separately scheduled on a separate waiver of transfer of rights of recovery which is attached to this policy, then this waiver does not apply- M. LIBERALIZATION CLAUSE The following is added to Section IV — Commercial General Liability Conditions: If we adopt a mandatory attachment form change which broadens coverage under this edition of the Commercial General Liability CG0001 for no additional charge, and those changes are intended to apply to all insureds under this edition of C00001, that change will automatically apply to your insurance as of the date we implement the change in your state. This liberalization clause does not apply to changes implemented through introduction of a subsequent edition of the Commercial General Liability form CG0001. N. INCIDENTAL MEDICAL MALPRACTICE Paragraph 2.a.(1)(d) of Section li — Who Is An Insured does not apply to a physician, nurse practitioner, physician assistant, nurse, emergency medical technician or paramedic employed by you if you are not in the business or occupation of providing medical, paramedical, surgical, dental, x-ray or nursing services. 2. This provision is excess over any other valid and collectible insurance whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow Paragraph 4.b. of Section IV — Commercial General Liability Conditions. CL CG 04 92 14 18 Includes copyrighted material of Insurance Services Office, Inc., Page 8 of 8 with its permission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¶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his endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV - Conditions is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a written contract requiring such waiver with that person or organization and included in the "products -completed operations hazard". However, our rights may only be waived prior to the 'occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce those rights. CL CU 24 74 09 13 Includes copyrighted material of Insurance Services Page 1 of 1 Offices, Inc. with its permission COMMERCIAL GENERAL LIABILITY CL CG 00 20 10 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CL CG 00 20 10 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 4 CONTRACTOR GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1.Paragraph 2.j. of SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended as follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to perform operations at the time of loss. 2. SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following: The most we will pay in any one "occurrence" for "property damage" to borrowed equipment is $15,000. This limit of insurance is the most we will pay regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits". 3. Deductible a.Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as applicable to "property damage" as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence". b.The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties in the event of an "occurrence", claim, or "suit" apply irrespective of the application of the deductible amount. c.We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. B. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMIT 1.For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: a.A Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. b.The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A,except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: (1)Insureds; (2)Claims made or "suits" brought; or (3)Persons or organizations making claims or bringing "suits". Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission CL CG 00 20 10 18 c.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. d.The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. 2.For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project away from premises owned by or rented to the insured: a.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and b.Such payments shall not reduce any Single Construction Project General Aggregate Limit. 3.When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. 4.If the applicable construction project away from premises owned by or rented to the insured has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. 5.The provisions of Limits Of Insurance (SECTION III)not otherwise modified by this endorsement shall continue to apply as stipulated. C. LIMITED JOB SITE POLLUTION 1.Exclusion f. under Section I - Coverage A is replaced by the following: 2. Exclusions This insurance does not apply to: f. Pollution (1)"Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a)At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b)At or from a storage tank or other container, ducts or piping which is below or partially below the surface of the ground or water or which, at any time, has been buried under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" arises at or from any premises, site or location which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b)does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire". (2)Any loss, cost or expense arising out of any: (a)Request, demand, order or statutory or regulatory requirement issued or made pursuant to any environmental protection or environmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or CL CG 00 20 10 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 3 of 4 (b)Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, or neutralizing or in any way responding to or assessing the effects of, "pollutants". However, this paragraph does not apply to liability for those sums the insured becomes legally obligated to pay as damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. 2.With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a.The "Each Occurrence Limit" shown in the Declarations does not apply. b.Paragraph 7.of Limits Of Insurance (Section III)does not apply. c.Paragraph 1.of Section III - Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules below fix the most we will pay regardless of the number of: (1)Insureds; (2)Claims made or "suits" brought; or (3)Persons or organizations making claims or bringing "suits". d.The following are added to Section III - Limits Of Insurance: 8.Subject to 2.or 3.above, whichever applies, the most we will pay for the sum of: a.Damages under Coverage A;and b.Medical expenses under Coverage C because of "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" is $100,000 aggregate. 9.Subject to 8.above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants". D. VOLUNTARY PROPERTY DAMAGE 1.The following is added to Section 1 - COVERAGES: We will pay, at your request for "property damage" to that part of any property: a.Which you or any subcontractors working directly or indirectly on your behalf are performing operations; or b.That must be restored, repaired or replaced because "your work" was incorrectly performed on it. This insurance applies only to "property damage" to property of others while in your care, custody, or control, and arising out of operations away from your insured premises and incidental to your business. Exclusions j.(3),(4),(5)and (6)do not apply to this coverage. This insurance does not apply to "property damage" included within the "explosion hazard", the "collapse hazard" or the "underground property damage hazard". 2.For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE,SECTION III - LIMITS OF INSURANCE is replaced by the following: A. Limits of Insurance 1.Unless a higher limit is shown in the Declarations, the most we will pay in any one "occurrence" for "property damage" under this endorsement is $15,000. 2.Unless a higher limit is shown in the Declarations,the most we will pay for all covered "occurrences" during any one policy period is $15,000 Aggregate Limit of Insurance. The Limits of Insurance of this endorsement apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission CL CG 00 20 10 18 purposes of determining the Limits of Insurance. 3. Deductible a.Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence". b.The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties in the event of an "occurrence", claim, or "suit" apply irrespective of the application of the deductible amount. c.We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. 4.For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE,SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: a.The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: In the event of loss covered by this endorsement, the insured shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs at actual cost to the insured, excluding prospective profit or overhead charges of any nature. Any property so paid for or replaced shall, at our option, become our property. Any payment made by us shall not constitute an admission of liability by an insured, or by us. b.Paragraph 4. Other Insurance is amended as follows: (1)Paragraph 4.a. Primary Insurance is deleted. (2)Subparagraphs (1) and (2) of paragraph 4.b. Excess Insurance are deleted and replaced with the following: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis. All other provisions that apply to paragraph 4. Other Insurance contained in the Commercial General Liability Coverage Form are applicable. 5.For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, the following definitions are added to SECTION V - DEFINITIONS: a."Collapse hazard" includes "structural property damage" and any resulting "property damage" to any other property at any time. b."Explosion hazard" includes "property damage" arising out of blasting or explosion. The "explosion hazard" does not include "property damage" arising out of the explosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment. c."Structural property damage" means the collapse of or structural injury to any building or structure due to: (1)Grading of land, excavating, burrowing, filling, back-filling, tunneling, pile driving, cofferdam work or caisson work; or (2)Moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support of that building or structure. d."Underground property damage hazard" includes "underground property damage" and any resulting "property damage" to any other property at any time. e."Underground property damage" means "property damage" to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, burrowing, filling, back-filling or pile driving. Bond No, NWA2166 PAYMENT AND PERFORMANCE BOND TO CITY OF SCENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Terra Dynamics, Inc. as Principal, and Merchants National Bonding, Inc. 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 $ThreeMillion One Hundred Sixly-nine Thousand One Hundred 8OWN ( 3,169,1DUO) 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 WEST FENWICK PARK RENOVATION (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under. said contract, 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. TWO WITNESSES: j?,OM PRINT NAME DATE: �� -Q'3 DATE: CORPORATE SEAS.: Terra Dynamics, Inc. PRINCIP (enter PrincI Is name above) BY: TITLE:� DATE: 60?-Li SURETY: Merchants National Bonding, Inc. BY: 04---.,- DATE: 6/19/2020 TITLE: Aliceon A. Keltner, Attorney -in -Fact ADDRESS: 5400 Carillon Point Kirkland, WA 98033 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 JON 1ko-r- Who signed the said bond on behalf of the Principal . k D N�ivltCl> INC. of the said Corporation; that I know his signature thereto is genulnta, and that said Bond was duly signed, seated, and attested for and in behalf of said Corporation by authority of its governing body. , A SECRETARY OR ASSIST SECRETARY MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (heroin collectively called (he 'Componlea`) do hereby make, constitute and appoint, Indhriduolly, Aliceon A Kellner; Alyssa J Lopez; Amelia G Burrtll; Annelles M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A 27mmeryn n; Erica E Mosley; Heather L Alien; ttclll Albers; James B Binder, Jamie L Marques; Katharine J Snkier; Kyle Joseph Howl their true and iawfut Attomey(s)-In-Fed, to sign its name as sumty(ies) and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the melily of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. This Powemyf-Attomoy la granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchanteNsttonal Bonding, Ina, on October 15, 2015, 'The Prsaldanl, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-In-Fact, and to authorise them to execute an behalf of the Company, and attach the seat of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and otherwrttings obligatory in the nature thereof." 'The signature of any authorized otTxrer and the seal of the Company may be affixed by facsimile or eledronio transmission to any Power of Attomey at Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seat when so used shell have the same force and effect as though manually fixed." In connection with obligations In favor of the Florida Department of Transportation only, K Is agreed that the power and out hortty hereby given to the Attorney -in -tract Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It Is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under Hs bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the ANomey-in-Fad cannot be modified or revoked union prior written personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonweatth of Kentucky at least thirty (30) days prior to the modification or revocation. In Whnm Whereof, the Companies have caused this instrument to be signed and sealed this 1tettt dey of May , 2020 '!!!fIlflll�,I � � * � w • • ••' �+owe •�. ,• � co••. ••.•`�''R',pOq,�.$Q•,, .'�p'�01�1P09''�9 MERCHANTS BONDING COMPANY (MUTUAL) s� % ; �,l�' �V�,;�,�, I4ERCZoe'. NATIONAL BONDING, INC. moo., 0•dt; eF..� o_ n+; • sc " , u�_;_ 23 )pic' y� 1933 By �1� r`rry. nr N rr'•�.• �I�'1T r`r r.rfir• ♦ �,.� 'rJ,•• • {�' rs t41.• Presfdarrt STATE OFIOWA •��••+�r!!�•+�• ••�•••�s• COUNTY OF DALIAS sa. On this 1flth day of May 2020 , before me appeared Larry Taylor, to me personalty known, who being by me duly swam did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seats affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the sold Instrument was signed and sealed In behalf of the Companies by authortly of their respective Boards of Directors. eI ` POLLY MASON 0 CmnlsWon Number 7SO576 ° • •P My CommisWon Expires �. January 07, 2023 Ivot6ry Aublk (Expiration of notary's commission does not Invalidate this Instrument) I, Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC„ do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by sold Companies, which Is still In full fo" and effect and has not been amended or revoked, In Witness Whereof, I have hereunto set my hand and afibW the seal of the Companies on this 19th day of June .1lfi 4 ft Art 1t:VN f►n fw_ 2003+o 11, socretery , 2020. POA 0018 (1120) 5IJTQBHFJOUFOUJPOBMMZMFGUCMBOL RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. WA100758 KNOW ALL MEN BY THESE PRESENTS: That we Terra Dynamics. Inc. (hereinafter called Principal), and Merchants Bonding Company (Mutual) a corporation organized and doing business under and by virtue of the laws of the state of Iowa and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Kent , (hereinafter called Obligee) in the just and full sum of One Hundred Forty-four Thousand Fifty And No/100 6144,050.00 ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the 1 6 day of -i ut, �a- a a--Ly entered into a written contract with the said obligee for WEST FENWICK PARK RENOVATION which said contract is hereby referred to and made a part hereof by reference. WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS, the obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal, which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 25th day of June 2020 . Terra Pynmnics, Inc. Byl Prin Merchants Bonding Company (Mutual) �10�HG - �O,,�A •. By: Aliceon A. Keltner f933 c: Attorney-in-Fact�Aa• •.. {: . MERCHANTS k BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Aliceon A Keltner; Alyssa J Lopez; Amelia G Burrill; Annelies M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A Zimmerman; Erica E Mosley; Heather L Allen; Holli Albers; James B Binder; Jamie L Marques; Katharine J Snider; Kyle Joseph Howat their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeysin-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obliaatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomay-In-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorneyin-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of May 2020 `••R oR L •gyp•: : 4�R�a v�'"9 •. MERCHANTS BONDING COMPANY (MUTUAL) p4.+.�� MERCHANTS NATIONAL BONDING, INC, v r 2003 ci : y 1933 c; By cz- • 3 •.. ; a?;W • .... ��a . .�•+ � ' • ••• � ■•• President STATE OF IOWA +�'•""'•�•••• • • • COUNTY OF DALLAS ss. On this 19th day of May 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �VVA4 POLLY MASON o Commission Number 750576 ? My Commission Expires V 60- Jallli 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, .h., Secretary of MERCHANTS BONDING COMPANY [MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of June 2020. ......... • ... .. • • G C :x 2003 % y 1933 e' Secretary POA 0018 (1 /20) •�''••.....••••'•� • ■ .. WEST FENWICK PARK RENOVATION PROJECT PK20-03 PROJECT MANUAL ORDER OF CONTENTS y PROJECT LOCATION MAP y INVITATION TO BID y INFORMATION FOR BIDDERS y SECTIONS: 1. BIDDER’S PACKAGE 2. KENT PARKS SPECIAL PROVISIONS 3. KENT SPECIAL PROVISIONS 4. KENT STANDARD PLANS 5. WASHINGTON STATE PREVAILING WAGES 6. APPENDIX – Proclamation 20-25 Notices 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN WEST FENWICK PARK RENOVATION PROJECT NUMBER PK20-03 SITE LOCATION MAP 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk’s office through Monday, June 1, 2020, up to 1:00 p.m.as shown on the clock on the east wall of the City Clerk’s Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this “Invitation to Bid.” Bids must be delivered and received at the City Clerk’s office by the above- stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:15 p.m. for the City of Kent project named: PROJECT NUMBER PK20-03 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: If bidders elect to drop-off bids, they shall call the City Clerk at (253) 856-5725 to arrange a drop-off time. At the time of bid opening, the City Clerk will read the bids out loud from the Clerk’s office. Individuals can stand in the lobby outside the Clerk’s office during the bid opening to hear the bid results, but must stand 6 feet or more apart from each other. The project is a renovation of parts of the existing West Fenwick Park. This project will include construction of a pre-fabricated picnic shelter, upgrades to the playground, field, and irrigation to increase playability, installation of a synthetic turf futsal court, repairing the path lighting with fixed connection and new fixtures, and ADA upgrades from the ADA parking stalls to basketball court and to the Reith Road connection. The City of Kent has determined the project is essential pursuant to Governor Inslee’s Proclamation 20-25, and his subsequent March 25, 2020, clarifying memorandum. Should a contract be executed, and if the COVID-19 state of emergency is still in effect, the awarded contractor will need to comply with all gubernatorial orders or proclamations in effect that govern the contractor’s work or otherwise establish social distancing and sanitation measures, including the Governor’s “Phase 1 Construction Restart COVID-19 Job Site Requirements, any amendments thereto or subsequent phases adopted, or any requirements established by any federal or state agency concerning the performance of contractor’s work. It is the contractor’s responsibility to implement these measures and to comply with any subsequent orders issued by the Governor or any state or federal agency concerning job site requirements and employee safety through social distancing, sanitation measures, and required personal protective equipment. The Engineer’s estimated range for this project is approximately $3.5 Million - $3.75 Million. Direct all questions to Stephanie Woirol at the Berger Partnership, 206-492-5578 or stephaniew@bergerpartnership.com. All questions must be received by 5:00 p.m. on Friday, May 22, 2020. Bids must be clearly marked “Bid” with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles 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 Parks Recreation & Community Services Facilities Division, City of Kent, Washington. Plans and specifications can be downloaded at no charge at www.KentWA.gov/Procurement. West Fenwick Park is located at 3808 Reith Road in the City of Kent, WA. Bidders are encouraged to inspect the Park and its site conditions prior to submitting their Bids. There will be a pre-bid Zoom video conference meeting at 10:00 AM on Wednesday, May 20, 2020 for General Contractors and Sub-Contractors.Contact Stephanie Woirol at stephaniew@bergerpartnership.com for the pre-bid Zoom meeting invitation. No oral communications will change the content of the invitation to bid. Only an addendum issued to amend or supplement the invitation to bid is binding. 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. Bidder Prevailing Wage Training Requirements are mandatory for this project. Bidder must provide proof of required training or exemption from requirement. RCW 39.04.350. A cashier’s check, cash 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. 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. Award of any bid will occur only by official action of the Kent City Council upon the recommendation of staff after a detailed review of the bids is conducted. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to Presidential Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated May 11, 2020 BY: ____________________________ Kimberley A. Komoto, City Clerk [Published in the Daily Journal of Commerce on May 11, 2020] _____________________________________________________________________________________________________________ Kimberley A.A.AA..AA.AAA...A.AAAAAAAAAAAAAAAAAAAAAAA.AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA KKKKKKKKKKKKKKKKKKKKKKKKKoooooooooooomoooooooooooooooooto, City Cler INFORMATION FOR BIDDERS 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the contract documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City’s review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). 2. All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 3. All bids must be sealed and delivered in accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. 4. 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. 5. A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the bid, requesting relief from the responsibilities of award. In such event. a. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. b. The affidavit and the work sheets shall be submitted to the City’s Representative no later than 5:00 p.m. on the first business day after bid opening, or the claim will not be considered. c. The City’s Representative will review the certified work sheets to determine the validity of Bidder’s claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. ͒ 6. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. 7. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. 8. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The successful bidder, as the Contractor, shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 9. No claim for delay shall be granted to the successful bidder, as the Contractor, due to its failure to submit the required documents to the City in accordance with this schedule. 10. The “Payment and Performance Bond” shall comply with Ch. 39.08 of the Revised Code of Washington, be in the form provided for in the bid packet, and be conditioned upon contractor’s faithful performance of the work free of defects and the payment of all taxes and wages owed to laborers, mechanics, subcontractors, and material men. 11. 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 Superior Court of King County, located in Kent, Washington. 12. Bidders shall include all costs of doing the work within the bid item prices. In 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 material required to perform the work shall be incidental and included with the bid item prices in the contract. 13. Bidders shall refer to the insurance requirements in the bid packet, which constitute the insurance the successful bidder will be required to carry for this project. Submittal of a bid affirms a bidder’s ability to maintain such insurance. 14. All bids must be submitted with the current COVID-19 pandemic in mind and include the costs the successful bidder, as Contractor, will incur in timely performing the work while complying with all federal, state, and local job site requirements, including social distancing, sanitation measures, and required personal protective equipment. Contractor shall not be excused for delay, and no change order will issue for increased costs or additional time, due to Contractor’s requirement to meet COVID-19 mitigation measures established by any federal or state agency or official and required as of the date of bid opening. Should a federal or state agency or official impose subsequent mitigation measures that are not reasonably foreseeable, the parties agree to negotiate in good faith the impact those measures have on the contract work. BIDDER PACKAGE WEST FENWICK PARK RENOVATION (This page intentionally left blank) BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON WEST FENWICK PARK RENOVATION Project Number PK20-03 BIDS ACCEPTED UNTIL: MONDAY, JUNE 1, 2020 1:00 PM BID OPENING: MONDAY, JUNE 1, 2020 1:15 PM COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 KENT PARKS, RECREATION & COMMUNITY SERVICES TERRY ]UNGMAN BRYAN HIGGINS THE BERGER PARTNERSHIP ANDY MITTON STEPHANIE WOIROL s KENT Waa ♦or.oiow (This page intentionally left blank) BIDDER'S PACKAGE FOR WEST FENWICK PARK RENOVATION ORDER OF CONTENTS • Site Location Map • Invitation to Bid • Information for Bidders BIDDER FORMS 1. Contractor Compliance Statement 2. Declaration of EEO Policy 3. City of Kent Administrative Policy 1.2 - Minority and Women Contractors 4. EEO Compliance Statement 5. Proposal with Bid Summary 6. Subcontractor List for Contracts Over $100K 7, Subcontractor List for Contracts Over $1M 8. Contractor's Qualification Statement 9. Bidder Responsibility Criteria - Qualified Bidder 10. Bidder Responsibility Criteria - Compliance with Wage Statutes 11. Proposal Signature Page 12. Bid Bond Form 13. Combined Declaration Form - Non -Collusion & Minimum Wage 14. Contract 15. Insurance Requirements 16. Change Order (C.O.) Form 17. Payment and Performance Bond 18. Request for Information (RFI) Form 19. Bidder's Checklist (This page intentionally left blank) r j e -• �. s,� ': 4.3i� •-'t'n:l I•.5'+�tS lluv ' • . '� ` 4 or a s! ck F r■ � . � rMty�■ 'I�Ft a Nr y..� ri Ave d 1 prep 5laUfin 13 � >� . �. (This page intentionally left blank) INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Monday, June 1, 2020, up to 1:00 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hail, 220 4th Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above - stated time, regardless of delivery method, including U,S. Mail. All bids will be opened and read publicly aloud at 1:15 p.m. for the City of Kent project named WEST FENWICK PARK RENOVATION PROJECT PK20-03 The City of Kent will conduct the bid opening at the time and date as scheduled, however, due to the coronauirus disease 2019 (COVID-19) and its impacts, the bid opening process will take place as follows: If bidders elect to drop-off bids, they shall call the City Clerk at (253) SS6-5725 to arrange a drop-off time. At the time of bid opening, the City Clerk will read the bids out loud from the Cleric's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results, but must stand 6 feet or more apart from each other. The project is a renovation of parts of the existing West Fenwick Park. This project will include construction of a pre -fabricated picnic shelter, upgrades to the playground, field, and irrigation to increase playability, installation of a synthetic turf futsal court, repairing the path lighting with fixed connection and new fixtures, and ADA upgrades from the ADA parking stalls to basketball court and to the Reith Road connection. The City of Kent has determined the project is essential pursuant to Governor Inslee's Proclamation 20-25, and his subsequent March 25, 2020, clarifying memorandum. Should a contract be executed, and if the COVID-19 state of emergency is still in effect, the awarded contractor will need to comply with all gubernatorial orders or proclamations in effect that govern the contractor's work or otherwise establish social distancing and sanitation measures, including the Governor's "Phase 1 Construction Restart COVID-19 Job Site Requirements, any amendments thereto or subsequent phases adopted, or any requirements established by any federal or state agency concerning the performance of contractor's work. It is the contractor's responsibility to implement these measures and to comply with any subsequent orders issued by the Governor or any state or federal agency concerning job site requirements and employee safety through social distancing, sanitation measures, and required personal protective equipment. The Engineer's estimated range for this project is approximately $3.5 Million - $3.75 Million. Direct all questions to Stephanie Woirol at The Berger Partnership, 206-492-557S or stephaniew@bergerpartnership.com. All questions must be received by 5:00 p.m. on Friday, May 22, 2020. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles 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 Parks Recreation & Community Services Facilities Division, City of Kent, Washington. Plans and specifications can be downloaded at no charge at www.KentWA.gov/ Procurement. West Fenwick Park is located at 3808 Reith Road in the City of Kent, WA. Bidders are encouraged to inspect the Park and its site conditions prior to submitting their Bids. There will be a pre -bid Zoom video conference at 10:00 AM on Tuesday, Wednesday, May 20, 2020 for General Contractors and Sub -Contractors. Contact Stephanie Woirol at stephaniewCabergernartnership.com for the pre -bid Zoom meeting invitation. No oral communications will change the content of the invitation to bid. Only an addendum issued to amend or supplement the invitation to bid is binding. 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. Bidder Prevailing Wage Training Requirements are mandatory for this project. Bidder must provide proof of required training or exemption from requirement. RCW 39.04.350. A cashier's check, cash 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 alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Award of any bid will occur only by official action of the Kent City Council upon the recommendation of staff after a detailed review of the bids is conducted. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to Presidential Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated May 11, 2020 BY: _ . _ Kimberley . Koniote, City Clerk [Published in the Daily Journal of Commerce on May 11, 2020] INFORMATION FOR BIDDERS 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the contract documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data In its decision to determine whether the lowest responsive bidder Is also responsible and able to perform the contract work, If the City determines that the lowest bidder Is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the `lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non -responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. 4. 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. 5. A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used In the preparation of the bid, requesting relief from the responsibilities of award. In such event. a. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. b. The affidavit and the work sheets shall be submitted to the City's Representative no later than 5.00 p.m, on the first business day after bid opening, or the claim will not be considered. c. The City's Representative will review the certified work sheets to determine the validity of Bidder's claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. 6. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included In the bid documents and should be carefully examined, 7. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder falls to provide all required documents. 8. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City -furnished sites. The successful bidder, as the Contractor, shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 9, No claim for delay shall be granted to the successful bidder, as the Contractor, due to its failure to submit the required documents to the City In accordance with this schedule. 10. The "Payment and Performance Bond" shall comply with Ch. 39.08 of the Revised Code of Washington, be in the form provided for in the bid packet, and be conditioned upon contractor's faithful performance of the work free of defects and the payment of all taxes and wages owed to laborers, mechanics, subcontractors, and material men. 11. 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 Superior Court of King County, located In Kent, Washington. 12. Bidders shall include all costs of doing the work within the bid item prices. In 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 material required to perform the work shall be incidental and included with the bid item prices in the contract. 13. Bidders shall refer to the insurance requirements in the bid packet, which constitute the insurance the successful bidder will be required to carry for this project. Submittal of a bid affirms a bidder's ability to maintain such Insurance. 14. All bids must be submitted with the current COVID-19 pandemic in mind and include the costs the successful bidder, as Contractor, will Incur In timely performing the work while complying with all federal, state, and local job site requirements, including social distancing, sanitation measures, and required personal protective equipment. Contractor shall not be excused for delay, and no change order will issue for increased costs or additional time, due to Contractor's requirement to meet COVID-19 mitigation measures established by any federal or state agency or official and required as of the date of bid opening. Should a federal or state agency or official impose subsequent mitigation measures that are not reasonably foreseeable, the parties agree to negotiate in good faith the Impact those measures have on the contract work. BIDDER FORMS WEST FENWICK PARK RENOVATION (This page intentionally left blank) CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) Date 06/01 /2020 This statement relates to a proposed contract with the City of Kent named WEST FENWICK PARK RENOVATION I am the undersigned bidder or prospective contractor. I represent that - I have %td*�_ I have not participated in a previous contract or subcontract subject to Presidential Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Terra Dynamics, Inc. NAME OF BIDDER BY: SIGNATURE/TITLE Jon Kirk, CEO PO BOX 2479 Auburn, WA 98071 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) CITY OF KENT, t^1ASHINGTON WEST FENWICK PARK RENOVATION BIDDER FORMS PARKS, RECREATION & PAGE 1 COMMUNITY SERVICES DEPARTMENT PROJECT PK20.03 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity, As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. 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. By: For: Terra Dynamics, Inc. Title: CEO Date: 06/01 /2020 WEST FENWICK PARK. RENOVATION CITY OF KENT, WASHINGTON BIDDER FORM2 PARKS, RECREATION & PAGE 2 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor 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. CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECTPK20.03 WEST FENWICK PARK RENOVATION BIDDER. FORMS PAGE 3 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 Terra Dynamics, Inc. Company, hereby acknowledge and declare that the before -mentioned company was the prime contract for the contract known as WEST FENWICK PARK RENOVATION that was entered into on the 01 day of June 20 20 , 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: Terra Dynamics, Inc. Title: CEO Date: 06/01 /2020 WEST FENWICK PARK RENOVATION CITY OF KENT, WASHINGTON BIDDER FORMS PARKS, RECREATION & PAGE 4 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 PROPOSAL To the City Clerk City Hail Kent, Washington 98032 The undersigned hereby certifies that Terra Dynamics, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the special provisions and specifications for the project named WEST EENWICK PARK RENOVATION for the City of Kent, Washington, and has read and thoroughly understands the plans, special provisions 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 plans, Kent Parks Special Provisions (Parks Special Provisions), Kent Special Provisions (KSP), or the Standard Specifications (WSDOT). Reference the Section in this proposal document where the bid item is described. 2) Proposal items are numbered in sequence but are non -continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). CITY OF KENT, NIASHINGTON WEST FENWICK PARK RENOVATION BIDDER FARMS PARKS, RECREATION & PAGE 5 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 BASE BID: WEST FENWICK PARK RENOVATION Include all labor, materials, equipment and overhead necessary to complete each item. RTD AMOUNT SCHEDULE Item Plan Price Total No. Item Description Quantity Unit Per Unit Amount 1 Division 1 1 LS General Reuuirements k 77E000 Z-7 8, oo o 2 Division 2 1 LS Demolition o 0 Oo D 3 Division 11 1 LS Play Area Equipment 5-76 doo 7 ooa 4 Division 12 1 LS Site Furnishings 1 00a ooa 5 Division 26 (as found on sheet E2.0) 1 LS Electrical Oon o 0 0 6 Division 31 1 LS Earthwork Z 2y. 000 2,7 .oma 7 Division 32 1 LS Site Improvements e I ZZ3 00 0 S Division 33 1 LS Storm Drainage 2 , 000 ZZy coo Subtotal 10% WA State Sales Tax Base Bid Total Amount $ 7, 5811 000 $ 3 I�,_�1,. r 00 BID SUMMARY 0 BASE BID TOTAL AMOUNT $ '3, 16 I.. 10 [7 WEST FENWICK PARK RENOVATION CITY OF KENT, WASHINGTON 810DER FORMS PARK$, RECREATION & PAGE 6 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER:" — (signature) By: Jon Kirk Title: CEO (print name) Company Name: Terra Dynamics, Inc. Address: PO BOX 2479 City/State/Zip: Auburn, WA 98071 Phone. (253)-880-3100 DATE: 06/01 /2020 CITY OF KENT, bvASHINGTON WEST FENWICK PARK RENOVATION BIDDER PORES PARKS, RECREATION & PAGE 7 COMMUNITY SERVICES DEPARTMENT PROJECT PK20.03 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Project Number: Subcontractor Name Item Numbers - WEST FENWICK PARK RENOVATION PK20--03 NW Playground Equipment, Inc. 13I#03, 13I#04, BI#07 Subcontractor Name Item Numbers, Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: BIDDER'S SIGNATURE CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE B SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Terra Dynamics, Inc. Project Name: WEST FENWICK PARK RENOVATION Project Number: PK20-03 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non -responsive and, therefore, void. Subcontractor Name: The Robson Co.- Plumbing Subcontractor Name: Subcontractor Name: ku,E Bidder's Signature to vAc Iq A CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECT PK20.03 06/01 /2020 Date 0 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE 9 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for WEST FENWICK PARK RENOVATION THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicators of contractor responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24-hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses postal mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. CITY OF KENT, VIASHINGTON 'NEST FENWICK PARK RENOVATION BIDDER PARKS, RECREATION & PAGGEE 10 1d COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 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: g!t NAME: Terra Dynamics, Inc. ADDRESS: PO BOX 2479 Auburn WA 98071 PRINCIPAL OFFICE: Terra Dynamics, Inc. ADDRESS: PO BOX 2479 Auburn, WA 98071 PHONE: (253)-880-3100 FAX; (253)-880-3109 STATUTORY REQUIREMENTS 1. MINIMUM CRITERIA REQUIRED BY WA STATE LAW 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW, Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement*, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from WEST FENWICK PARK RENOVATION CITY OF KENT, WASHINGTON BIDDER FORMS PARKS, RECREATION & PAGE 11 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). *Form included with Bidder's Package. 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 a "willful" violator 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. *Form included with Bidder's Package. 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. Exempt SUPPLEMENTAL CRITERIA — Established by the City of Kent to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 33 Years 2.2 How many years has your organization been in business under its present business name? 33 Years 2.2.1 Under what other or former names has your organization operated? NA 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 6/15/1987 2.3.2 State of incorporation: WA 2.3.3 President's name: Erik Krieger 2.3.4 Vice-president's name(s): NA 2.3.5 Secretary's name: Tom Zopan 2.3.6 Treasurer's name: Tom Zopan 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: NA 2.4.2 Type of partnership (if applicable): NA 2.4.3 Name(s) of general partner(s): NA 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: NA 2.5.2 Name of owner: NA CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE 12 2.6 If the form of your organization is other than those listed above, describe it and name the principals: NA 3. ILICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Washington State TERRAD1133LT 3.2 List jurisdictions in which your organization's partnership or trade name is filed, Washington State 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. General Contractor, Earthwork, Storm Drainage & Utilities, Site Development, Landscaping & Irrigation 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? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? NO 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.)NO 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: $21,000,000.00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: $15,000,000.00 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. WEST FENWICK PARK RENOVATION CITY OF KENT, WASHINGTON BIDDER FORMS PARKS, RECREATION & PAGEE13 COMMUNITY SERVICES DEPARTMENT PROJECT PK20.03 S. QUALIFIED BY EXPERIENCE AND CERTIFICATION Identify whether: 5.1 Bidder is qualified to perform the WEST FENWICK PARK RENOVATION work and possesses the certifications required by Kent Parks Special Provisions: 5.1.1 11 68 13 (Play Area Equipment); No 5.1.2 32 18 16.11 (Synthetic Safety Surfacing - Poured in Place EPDM)Base Preparati 5.1.3 32 18 16.12 (Synthetic Safety Surfacing - Grass) Base Preparation 5.1.4 3218 16.13 (Synthetic Safety Surfacing - Sport Grass) BaSe Preparation 5.1.5 32 18 16.14 (Engineered Wood Fiber Safety Surfacing) Base Preparation 5.2 Bidder will retain subcontractors qualified to perform the WEST FENWICK PARK RENOVATION work who possess the certifications required by Kent Parks Special Provisions: 5.2.1 11 68 13 (Play Area Equipment); Yes 5.2.2 32 18 16.11 (Synthetic Safety Surfacing - Poured in Place EPDM)Yes 5.2.3 32 18 16.12 (Synthetic Safety Surfacing - Grass) Yes 5.2.4 32 18 16.13 (Synthetic Safety Surfacing - Sport Grass) Yes 5.2.5 32 18 16.14 (Engineered Wood Fiber Safety Surfacing) Yes By submitting a Bid, Bidder affirms its work will be performed in accordance with the Kent Parks Special Provisions and it either possesses, or will retain subcontractors who possess, the technical certifications required for the particular work identified therein. 6. REFERENCES: On a separate piece of paper, please provide the following reference information. 6.1 Municipal or Public Agency References: Five (5) references for work performed for a municipal or other public agency. In providing references, please provide the following information for each: 6.1.1 Agency name; 6.1.2 Agency address (including city, state, and zip code); 6.1.3 Name and phone number for a contact at the agency; 6.1.4 Name of project; 6.1.5 Briefly describe the project's scope; and 6.1.5 Contract amount (approximately). 6.2 Trade References: 6.3 Bank References: 6.4 Surety: 6.4.1 Name of bonding company: 6.4.2 Name and address of agent: CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROTECT PK24=03 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE 14 7. FINANCING 7.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 7.1.1 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). 7.1.2 Name and address of firm preparing attached financial statement, and date thereof: 7.1.3 Is the attached financial statement for the identical organization named on page one? 7.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 7.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? CITY OF KENT, VIASHINGTON WEST FENWICK PARK RENOVATION 6[OIER FORMS PARKS, RECREATION & PAGE 15 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 S. SIGNATURE 8.1 Dated this 01 day of _ June 20 20 4 Name of Organization: Terra Dynamics, Inc. By: Title: CEO 8.2 �� , 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 20= Notary Public: L WUZL_ My Commission Expires: Notary Public Cyndi Shrader Commission Expires Oct 23, 2021 CITY OF KENT, WASHINGTON WEST FENWICK PARK RENOVATION BIDDER FARMS PARKS, RECREATION & PAGE 16 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified WEST FENWICK PARK RENOVATION 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 (05/ 11/2020), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Terra Dynamics, Inc. Bidder's Business Name Signature of Authorized Official* Jon Kirk Printed Name CEO Title 06/01 /2020 Algona WA Date City State * If a corporation, proposal must be execrated 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. CITY OF KENT, WASFfTNGTON WEST FENWICK PARK RENOVATION BIDDER FORMS PARKS, RECREATION & PAGE 17 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: WEST FENWICK PARK RENOVATION 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 (05/11/2020), the bidder is not a "willful" violator, 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. Terra Dynamics, Inc. Bidder's Business Name By:q4w X64 Signature of Authorized Official* Printed Name: Jon Kirk Title: CEO Date: 06/01 /2020 City and State: Algona, WA *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, CITY OF KENT, WASHINGTON WEST FENWICK PARK RENOVATION PARKS, RECREATION & BIDDER FORMS PAGE 1$ COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 PROPOSAL SIGNATURE PAGE PR03ECT: WEST FENWICK PARK RENOVATION 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 JU calendar days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 01 , 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, acknowledges and accepts the provisions contained within the "Information for Bidders" section of the bid packet, and agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 06/01/2020 Terra Dynamics, Inc. NAME OF BIDDER 9!�t X;4 Signature of Authorized Representative Jon Kirk, CEO (Print Name and Title) PO BOX 2479 Address Auburn, WA 98071 CITY OF KENT, WASHINGTON WEST FENWICK PARK RENOVATION BIDDER FORMS PARKS, RECREATION & PAGE 19 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Terra Dynamics, Inc. as Principal, and Merchants National Bonding, Inc. , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of $ Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for WEST FENWICK PARK RENOVATION 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 1st DAY OF June 2020 Terra Dynamics, Inc. ,'r PRIXCIPAL Jon Kirk, CEO Merchants National Bonding, Inc. SURETY Aliceon A. Keltner, Attorney -in -Fact Received return of deposit in the sum of $ DATE: 20 CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE 20 MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Aliceon A Keltner; Alyssa J Lopez; Amelia G Burrill; Annelies M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A Zimmerman; Erica E Mosley; Heather L Allen; Holli Albers; James B Binder; Jamie L Marques; Katharine J Snider; Kyle Joseph Howat their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of May 2020 RP0►4 p • : O ' APUy 9 . MERCHANTS BONDING COMPANY (MUTUAL) may: �� 4t . ►y ; �; Vd q� ,Z�; MERCHANT NATIONAL BONDING, INC. :Q:` ;x: •x: �:&• � 2003 1933 • c; By 3' kA'�: .��f1 •' �'•��. .•w.. �;1..• .• President STATE OF IOWA • ���'''••■"'`�� ""� COUNTY OF DALLAS ss. On this 19th day of May 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,11PRtA4 m POLLY MASON o Commission Number 750576�-�-' My Commission Expires 10Wp. January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 'i St day of June , 2020. •� P G r ........... iRDR A �.W v : 2003 �� . ■ y' 1933 4me Secretary ++ �h+•nns■ � t POA 0018 (1/20) 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. _►1►I7 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. (NEST FENWICK PARK RENOVATION NAME OF PROJECT Terra Dynamics, Inc. NAME OF BIDDER'S FIRM �ry SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER CITY OF KENT, 1oVASHINGTON WEST FENWICK PARK RENOVATION BIDDER FORMS PARKS, RECREATION & PAGE 21 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 This Change Order form is for example purposes only. However, by submitting a bid, the bidder agrees to be bound by the terms of this Change Order form for any changes to the Project should it be awarded the Bid. CHANGE ORDER NO, NAME OF CONTRACTOR: CONTRACT NAME & PROJECT NUMBER: ORIGINAL CONTRACT DATE: ___-("Contractor") 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 I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or 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 II "Time of Completion," and Section III, "Compensation," are hereby 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 $ Order Revised Contract Sum $ CITY OF KENT, WASHINGTON PARKS, RECREATION & COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 WEST FENWICK PARK RENOVATION BIDDER FORMS PAGE 28 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order calendar days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: Its Its (title) (tide) DATE: DATE: CITY OF KENT, WASHINGTON WEST FENWICK PARK RENOVATION PARK$, RECREATION & aIDDER FORMS PAGE 29 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 This Request for Information Form is for example purposes only. However, by submittinn a bid the bidder agrees to use this form to reguest information in accordance with the Kent Parks Special Provisions should the Bidder be awarded the Bid. REQUEST FOR INFORMATION FORM City of Kent • Parks, Recreation & Community Services KENT Julie Parascondola, Director TO: -- - - RFI #: DATE SENT: DATE NEEDED_ BY: PROJECT #: COMPANY: PROJECT NAME: RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: _ (Name, Title, Company) T RESPONSE TO RFI ATTACHMENTS: RESPONSE BY: DATE: (Name, Title, Company) CITY OF KENT, NIASHINGTON WEST FENWICK PARK RENOVATION BIDDER FORMS PARKS, RECREATION t PAGE 32 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 r � r This is your official certificate of industrial insurance coverage. You are required by law to post this notice. Certificate of coverage Notice to employees: The employer named below is subject to the industrial insurance law of the state of Washington and is certified as an insured policyholder with the State Industrial Insurance Fund, Ij'you sujj-er a workplace injury or illness, you are entitled to workers' compensation bencftts. Tell r` - — immediately if you are hurt. (Please fill in this space) Employer account number - Employer name: Address: 0 U1k,,�Lal; m State Fund 9<k1 aL Department of Labor and Industries, Olympia, Washington, 98504. Toll free 1-800-547-8367. F21 1-141—OOu—i?/86) Department oftabor and Industries PO Box 44450 Olympia, WA 98504-4450 TERRA DYNAMICS INC Reg: CC TERRADI133LT UBI: 601-030-794 Registered as provided by Law as: Construction Contractor (CCU 1) - GENERAL 541 TERRA ❑YNAN UCS iNC Effective Date: 6/30/1987 PO BOX 2479 Expiration Date: 1/25/2021 AUBURN WA 48071 I876 4'.. err .�..t-•-'.k�v.-:, _ �ti-Y��i V_`-� � � .ice r � �,.:' �{.. se: -.... .�; Y"' +A City of Kent - 4�`' �'gg Business License y. 5,�.r4i RECEIVED TERRA DYNAMICS, INC. PO BOX 2479 AUBURN, WA 98071 TERRA DYNAMICS INC. pease.2lalr WWpi.r IkdLVN ------------------------------------------------ BUSINESS LICENSE LICENSE MUST BE PAID ANNUALLY BY JANUARY Ist TO AVOID PENALTY Issuance of License Does:Not Imply Licensee's Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS PLACE. NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC-2130480 TERRA DYNAMICS, INC. 34721 W VALLEY HWY S ALGONA, WA 98001 Tax Registration Endorsement Per RCW 82.14-16cal sales and use tax must be coded No. 1715 for all qualified sales within the city of Kent. `J CX— �-- MAYOR The City of Kent At 220 4TH AVE SO KENT, WASHINGTON 98032 Y STA MASTER LICENSE STATE OF WASHINGTON ORGANIZATION TYPE DOMESTIC PROFIT CORPORATION UNIFIED BUSINESS ID 601 030 794 nDl TERRA DYNAMICS, INC. TERRA DYNAMICS, INC. 331 ANDOVER PARK E SEATTLE WA 98288 By authority of ACW Chapter 19.02 (Chapter 319, Laws of 1977), 1 certify that the above entity is duly registered and is licensed to conduct business in those areas shown below. Director, Department of Licensing TAX REGISTRATION INDUSTRIAL -INSURANCE UNEMPERY"EN T INSURANCE BLS-700-026 (R/1/871 DEPARTMENT OF LICENSING, BUSINESS LICENSE SERVICES, OLYMPiA, WA 96504 TOLL FREE 800-562-8203 i2064 753-4401 TRADE AND BANK REFERENCES SURETY INFORMATION Terra Dynamics, Inc. Mailing Address: PO Box 2479, Auburn, WA 98071 Physical Address: 34721 W Valley Hwy S, Algona, WA 98001 Ph: (253)880-3100 Fax: (253)880-3109 Bank Information Northwest Bank 4900 Meadows Rd, Ste 410 Lake Oswego, OR 97035 Acct: 0100052933 Ph: (503)905-3214 Officer: Kristi Allen, VP Relationship Manager mailto:kristi.allen@northwest-bank.com Credit Refemnces Washington Rock Quarries 21711103rd Ave Ct E Ste C-302 Graham, WA 98338 (253)262-1661 ext 101 (253)262-1664fax jamie@wa-rock.com Pacific Topsoils 805 80th St SW Everett, WA 98203 (425)337-2700 (425)337-3056 fax Surety Merchants National Bonding, Inc. 5400 Carillon Point Kirkland WA 98033 Propel Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402-4321 Pacific Plants PO Box 226 Issaquah, WA 98027 (425)392-6164 (425)392-7894 fax Northwest Linings & Geotextile Products PO Box 1248 Kent, WA 98035 (253)872-0244 (253)872-0245 TERRA DYNAMICSINC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3 109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.4 WORK ON HAND Project Name: Sunset Neighborhood Park Phase II Organization City of Renton Architect/Engineer HBB Landscape Architects Contract Amount $4,059,000.00 Percent Complete 60% Scheduled Completion Date 7/30/2020 Project Name: Flowing Lake County Park- Entry Redesign Organization Snohomish County Architect/Engineer Otak Contract Amount $1,980,000.00 Percent Complete 65% Scheduled Completion Date 7/15/2020 Project Name: Meeker Middle School Field Renovations Organization Kent School District No. 415 Architect/Engineer AHBL Contract Amount $1,784,000.00 Percent Complete 7% Scheduled Completion Date 5/10/2021 Project Name: Kellogg Middle School Organization Shoreline School District Architect/Engineer Integrus Contract Amount $4,153,000.00 Percent Complete 0% Scheduled Completion Date 1/4/2021 Project Name: Kellogg Middle School Organization Shoreline School District Architect/Engineer Integrus Contract Amount $610,000.00 Percent Complete 0% Scheduled Completion Date 12/31/2020 aTERRA D YN M ICS WC. PO Box 2479 • Auburn, WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #1 Project Summit Park & Ballfield Owner City of Maple Valley Completion Date 7/17/2019 Owner Representative Dave Johnson Title Parks Director Phone 425-413-6663 email Dave.Johnson@maplevalleywa.ggy Awarded Contract Amount $9,369,000 Final Contract Amount $9,795,712 Percent Complete with Own Forces 65% Project Scope Development and construction of new city park for the City of Maple Valley. Scope included demo, and site clearing/logging and tree salvage. Construction of (2) multi -purpose synthetic turf fields, a synthetic turf softball field. Construction of a new pavilion building with a concessions kitchen, restrooms, family wash room, and storage areas. Construction of new skate park, concrete, HMA asphalt, parking, and playground, and other site improvements. Construction of new utility extensions including water, sewer, and electrical. Project Similarities Public Park, Similar Design and Site Features, Similar Structures, Sites use and Restrictions. Installation of playground equipment and furnishings. Assessment of Project Performance Quality of Project and Quality Control Excellent Quality and Public Response Management of Safety and Safety Rea-fd Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Availability and Use of Appropriate Equipment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including low ground pressure equipment designed for use in wetlands and sensitive areas. Compliance with Contract Documents Full compliance with contract documents, materials met project specifications. Manvement of schedule. submittals. change orders and close out All documentation submitted in a timely manner. Proactively worked with the Design Team and Owners to resolve complex construction issues on budget. TERRAD 1 al ■AMICS rNc. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #2 Project Central Kitsap MS/HS Owner Central Kitsap School District Completion Date 8/30/2019 Owner Representative Craig Ski pton Title Landscape Architect Phone 206-658-2663 email cski tan ahbl.com Awarded Contract Amount $7,780,000 Final Contract Amount 1$8,302,554 Percent Complete with Own Forces 75% Project Scope Development and construction of new Athletic Field Complex Including (4) synthetic turf fields and tennis courts Complete Landscape and Irrigation Package Project Similarities Public Park, Similar Design and Site Features, Similar Structures, Sites use and Restrictions. Installation of playground equipment and furnishings. Assessment of Project Performance Duality of Project and Quality Control Excellent Quality and Public Response Management of Safety and Safety Record Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Availability and Use of Appropriate Equipment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including low ground pressure equipment designed for use in wetlands and sensitive areas. ComIghance with Contract Documents Full compliance with contract documents, materials met project specifications. Management of schedule, submittals, change orders and close out All documentation submitted in a timely manner. Proactively worked with the Design Team and Owners to resolve complex construction issues on budget. TERRADYNAM 1CS ,NC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #3 Project New Tahoma HS and RLC Owner Tahoma School District Completion Date 2/27/2017 Owner Representative Erik Sweet Title Landscape Architect Phone 425-766-9535 email Erik J. Sweet. RLA <eisw@slalandsca eS.com> Awarded Contract Amount $5,139,000 Final Contract Amount 1$5,250,000 Percent Complete with Own Forces 95% Project Scope Construct new Synthetic Turf athletic complex, including (4) new fields Landscape and Irrigation Project Similarities Similar Design and Site Features, Similar Structures, Sites and Restrictions. Assessment of Project Performance Quality of Prpjec and Quality Control Excellent Quality and Public Response Management of Safety and Safety Record Proactive safety program and training, no accidents or losttime incidents duringthe project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Availability and Use of Appropriate EgUiom__en� Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including low ground pressure equipment designed for use in wetlands and sensitive areas. Compliance with Contract Documents Full compliance with contract documents, materials met project specifications. Management of schedule, submittals, change orders and close out All documentation submitted in a timely manner. TERRA +r D Y AM I CS INC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #4 Project Central Park Pad1 Improvements Owner City of Issaquah Completion Date 3/30/2018 Owner Representative Jennifer Fink Title Park Planner, Project Manager Phone 425-837-3322 email Jennifer Fink <JenniferF@lssaquahwa-P v? Awarded Contract Amount $2,771,120 Final Contract Amount $3,090,818 Percent Complete with Own Forces 65% Project Scope Perform upgrades to the existing field by providing athletic and multipurpose venues with drainage, Synthetic turf, lighting, fencing, storage facilities, and paved pedestrian/vehicular access. C o—r-T immu FJiFfiiiC Public Park, with strong public interest. Difficult soil conditions, and environmental concerns. Installation of site furnishings, and gazebo. Assessment of Project Performance Quality of Project and Quality Control Excellent Quality and Public Response Management of Safety and SafeV Record Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 17 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Management of Subcontractors Coordinated the work of 11 Subcontractors. Availability and Usp of AgprQpriate Equipment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including laser guided dozers for grading. Compliance with Contract DocUmen� Full compliance with contract documents, materials met project specifications. Management of schedule, submittals, change orders and close out All documentation submitted in a timely manner. TERRA DYIV'AIti+I1CS,NC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #5 Project AWS Soccer Field Owner Annie Wright Schools Completion Date 5/20/2017 Owner Representative Mark Blanchard Title Facilities Director Phone 253-284-4157 email Mark Blanchard <Mark_Blanchard@aw.org> Awarded Contract Amount $2,680,000 Final Contract Amount $2,766,112 Percent Complete with Own Forces 65% Project Scope Convert Natural Grass Soccer Field to Synthetic, and site Improvements Improvements include, Retaining walls, concrete, asphalt, and parking. Proiect Similarities Synthetic turf field, Similar site improvements Assessment of Project Performance Ouaiity of Project and Oualitv Control Excellent Quality and Public Response Management of Safety and Safety Record Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Management of Subcontractors Coordinated the work of 11 Subcontractors. Availability and Use of Appropriate Eauinment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including laser guided dozers for grading. Compliance with Contract Documents Full compliance with contract documents, materials met project specifications. Management of schedule, submittals, change orders and close out All documentation submitted in a timely manner. ETERRA DYIVAMICS,NC. PO Box 2479 • Auburn, WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #6 Project Bellevue College Athletic Field Improvements Owner WSDOES Completion Date 10/27/2017 Owner Representative William Tribble Title Project Manager, Bellevue College Phone 425-564-3343 email William Tribble twill am.Vlbbie@ellevuecollege.edu? Awarded Contract Amount $4,965,000 Final Contract Amount $5,040,702 Percent Complete with Own Forces 60% Project Scope Convert Natural Grass Field to Synthetic softball/multi purpose, and site Improvements Improvements include, Retaining walls, concrete, asphalt, and parking, dugouts, lighting Project Similarities Similar site improvements, & Complexity Assessment of Project Performance ❑uality of Proiect and Oualitv Control Excellent Quality and Public Response Management of Safety and Safety Record Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Management of Subcontractors Coordinated the work of 11 Subcontractors. Availability and Use of Appropriate Equipment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including laser guided dozers for grading. Compliance with Contract Documents Full compliance with contract documents, materials met project specifications. Management of schedule, submittals, change orders and close out All documentation submitted in a timely manner. ETERRA DYNAM ICS INC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.5 PAST PROJECTS Reference #7 Project Shorewood HS Field and Tennis Courts Owner Shorelines School Dist. Completion Date 10/9/2014 Owner Representative Dan Stevens Title Capital Projects Director Phone 206-393-4366 email Dan v n r n. vens@shcrelineschoafs.or � Awarded Contract Amount $5,676,000 Final Contract Amount $5,939,240 Percent Complete with Own Forces 60% Project Scope Construction of new synthetic turf baseball, softball, and football field. Improvements include: athletic field lighting, running tracks, basketball courts, tennis courts. Project Similarities Synthetic turf field, Similar site improvements Assessment of Project Performance 4uality of Project and 0ualilyControl Excellent Quality and Public Response Management of Safety and Safety Record Proactive safety program and training, no accidents or lost time incidents during the project. Timeliness of Performance Project completed within contract days. Use of Skilled Personnel Project Superintendent with more than 25 years experience managing similar projects. Most equipment operators, crew leads and laborers have been with Terra Dynamics for 10+ years. Management of Subcontreotorrs_ Coordinated the work of 11 Subcontractors. Availability and Use of Appropriate Eauioment Terra Dynamics owns all of our own equipment - over 100 pieces. Many pieces of equipment are specifically modified for our work, including laser guided dozers for grading. Compliance With Contract Docum�n_ts Full compliance with contract documents, materials met project specifications. Management of sch-e-d-y-le. submitLals.hap a orders and close out All documentation submitted in a timely manner. RTERRA DYNA,M!CS ,NC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 4.6 KEY PERSONNEL Name Vern Orr Title/Role Project Manager Experience Over 20 years experience Commitment to Project 20% Name Gabe Wood Title/Role Assistant Project Manager Experience Over 17 years experience Commitment to Project 33% Name Jason Pampe Title/Role Project Engineer Experience Over 10 years experience Commitment to Project 50% Name Nate Lane Title/Role Superintendent Experience Over 17 Years Experience Commitment to Project 100% hill 111111 MO � ro o o i o 0 • p b o Tn�4 o o i�- 22 i n ri N 0 � 3 3 a � 8 5� . 'c.r� o as a 6zr U u u3 3 S 3 3~ 3 8 e 2 a O m p o p xoca hh $e.- - - - w�v oss�ss�sssaa`s olasassl a - v��xav�_ o 6 0 0 - a _ a MM.- H.MS���'�888� 8 i i Fg� M.22 22 f 2 f i i—z o a u` Is o 0 6 n 6 0 �5 6 o n o all o ° n a 3 a•a° o m IN 1°¢ rn n. ¢g¢m j�: IC o o 3 ao a 3 n° v V'a l7 q q 'R o G o cT 0 0 g I o g d d o c 3 m—N ui='o 0 00 }4� 0}4(0 Sp�gR 0 5q� a a +� a rvg0v0i v0i av0i �5350i'a 0 2Z22m� o a n n o o n `a, ' tt a :.i .. 3 v 3 0 e a+OF., at's%r'v�'-0.�3333333333333$333333 e 3 3 - n a v t�'a�a 3 °i N 3 - m 3 a 3 - ryo�I e 3 02 v? o .. -- -- -- Y •- -- -- Y .::.: �� . . t � ', .� am�Y mGY mr �YYYL Cgtt mWmm � 3 C o o o m 3' d 3 .� _� 3 0 3 ry g: °; w 0 _ ¢d¢ I a a r r a r " 3.°.-1 N. o i L L - '8 -_-- ,-_.L L �o m ,.. m W .. o .., x `a �' .°� ._ a -, O s O a d a 0.0 s Oo .. L' O ui N �i m s z z t 0 c q'^, > > > > rri7 > 7 > ui NTa 4 c^� o e r g N yy h h 00 0 0 oI o o �' m o « m m E O°: o d v n m vj m O vi n in Cn in vi r: r �n m t O1 t a d .�- �, o -^�' o m V [� m m m V .� 6 u u u ry m O a a a 3 - E f E E E E E E E E E E E E E E E E E E E 3 3 3 E 3 �x �� .. .. v - .. .. n 3 s ` c c o e w 5 S° E 7 E 7 a° E E n 7 ,� E �F E E F E E E E E E E E E E E E E E E r c in R c m vc r r u a u u o O Bi a n m x E mO u c E c a E E m a o E 2 x uai zN«zzz'zaV n ,an Znn�+' g c 2 E c3 E c3« u E P G4P-dq 9o7 P O: G O; p p4 cr� qr� cf c G � czo7gsa$%'$Sg$Ho�o�+Sxixi�.:c ^m d d i ocZ El��7 3 s w�9 a u I I Ll I 1 E 0 E E 0 0 E o o E m x m, o c io �ri °i e v '�'6 �d .d 5 m �o a ' o f 'i o itl E c o p '� E m o o n$ n a a I n n i�? •- : j a ,g �' r y c o o L}' �' 3 c S+ o o C` S o o n i i x 5 3 g 3 x grg r$ x° O G i o a 3 v`v`v`v`�x ,�xxxx�'•3 . .. .. .. N .o, .a ": xxxrx q5 ix x'"x'co a' 0 0 z a -• -- .- ..- •- •-� d a EEL $dd$o goo ro_c� Yv a a au iiiu"u338iiuu"i3� m n, n$ n n v a v n v 1.n i a �.c. a32$iHH �tiw &MSHH " 3 3 0 0 x 3 3 0« o s a a a a a •gy m T i u _4 a C u° a a a n x°m': datum' m° Am°m azdz m'n° z zo❑`zxo`xo as d"as d' ¢_d' ¢¢¢'as¢6¢ ��¢S S8�8a�88888 8888!8880.0000 0 M�N N IN IN N°gIN'oo88 80 n. r 0 I m zz $$ 2C z z w w W m w Y Y Y 2°2 2 O2 1227 D O D ❑❑ O ❑ z Oz �33 z ¢ ¢ ¢ N F �' ry ti ti a .�i A A N= = tutu w= m m �n ,v a ,. .� a roi ,y ,+ ,� ti N t� oc m g= "i �' O I 'o 'o 6. o 'o m v 'o: w w w 'o 'o 'o 'o 'o 'o °o 'o 'o 'o 'o °o 'o 'o 'o °o 'o 'o °o 'o w °o 'o IL E 'Y Y Y N s Y w` c' a N. `N' .g!o LD�.g!0.n N. n r U' Ugg' tqq9 ts9 t449 Vss' V4g' Uss 1QQ7 U' 11 V44' Uss' t9 l9 l9 l9 . pp E co d co co co. co co co cod y1�9 pp yyU'� 3 co 8 co 2 -2a Og��ziS252S257S2525iSo O1, •-- l7 o W u = o• o .a N � N _ _ o ^�4u8g.gg u0ig8�u4o In �.�. u�igoo�vi g m� in¢¢a¢ 7[�n ���4�m ¢ vd dddacrv¢..¢ad¢m.e.¢ om�rn����r ^'tlZ-i a rN a a.°: aam.n m.q_a0_01.. `^. . !2 iON s N r C $ E N fa Cp N rdi ��i vx qq �'v 4 w w,w 1O yy == N E w .I w E „ R F N E ,� y . 6 Y '^ �s>�1Q > j> j v E :� E E E E E E v E v` E v`. u°m umu°aS %> v` v` E a �,? f s '`- E C A E m ~~~~ a.=v�uu 3 uuuI I IgI o- N N g u•. dry 8pp 'SaA00 a w w w❑' o wo•�E�o"'�� c c- c c c c c c f c c c c E E m '> g E j o a a¢¢ u a u¢ LL z u�. c° >_ > > E 9 9> v a a 3 3 3 f 3 3 f 3.3 3 F f E3 F Ia& o ¢ a Y a a Sa a a `a 5 a -61 t 3 F `w `a ' IT 9 E° S x 2 F X I X 2 2 2 x S Fr F; x ¢ v` 2 v`. v`. v` a m m 9 m 2 m n �r m 'Ll m m u m 2 m 9 m �, a 2 m m o` c c q c c ems'c ? ? p 2 2 2 i 2 y i 0❑ 8' 6 6 O 0 0 0 0 0 O. 0 0 O. O O O O O Y u` u` u` u` u` u` u` u` u` u` u` u` ti iS. i7S O �7i a� a a i� ° w E_ E, J a H Qi m y m..N' n 00 Ot O N otimryNg�.go _ �mm,mma .�i O R CO y� o iS if 8 z m v °�' w a w o u 60 'o o o o 0 x ep .0 eo EG F is = D O O �..- 3 o i 3 0 0 O G mil O n 0 0 i M F C c t a s e'�e ¢ a Q '�' ° ° i o aa,� a o p _ c F a 0 0 o �fi rda° ° c c c °e c4 a° L° ❑ o w c a .ao pA _w Fti OFsssASSS _L3&n¢R ou I ; ; o FOL0y omp m 4p �' u F AAoFOv�o 11-�`p na o E na S d O O l7 a` o d o Ov.xx«oo"mi Oxx.0m. fi-om T❑ Hiqb`. •�Qtr�4y. € N O M .�. .ai �-� N :.�. ti' Eom-a o=2x Ro~2E3 mEl� mxx° o3ma� mxx ro M E E O -o 2 4 _ avSE. ap�5.an.i. a 7d. n n ddm' "_ aaLZ =o�raz}. AZNYiFppCjpp .Xan`a c ° o o� o F 'dm- o [o °Z.2222 omFr_ 0rye"_ l: pF N��w A A p = o �•moay� �oi a.E �$ 3 3 35gitiRR av'o i o*zIr} -uo oaavr po'v" 0` �oo. azz z 4 d.aa 9❑o �'Qh�yy;; n-- u 41 S if fz¢�333CETis uXa� 0 w o �m �ti� 430 ry F 22, axx 00 a1x«ma rs�j 1p83yc .vo`n 13, 3'F. -w 0 o x vi o o c a vi ryR o_ i p, 2 m .?aYg .n°a,'i i o o c_ ti p tCi 7C 7C c o L ev ai cga " ' ,`x� .. g n �S rd ,Y .co_ o _o .,rv-I o• 3 Cl E � 3 .-.�. ; E _ '' A F 3 3 w 3 o 3 oY a°i o 0E_ u = m. v w 3 w a, �°siz Y a o �.,Lt� .a vmi 3 N d p E `J4( c M n a p N n w 2 m n n r��v' Y« Y N' a 0¢ a a❑ r u O ry CTJ A m m m .'x m E E E a m n g m m r a u° v v a v❑'n� 3 3 3 xx n.o & k 8 m S v s o d a 0 0 6 d n w 2 xa2xxr2zmm'm'm'mv+evzzza�m�x��3gmx$2$$��$�$_$.����re�.o.�c� S o!r oan❑u-30C m m m m O1 m m m m o m o m 0 0 .n W n o m vim., W m m ar m m n •n o 0 o o oo w 0 0 N o co m m v m m ao w m g . m m rvl m m m a a m. a W g m o m `n m W o x g o g g o g o 0 0 0 0 0 o N o N o N ry ry .mm. ry 0 0 0 m 0 0 m m a a m a a 3 3 Q 3 3 3 3 3 3 3 LD� o u 0m�.a.+" --- - Y o a Y o v w U 0 Y~ n 7 amuv t; ~ po $ m Z 3333��� � a p3p vwN . ram.. 'o 'o 0 0 'o °° w '°' a 0 0 °0 0 'o 'o °0 0 o° °o °o a 20 - - - - T c . a� i w =Z. _ _ Z. _ _ = v `.0 a ❑ E o ❑ °o °o °o o' °o ❑ w RI S u LL m m u` ' i o E 0 0 0 o ti O_ 0 NI b oD W d 2 0 0 0 0 Cl O 2 2 S 2 2 2 2 2 2 Z 2 y et mi al o 0 '' Vx 0 O o O O R n I o ° ° 0 0 o oa m'a ry ry °. o'o'oYvAv x 0 0 o o °- 2 2 2 �sxa ^aaaa a a a J - ~« a t z a r r 3= 3 3 3 3 3 v v 3 3 a a w ❑' o' v ❑' m a' ❑' p' no o' o ❑° LL C �' v m= w v m v m m v v m m J J°= a a o - m- °�-° =° .PJ.°. r � m m ❑° .. .7 x x 3 A' E 3# 3# m I. a� �°n' n' uai a `a a s a` a s G G G G a w i c m a 0 ` 0 0 o x v x v Iv E E E E v '° 3 a� 3 x 2 Z ss m O O•vai a b u` b d d v c u u° u° u° d e ti ¢° ti w ti H 0,p p p 0' C 0 O° u' U. U. z z 3 m ¢ 0 0 m ¢ 0 0 ml 0� � o 00 o o ❑❑❑❑❑❑ m 0 0 m . . ... . 0 O .i ry O. O m v m mi 0 O. 0r . . . . mW m r m�❑ o o .1°+ n a - m m '^ o ...... a n m o 0 0 o ti ti ti" ti ti € 0 o ni g 4 wi n 0 o q m m �ao��rra❑ c a o00 v o�aa' �a v v a - w k 3 o o ` � r r ii o a a n n L�¢a ¢ f"4 .((. dcrc N n} 8 i9 l9 17 ibb7 lyy7 � O O C Al o x� z E E c g d d q d d T4d r' aq'x';;�;;ad vo od rcwocw n * F F r g s $� ,' bxz xxxt �3�7d3r��r3� m o m o N 0 o o o N N N m o 0 N N m m 0 0 m m 0 0 o o gv o W v o 0 a a o a o F F K 6 212 F F K K 0 0 F F F K 0 0 0 oo m z �.m..m..2222222 J > ? J > N o o o x X x x X m X 0 o 0 0 o o a a 00 a a a a a o o W W o o W W o o W N o o W N o o N N o o _ N W o o _ W N o o _ N W o o o W W o N a r�aFaa`ad�Qae E E E E E E E ~~ ~ O O o O Y Y s c c c c c u« }r w u__ d a v u v 0 u« Q 00 et «« h[ Lees «I aW a .=e[I 3�t� �zzz --- o ry U P m m o m m rO1.J a o o v •• ry > m a 1 Y L TERRA DYNdM ICS INC. PO Box 2479 • Auburn,WA 98071 253-880-3100 • Fax: 253-880-3109 City of Kent WEST FENWICK PARK RENOVATION Contractor Qualifications SUPPLEMENTAL BIDDER RESPONSIBILTY CRITERIA 6.1 References Name Andy Mitton Organization Berger Partnership Title Landscape Architect, Associate Phone 425-670-6695 email andym@bergerpartner5hip.carn Name Craig Skipton Organization AHBL Title Landscape Architect, Principal Phone 206-658-2663 email cskipton@ahbl.com Name Robert Harding Organization D.A. Hogan & Associates, Inc. Title Principal Phone 206-285-0400 email Bobo H@dahogan.com Name ED Macleod Organization Macleod Reckord PLLC Title Principal Phone 206-323-7919 email edm@macleodreckord.com Name Tess Sciavone Organization Senior Associate Title Gustafson Guthrie Nichol Phone 206-903-6802 email tens@ggnitd.com a BIDDER'S CHECKLIST The following checklist Is a guidellne to help the Contractor make sure all forms are complete. The bidder's attention Is especially called to the following forms. Failure to execute forms as required may result In rejection of any bid. Bidder's Package should include the following: ❑ SITE LOCATION MAP ❑ INVITATION TO BID ❑ INFORMATION FOR BIDDERS ❑ CONTRACTOR COMPLIANCE STATEMENT 0 Date Have or Have Not c>> Signature, title and address ❑ DECLARATION OF EEO POLICY ❑ CITY OF KENT ADMINISTRATIVE POLICY 1.2 — Minority and Women Contractors ❑ EEO COMPLIANCE STATEMENT Successful bidder shall return to City of Kent AFTER completion of work {_, Bidder company name, date and signature block ❑ PROPOSAL WITH BID SUMMARY Bidder or Bidder Representative's name c Unit and total line amounts are correct o Subtotal, tax and total bid amount are correct Signature block ❑ SUBCONTRACTOR LIST for Contracts over $100K ❑ SUBCONTRACTOR LIST for Contracts over $1M ❑ CONTRACTOR'S QUALIFICATION STATEMENT Complete all sections, include attachments if necessary Sign and Notarize ❑ BIDDER RESPONSIBILITY CRITERIA — Qualified Bidder ❑ BIDDER RESPONSIBILITY CRITERIA — Compliant with Wage Payment Statutes ❑ PROPOSAL SIGNATURE PAGE Acknowledge receipt of all addenda issued Date and signature block ❑ BID BOND FORM Names and amount (5% of total bid amount) 0 Power of Attorney Sign, seal and date ❑ COMBINED DECLARATION FORM - Non -Collusion and Minimum Wage ❑ CONTRACT o CITY OF KENT WILL INITIATE SIGNATURE PROCESS WITH THE SUCCESSFUL BIDDER ❑ INSURANCE REQUIREMENTS (EXHIBIT A) SUCCESSFUL BIDDER MUST PROVIDE PROOF OF MINIMUM REQUIRED COVERAGE ❑ CHANGE ORDER (C.O.) FORM o SUCCESSFUL BIDDER IS BOUND TO USE OF THIS FORM PAYMENT AND PERFORMANCE BOND FORM o Successful bidder's Principal, surety company, witnesses and corporate seal REQUEST FOR INFORMATION (RFI) FORM SUCCESSFUL BIDDER IS BOUND TO USE OF THIS FORM WEST FENWICK PARK RENOVATION CITY OF KENT, WASHINGTON BIDDER FORNIS PARKS, RECREATION & PAGE 33 COMMUNITY SERVICES DEPARTMENT PROJECT PK20-03 KENT PARKS SPECIAL PROVISIONS DIVISION 1 – 33 WEST FENWICK PARK RENOVATION 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN WEST FENWICK PARK RENOVATION PROJECT NUMBER PK20-03 KENT PARKS SPECIAL PROVISIONS ORDER OF CONTENTS SECTION TITLE 01 11 00 Summary of Work 01 25 00 Substitutions 01 26 13 Requests for Information 01 26 63 Change Orders 01 29 00 Payment Procedures 01 31 00 Project Management and Coordination 01 33 00 Submittals 01 35 00 Special Procedures 01 35 29 Health, Safety and Emergency Response Procedures 01 45 00 Quality Control 01 52 00 Construction Facilities 01 56 26 Temporary Fencing 01 73 23 Field Engineering 01 73 29 Cutting and Patching 01 74 19 Construction Waste Management and Disposal 01 74 23 Final Cleaning 01 77 00 Closeout Procedures 02 41 13 Selective Site Demolition 11 68 13 Play Area Equipment 12 93 00 Site Furnishings 26 00 00 Electrical (as shown on Sheet E2.0) 31 11 00 Clearing and Grubbing 31 12 00 Earthwork 31 46 22 Field Imported Sands 32 12 16 Asphalt Concrete Pavement 32 16 00 Concrete Pavement, Curbs and Sidewalks 32 17 23 Pavements Markings and Signage 32 18 16.11 Synthetic Safety Surfacing – Poured-in-Place EPDM 32 18 16.12 Synthetic Safety Surfacing – Grass 32 18 16.13 Synthetic Safety Surfacing – Sport Grass 32 18 16.14 Engineered Wood Fiber Safety Surfacing 32 19 13 Soil Preparation 32 31 13 Chain Link Fencing and Gates 32 84 00 Irrigation 32 92 19 Hydroseeding Lawn Areas 32 93 00 Landscape Planting 33 40 00 Storm Drainage WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 1 KENT PARKS SPECIAL PROVISIONS The Kent Parks Special Provisions (“Parks Special Provisions”) modify and supersede any conflicting provisions of the Kent Special Provisions, prepared by the City of Kent Public Works Department, including all subsequent amendments, and the 2020 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 Standard Specifications”). Unless the context clearly intends otherwise, references to “Specifications” or “Technical Specifications” is intended to refer to these Parks Special Provisions. If any provision of these Parks Special Provisions conflicts with the Kent Special Provisions or the WSDOT Standard Specifications, the provisions should be interpreted to provide harmony to the extent reasonably possible. If the provisions cannot be harmonized, the more specific provision will control over the more general, and the more recent provision will control over a provision adopted earlier in time. If the Parks Special Provisions and the Kent Special Provisions are silent on an issue, the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, and in the Kent Special Provisions and the WSDOT Standard Specifications to the Contracting Agency and Engineer, shall be revised to include the City and/or City Representative, except for references to State statutes or regulations. Finally, all of these documents—the Parks Special Provisions, the Kent Special Provisions, and the WSDOT Standard Specifications, are a part of the contract documents. SECTION 01 11 00 – SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. This section of the Parks Special Provisions describes construction-related activities that will occur at the Project site and is part of the Scope of Work included in the Contract Documents. In addition to those additional documents provided for by the Kent Special Provisions and the WSDOT Standard Specifications, the “Contract Documents” include the Contract, the Project Manual and its identified contents, Project drawings and plans, and these Parks Special Provisions. B. All terms used in these Parks Special Provisions shall have the definitions attributed to them by the Kent Special Provisions or the WSDOT Standard Specifications, unless these Parks Special Provisions specifically provide otherwise. 1.02 SCOPE OF WORK A. This Contract includes work which is described below. The descriptions provided summarize the work and may not include specific reference to all work required to WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 2 complete the Contract. The Base Bid includes all labor, materials, and equipment required to complete the work as shown in the drawings and specified herein. 1. The Project Scope of Work includes but is not limited to the following areas. See the identified Division Sections of these Specifications for details. a. 01 11 00 Summary of Work b. 01 25 00 Substitutions c. 01 26 13 Requests for Information d. 01 26 63 Change Orders e. 01 29 00 Payment Procedures f. 01 31 00 Project Management and Coordination g. 01 33 00 Submittals h. 01 35 00 Special Procedures i. 01 35 29 Health, Safety and Emergency Response Procedures j. 01 45 00 Quality Control k. 01 52 00 Construction Facilities l. 01 56 26 Temporary Fencing m. 01 73 23 Field Engineering n. 01 73 29 Cutting and Patching o. 01 74 19 Construction Waste Management and Disposal p. 01 74 23 Final Cleaning q. 01 77 00 Close Out Procedures r. 02 41 13 Selective Site Demolition s. 11 68 13 Play Area Equipment t. 12 93 00 Site Furnishings u. 26 00 00 Electrical (as shown on Sheet E2.0) v. 31 11 00 Clearing and Grubbing w. 31 12 00 Earthwork x. 31 46 22 Field Imported Sands y. 32 12 16 Asphalt Concrete Pavement z. 32 16 00 Concrete Pavement, Curbs and Sidewalks aa. 32 17 23 Pavement Markings and Signage bb. 32 18 16.11 Synthetic Safety Surfacing – Poured-in-Place EPDM cc. 32 18 16.12 Synthetic Safety Surfacing – Grass dd. 32 18 16.13 Synthetic Safety Surfacing – Sport Grass ee. 32 18 16.14 Engineered Wood Fiber Safety Surfacing ff. 32 19 13 Soil Preparation gg. 32 31 13 Chain Link Fencing and Gates hh. 32 84 00 Irrigation ii. 32 92 19 Hydroseeding Lawn Areas jj. 32 93 00 Landscape Planting kk. 33 40 00 Storm Drainage B. The Contractor shall provide all items, articles, materials, operations or methods listed, noted or scheduled in the Project Manual, these Specifications, and the Project WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 3 drawings, including all labor, equipment and incidentals necessary and required for proper and timely completion of the work. The Contractor shall use new materials unless specifically noted or directed. C. All changes in Scope of Work shall be executed on the City’s Change Order Form shown in the Bidder’s Package referenced in Section 01 26 63. 1.03 CONTRACTS A. There will be one Contract for the Project which includes all work described in the Project Manual, the Parks Special Provisions, and the Project drawings and plans. 1.04 USE OF DOCUMENTS A. Work not specifically covered in the Project Manual, the Parks Special Provisions, or the Project drawings and plans shall be performed in accordance with the current Kent Special Provisions, the City of Kent’s 2009 Design and Construction Standards Manual, the WSDOT Standard Specifications, and/or county, state, or national reference standards. 1.05 COPIES FURNISHED A. The Contractor shall be furnished one (1) copy of the Project Manual, the Parks Special Provisions, the Kent Special Provisions, and the Project drawings and plans without charge. PDF copies can be obtained at no charge. The WSDOT Standard Specifications can be obtained through WSDOT or are available online at: https://www.wsdot.gov/publications/manuals/fulltext/M41-10/SS2020.pdf 1.06 WORK UNDER OTHER CONTRACTS A. The City reserves the right to contract for other work or to conduct work with its own forces should the need arise. B. Contractor must cooperate fully with separate contractors or the City’s forces performing work at or near the Project site and carry out its work under this Project in a way that minimizes interference and delay for all forces involved. 1.07 ORDERING LONG LEAD EQUIPMENT/MATERIALS A. The Contractor shall schedule and prioritize the ordering and delivery of material as required to ensure the work can be completed within the contract duration. The Contractor will produce a schedule for all long lead items that shows anticipated date for their order and arrival on the Project Site. 1.08 EXISTING SITE CONDITIONS WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 4 A. The Contractor shall meet with the City Project Manager on the Project site prior to the start of construction. The purpose of this meeting shall be to review and document the existing site conditions of the Project site and immediate vicinity. Areas outside of the scope of work of the contract such as driveways, curbs, sidewalks, landscape elements, lawns, signs, utility boxes and all other related improvements shall be documented by the Contractor with digital photos and a written description of existing conditions. This record will be submitted to the City Project Manager for acceptance and agreement. B. Should damage occur to existing improvements as a result of the work’s execution, the Contractor agrees to repair or replace the improvement at the Contractor’s expense as described by the City of Kent’s 2009 Design and Construction Standards Manual and/or the City of Kent’s Parks and Recreation Design Standards, as applicable. 1.09 CONTRACTOR USE OF PROJECT SITE A. Work shall comply with City of Kent permitted work hours. Permitted work hours are between 7 a.m. and 7 p.m. Work will not be allowed on Saturdays, Sundays, or federal holidays without prior approval. The Contractor shall plan and schedule work to allow time for notifications, approvals, reviews and other conditions of the Contract. B. The City Project Manager will coordinate the issuing of keys. All keys must be returned to the City Project Manager at completion. No contract retainage will be paid until all keys are returned. Charges for unreturned/lost keys shall be based on the actual costs necessary to re-key the affected locks. C. Limited use of the Project Site is granted to work in areas indicated and only when work is occurring. Confine operations to areas within contract limits indicated. Do not disturb portions of the Project Site beyond the areas in which the work is indicated. Use of the Project Site does not cover use of adjacent right of ways or public or private property except as noted. Consult local jurisdictions or landowners where use of property under their control is considered necessary and conform to their requirements for use thereof. The Contractor and subcontractors will be allowed on site only during their working periods. The Contractor shall access the Project Site using the designated access and comply with the requirements below: 1. Parking a. Use available parking on site as designated by the City Project Manager. b. Keep all fire lanes clear. c. Store no materials in parking area unless indicated in Project Manual and Drawings. d. Do not store or place any material in ADA parking stalls. e. Parking is not allowed within the critical root zone of any tree or on any park lawn. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 5 2. The Contractor shall prepare a staging plan to show locations of materials, trailers and fencing within the Project Site. This plan must be approved by the City Project Manager and becomes a part of the Contract Documents. Contractor's use of the Project Site shall be limited to purposes directly related to the construction of this Project. D. Contractor’s additional responsibilities while using the Project Site may include, as determined by the City’s Project Manager during the preconstruction or weekly construction meetings: 1. Maintaining pedestrian and vehicular access to and around existing facilities. 2. Not unreasonably encumbering the site with materials and equipment. 3. Keeping roads and parking lots clear of dirt and debris. 4. Obtaining and paying for additional storage or work areas as needed. 1.10 STORAGE AND PROTECTION OF MATERIALS, PRODUCTS, AND EQUIPMENT A. The Contractor’s responsibilities for storage and protection of materials, products, and equipment shall include: 1. Use of the designated staging location on the Project Site for storage of materials, products and equipment under reasonable security measures as the contractor determines necessary. The contractor assumes responsibility for security of the staging location and the City will not be responsible for any missing, damaged, vandalized or stolen materials, products, or equipment. 2. Store products in accordance with manufacturer’s instructions. 3. Store products subject to damage by the elements in weather tight enclosures. 4. Maintain temperature and humidity within the ranges required by manufacturer instructions. 5. Storage of hazardous materials and wastes shall be in accordance with local, state and federal codes. B. Exterior Storage 1. Store fabricated products above ground. Store on blocking to prevent staining or soiling of products. Cover products that are subject to deterioration with impervious coverings and provide adequate ventilation to avoid condensation. 2. Store loose granular materials in well drained areas on a solid surface. Employ methods to avoid run off. Protect all surface drains with an insert sock to prevent material from washing down drain. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 11 00 PAGE 6 3. Do not store materials for other Projects on site. 4. Stockpile materials and equipment only on approved areas of the site. Stockpile areas may not endanger or inhibit the public users of the site, outside the work area, in any way. 1.11 SALVAGED MATERIALS A. Contractor shall salvage only those items that are noted in the Contract Documents and identified for salvage, or as otherwise directed by the City. The City retains first right of refusal to salvage all materials, equipment, and/or products identified or not identified in the Contract Documents that are affected as part of the work. 1.12 DISPOSAL OF DEBRIS A. The Contractor is responsible for the disposal of all debris resulting from the work, unless specifically allocated to another scope of work. This includes scheduling, containers, trucks, etc. Contractor is responsible for the awareness of, understanding of and compliance with all local, state and federal regulations regarding the disposal of any hazardous and non-hazardous wastes. 1.13 OCCUPANCY REQUIREMENTS A. The City reserves the right to occupy and to place and install equipment in completed areas of the Project prior to Substantial Completion. Such placing of equipment and partial occupancy does not constitute Substantial Completion or acceptance of the work. 1.14 COOPERATION WITH OTHER PROJECTS A. Work on a Water Line Replacement Project on the south side of Reith Road from Military Road to 42nd AVE S directly in front of the park will be occurring at the same time this project is under construction. Coordinate with the Public Works project contact and contractor who will be performing the water line replacement project to ensure successful and timely execution of both projects. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 11 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 25 00 PAGE 1 SECTION 01 25 00 – Substitutions PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. 1.03 DEFINITIONS A. Definitions used in this Section are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Requests for changes in products, materials, equipment, and methods of construction required by the Contract Documents and proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by the City or its Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 3. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS A. Due to the short duration of the bid period, Substitution Requests will not be considered during the bid. B. Requests for substitution may be considered or rejected at the sole discretion of the City. C. Submit two copies of each request for substitution for consideration. Submit requests with procedures required for Change Order proposals. D. Identify the product, or the fabrication or installation method to be replaced in each request; include the related specification section and drawings; provide complete documentation showing compliance with the requirements for substitutions; and provide the following information, as appropriate: WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 25 00 PAGE 2 1. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. 2. Samples, where applicable or requested. 3. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. 1.05 Within one week of receipt of the request for substitution, the City’s Representative will request any additional information or documentation necessary for evaluation of the request. 1.06 Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, whichever is later, the City’s Representative will notify the Contractor of acceptance or rejection of the proposed substitution. 1.07 If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. PART 2 PRODUCTS 2.01 SUBSTITUTIONS A. The Contractor's substitution request will be received and considered by the City’s Representative when the substitution is in the best interests of the City, as determined by the City, and when one or more of the following conditions are satisfied, as determined by the City’s Representative; otherwise requests will be returned without action except to record noncompliance with these requirements: 1. Proposed changes must be in keeping with the general intent of the Contract Documents. The request must be timely, fully documented and properly submitted. 2. Extensive revisions to Contract Documents must not be required. The request is directly related to an "or equal" or similar clause or similar language in the Contract Documents. 3. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. Written documentation of such unavailability and the cause shall be provided on the original manufacturer’s, fabricator’s or supplier's letterhead with a signature and contact telephone number for the company. Documentation only by the Contractor, sub-contractor, local sales representative or distributor is not acceptable. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 25 00 PAGE 3 4. The specified product or method of construction cannot receive necessary approval by a governing authority; meet governing codes, ordinances, laws, utility standards or insurance requirements, and the requested substitution can be approved. 5. A substantial advantage is offered the City, in terms of cost, time, or other considerations of merit, after deducting offsetting responsibilities the City may be required to bear. Additional responsibilities for the City may include additional compensation to the City’s Representative for redesign and evaluation services, increased cost of maintenance or other construction by the City or separate Contractors, and similar considerations. 6. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 7. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 8. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. 9. The manufacturer, fabricator or supplier of the specified product is unable or unwilling to certify or guarantee the performance of specified product/ system as specified or the specified product fails UL, ICBO, ASTM or similar standard certification testing required by the specifications. 2.02 The Contractor's submittal and City’s Representative’s acceptance of shop drawings, product data or samples that relate to construction activities that do not comply with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 EXECUTION Not Applicable END OF SECTION 01 25 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 26 13 REQUESTS FOR INFORMATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 26 13 PAGE 1 SECTION 01 26 13 – REQUESTS FOR INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This section describes the procedural requirement for submitting a Request For Information (RFI). 1.02 REQUEST FOR INFORMATION PROCEDURE A. The Contractor shall submit an RFI to the City’s Representative and Project Manager any time clarification is needed or discrepancies exist in the Project Manual and Drawings. 1. The Contractor shall use the provided City form. 2. The Contractor shall submit the RFI at the earliest possible time when any questions arise related to the Project Manual and Drawings. 3. The Contractor shall describe in enough detail the nature of the clarification needed and note the related specification section and Project drawing page. RFI’s lacking sufficient detail will be returned to the contractor without action. 4. If the Contractor performs any construction activity and the Contractor knows or reasonably should have known that any of the Contract Documents contain a conflict, error, inconsistency, or omission, the Contractor will be responsible for the performance and bear the cost of correction. 5. The Contractor should allow up to 10 days for a response. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 26 13 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 26 63 PAGE 1 SECTION 01 26 63 – CHANGE ORDERS PART 1 GENERAL 1.01 SUMMARY A. This Section includes the administrative and procedural requirements for executing a change in the work. 1.02 CHANGE ORDER PROCEDURES A. City’s Representative or City Project Manager Changes: Changes may be initiated by the City’s Representative or the City’s Project Manager. Any such change request is for information and pricing only, and is not an instruction to execute the change, nor to stop work in progress unless issued as a Field Order. A field order results when time is of the essence or an emergency condition exists. In such event, the City Representative or the City’s Project Manager may issue a field order directly ordering a change to the work. In such event, Contractor will submit via email a brief written statement describing the problem and solution with a “not-to-exceed” price to the City Project Manager and the City Representative. All Field Orders shall be followed by a Change Order Proposal form completed by the Contractor within 5 working days. Supplementary drawings and specifications will be provided if required. Contractor shall provide a proposal that includes all information listed in “C” below. B. Contractor Change Order Proposal: Changes may be initiated by the Contractor by submitting a Change Order Proposal to the City’s Representative and the City’s Project Manager. Contractor is bound to use of the City’s Change Order Proposal form shown in the Bidder’s Package C. For all Change Order Proposals, use the provided form and include all information listed below. 1. Description of proposed changes. 2. Related RFI. 3. Reason for making changes and a statement of why proposed work is not covered in the Contract Documents. 4. A specific period of time during which the requested price will be considered valid. 5. Effect on contract sum and contract time. 6. Documentation supporting any change in contract sum or contract time, as appropriate. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 26 63 PAGE 2 D. Contractor shall provide all back up pricing documentation for a Change Order Proposal to include the following. 1. General Contractor Breakdown Summary. 2. Subcontractors Breakdown Summary. 3. Cost Estimate Detail Sheet. 4. All other supporting documentation as required to substantiate the requested costs such as invoices for rental equipment, freight cost, etc. 5. Total cost and time shall be brought forward to the Change Order Proposal form and signed and dated by Contractor. 1.03 CHANGE ORDER AUTHORIZATION A. Any work completed on a Change Order Proposal, prior to having a fully signed Change Order from the City will be at the Contractor’s sole risk. B. No Change Order Proposal will be processed for acceptance and payment after contract expiration. C. Upon signature and execution by the City, the Change Order Proposal becomes a Change Order altering the contract time and contract sum, as indicated. D. Contractor may request payment for the work only against an approved Change Order. E. If either the City’s Representative or the City’s Project Manager disapproves the Change Order Proposal, the reason for disapproval will be stated. 1.04 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Application of Payment forms shall record each Change Order as a separate item of work. Do not include a Change Order on the applications until the fully executed Change Order is received from the City with the adjusted contract sum. B. The Construction Schedule shall be revised to reflect any agreed changes in contract time. C. Upon completion of Change Order work, enter pertinent modifications in Project Record As-Built documents. PART 2 – PRODUCTS Not Applicable WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 26 63 PAGE 3 PART 3 - EXECUTION Not Applicable END OF SECTION 01 26 63 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 29 00 PAGE 1 SECTION 01 29 00 – PAYMENT PROCEDURES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Schedule of Values and Applications for Payment 1.03 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor’s Construction Schedule. 1. A single Schedule of Values shall be required for the Project, including any alternate bid items as provided for in section 1.03. 2. Submit the Schedule of Values to the City’s Project Manager no later than 15 calendar days after the date of award or prior to the pre-construction meeting, whichever comes first. B. The format and content of the Schedule of Values shall be approved by the City’s Project Manager and the City’s Representative. Provide at least one line-item for each specification section and each logically distinct area of work. Include the following Project identification information on the Schedule of Values: 1. Project name and location 2. City’s Name (City’s Project Manager unless otherwise specified) 3. Contractor’s name and address 4. Date Original submitted 5. Date Revision submitted, if applicable C. Arrange the Schedule of Values in tabular format with separate columns to indicate the following for each bid item: 1. Related specification section. 2. Description of work. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 29 00 PAGE 2 3. Name of subcontractor. 4. Name of manufacturer. 5. Dollar value. 6. Current contract value. 7. Previous percent complete. 8. Value of previous estimates. 9. Value of current estimates. 10. Current percent complete. 11. Total percent complete. 12. Value earned to date. 13. Value of contract balance. D. Provide a breakdown of the contract sum in sufficient detail to facilitate continued evaluation of applications for payment and progress reports. Break principal subcontract amounts down into several line items. E. Round amounts to the nearest whole dollar. The total shall equal the contract sum. F. Mobilization, temporary facilities and other major cost items that are not direct costs of a work in place may be shown as separate line items in the Schedule of Values. G. Update and resubmit the Schedule of Values prior to the next Application for Payment when Change Orders or Construction Change Directives result in a change in the contract sum. Such items shall be itemized separately at the end of the Schedule. H. The City’s Project Manager or the City’s Representative reserves the right to reject the Schedule of Values if they determine that it is front-loaded, does not reasonably approximate the anticipated cost of identified line items, or does not provide sufficient detail for the complexity of the Project. 1.04 APPLICATION FOR PAYMENT A. Each application for payment shall be consistent with previous applications and payments as certified by the City’s Representative and/or the City’s Project Manager. B. For each progress payment cycle, the City’s Project Manager, City’s Representative and Contractor shall agree on the percentage of work completed on each line item. This shall be the basis for the total amount payable identified on the pay estimate. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 29 00 PAGE 3 C. The date for each progress payment will be scheduled approximately on a monthly basis. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends on the day prior to the current application date. D. Complete every entry on the form. Include execution by a person authorized to sign legal documents on behalf of the Contractor. The City’s Project Manager or City’s Representative will return incomplete applications without action. Responsibility for delay of payment due to incomplete, inaccurate or incorrect forms shall be the Contractor’s. 1. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include approved Change Orders issued prior to the last day of the construction period covered by the application. Show such amounts separately from other work already included in the Schedule of Values. E. Submit one signed original copy of each Application for Payment to the City Project Manager. All copies shall be complete, including waivers of lien and similar attachments. F. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the City Project Manager. G. Administrative actions and submittals that must precede or be submitted to the City’s Representative and City Project Manager prior to the initial Application for Payment include the following. Failure to submit any of the following is sufficient grounds to withhold processing of Application for Payment. 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Approved Schedule of Values. 4. Approved Contractor's Construction Schedule. 5. Schedule of principal products and submittals. 6. Schedule of unit prices. 7. Copies of any building permits, authorizations and licenses to be obtained by the Contractor from governing authorities for performance of the work. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 29 00 PAGE 4 8. Certificates of insurance and insurance policies not previously required or filed. 9. Intent to Pay Prevailing Wages filed with and approved by WA Labor & Industries. H. Allow up to 30 days for approval of an Application of Payment and processing. All payments to the Contractor are remitted via U.S. Postal Service First-Class Mail. It is the Contractor’s responsibility to ensure that mailing addresses for payment are up to date. Payment cannot be picked up or delivered in person. I. Administrative actions and documentation that must precede or be submitted to the City Project Manager prior to the final Application for Payment include the following. Failure to complete and/or provide any of the following is sufficient grounds to withhold processing of Application for Payment. 1. Completion of all requirements noted in previous section item 1.02.C, "Project Closeout." 2. Property survey if required by Contract Documents. 3. Removal of temporary facilities and services. 4. Removal of surplus materials, rubbish, and similar elements; 5. Project Permit Drawings and related documents including copies of the signed off permit sheets. 6. Affidavit of Prevailing Wages Paid filed with and approved by WA Department of Labor & Industries. 7. All final submittals shall be submitted at the same time. Partial submittals will not be processed. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 29 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 1 SECTION 01 31 00 – PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section contains administrative and supervisory requirements necessary for coordinating construction operations, including but not limited to: 1. General Project coordination procedures. 2. Pre-construction conferences. 3. Pre-installation conferences. 4. Progress meetings. 1.03 RECORDING A. The City has the right to record all events and actions related to the work by the most convenient means necessary. Such recording may include, but is not limited to, the electronic collection of voice and images by digital cameras and recorders. Such recording may occur at any time and at any location where work, including component storage, manufacture or fabrication, or meetings related to the Project are occurring, on or off the site. This right shall be included in all subcontractor and supplier agreements with the Contractor. 1.04 GENERAL PROJECT COORDINATION PROCEDURES A. Coordinate construction operations included in the various sections of these Specifications and in other Contract Documents to assure efficient and orderly installation of each part of the work. Effectively coordinate construction operations under different sections that are dependent upon each other for proper installation, connection and operation. B. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the work depends on installation of other components before or after its own installation. C. Coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. D. Make provisions to accommodate items scheduled for later installation. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 2 E. At all times that work is underway the Contractor's superintendent or a fully knowledgeable and qualified foreman shall be on the Project site to assure proper coordination of the work. F. Require the installer of each major component to inspect both the substrate and conditions under which work is to be performed. Work should not proceed until unsatisfactory conditions have been corrected in an acceptable manner. G. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. H. Clean and protect construction in progress and adjoining materials in place during handling and installation. Apply protective covering where required to assure protection from damage or deterioration until Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. J. Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. K. Where necessary, prepare memoranda outlining special procedures required for coordination, and distribute to the City or the City’s Representative, the City’s Project Manager, all Contractors and any other involved parties. Include such items as required notices, reports and meeting attendance. 1.05 ADMINISTRATIVE PROCEDURES A. Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the work. Such administrative activities include but are not limited to: 1. Preparation of schedules. 2. Delivery and processing of submittals. 3. Progress meetings. 4. Requests for Information. 5. Architects Supplemental Instructions. 6. Change Order Proposal. 7. Change Order. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 3 8. All inspections. 9. Project closeout activities. 1.06 PRE-CONSTRUCTION CONFERENCE A. The City will schedule a pre-construction conference before the start of construction at a time convenient to the City Project Manager, Contractor and City’s Representative, but no later than 15 days after execution of the contract or unless otherwise agreed upon. The conference will be held at the Project Site or other convenient location. The meeting shall be conducted to review responsibilities and personnel assignments. B. The City Project Manager, City’s Representative, the Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. C. Agenda shall include items of significance that could affect progress, including but not limited to: 1. Outstanding contract issues, if any, to include the contract, bonds, insurance or other requirements. 2. Designation of responsible personnel to include City’s Representative; City Project Manager; Contractor's City Project Manager and superintendent; major sub- contractors and City's on-site staff/ occupant representative. 3. Tentative construction schedule. 4. Critical work sequencing. 5. Long lead items. 6. Review of concurrent work by City or others. 7. Status of outstanding permits. 8. Coordination issues relative to on-going City occupancy and site use, if any. 9. Coordination issues relative to maintaining good neighborhood relations and achieving noise, storm water run-off and dust control. 10. Procedures and routing of communications for processing Field Orders and Change Orders. 11. Procedures and routing of communications for processing Applications for Payment. 12. Distribution of Contract Documents. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 4 13. Procedures and routing of communications for Shop Drawings, product data and samples. 14. Special inspections, testing and quality control. 15. Preparation of record documents including daily logs. 16. Use of the Project Site. 17. Establishment of regular progress meeting schedule. 18. Site access and parking availability. 19. On-site office, work and storage areas. 20. Equipment deliveries and priorities. 21. Safety procedures. 22. Security. 23. Housekeeping and sanitary facilities. 24. Working hours. 25. Review of Contract Documents and outstanding questions related thereto. 26. Review of City-furnished items. 1.07 PRE-INSTALLATION CONFERENCE A. Conduct a pre-installation conference at the Project Site before each construction activity that requires coordination with any other construction activity. B. The representatives of manufacturers, sub-contractors, Contractor, City Project Manager, City’s Representative, and any special inspector involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. C. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation conference, including but not limited to requirements for: 1. Contract Documents 2. Deliveries 3. Shop Drawings, product data and quality-control samples WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 5 4. Possible conflicts 5. Time schedules 6. Weather limitations 7. Manufacturer's recommendations 8. Acceptability of substrates 9. Temporary facilities 10. Space and access limitations 11. Safety 12. Inspecting and testing requirements 13. Protection D. Meetings shall be held on-site. The City’s Representative or City Project Manager will record significant discussions, agreements and disagreements of each conference, and the approved schedule. Distribute the record of the meeting to all attendees including the City Project Manager, within 2 days. E. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of work and reconvene the conference at the earliest feasible date. 1.08 PROGRESS MEETINGS A. Attend progress meetings at the Project Site on a weekly basis. The schedule of the meetings shall be established by mutual consent of the City, City’s Representative and Contractor. No changes to this schedule shall be made without mutual consent of all parties. The progress meetings will be conducted by the City’s Representative with participation by the Contractor. Meeting agenda and meeting minutes will be documented and distributed by the City’s Representative. The Contractor is required to provide timely and accurate information to the City’s Representative, including but not limited to items listed in 1.08 F below. B. The City Project Manager, City’s Representative, each subcontractor, supplier, special inspector or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 6 C. Agenda shall include review and correction or approval minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. D. Review construction progress since the last meeting. Distribute Contractor's next 3 weeks’ projected schedule. Determine whether each activity is on time, ahead of or behind the Contractor's Construction Schedule. Determine how construction behind schedule will be expedited. Secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the contract time frame. E. Review unresolved issues previously discussed or reported (Old Business). F. Review the present and future needs (New Business) of each Party present including but not limited to: 1. Time 2. Sequences 3. Status of submittals 4. Status of Requests for Information 5. Deliveries 6. Architect’s Supplemental Instructions 7. Off-site fabrication and/or delivery problems 8. Access 9. Site utilization 10. Temporary facilities and services 11. Hours of work 12. Hazards and risks 13. Housekeeping 14. Quality and work standards 15. Consultants Field Reports 16. Status of Field Directives and Change Orders 17. Documentation of information for payment requests 18. Problems from or affecting Occupants WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 31 00 PAGE 7 19. Problems from or affecting Neighbors G. The City’s Representative shall, no later than 7 days after each meeting, distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. H. Contractor shall revise the Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule in advance of the next meeting. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 31 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 1 SECTION 01 33 00 – SUBMITTALS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY: A. This Section specifies administrative and procedural requirements necessary for submittals including but not limited to the following: 1. Submittal Schedule 2. Shop Drawings 3. Product Data 4. Samples 5. Quality Control Submittals 6. Administrative Submittals B. The Submittal Schedule shall document the Contractor’s planning for the timely execution of the Work, in accordance with the contract and submittal requirements set forth in this Section. C. Shop Drawings include but are not limited to the following: (Note: standard information prepared without specific reference to the Project is not Shop Drawings). 1. Fabrication drawings 2. Installation drawings 3. Setting diagrams 4. Shop work manufacturing instructions 5. Templates and patterns 6. Schedules D. Product Data include but are not limited to the following: 1. Manufacturer’s product data WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 2 2. Manufacturer’s installation instructions 3. Standard color charts 4. Catalogue cuts 5. Roughing-in diagrams and templates 6. Standard wiring diagrams 7. Printed performance curves 8. Operational range diagrams 9. Mill reports 10. Standard product operating and maintenance manuals E. Samples include but are not limited to the following: 1. Partial sections of manufactured or fabricated components 2. Small cuts or containers of materials 3. Complete units of repetitively used materials 4. Swatches showing color, texture, and pattern 5. Color range sets 6. Components used for independent inspection and testing a. Field samples are full-size physical examples erected on-site to illustrate finishes, coatings, or finish materials. Field samples will be maintained on site for the duration of the Project and will be used to establish the standard by which the work will be judged. F. Quality control submittals include but are not limited to the following: 1. Design data 2. Certifications 3. Manufacturer’s instructions 4. Manufacturer’s field reports G. Administrative submittals include but are not limited to the following: WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 3 1. Permits 2. Contractors employee safety plan 3. Applications for Payment 4. Performance and payment bonds 5. Insurance certificates 6. Listing of subcontractors 1.03 SUBMITTAL SCHEDULE A. Prepare a complete schedule of submittals. Submit copies of schedule at the pre- construction meeting for City’s and City’s Representative’s review. B. Prepare the schedule in a chronological order, providing the following information: 1. Scheduled date for the first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of work covered. 6. Scheduled date for City Representative’s final release or approval. C. Coordinate submittal schedule with the list of subcontractors, Schedule of Values, and the list of material suppliers, as the well as the Contractor’s Construction Schedule. D. Incorporate submittal schedule in Contractor’s construction schedule. E. Revise the submittal schedule after each meeting or other activity where revisions have been recognized or made. Issue the updated schedule prior to the next regular Project meeting. 1.04 SUBMITTAL PROCEDURES A. Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal to the City’s Representative sufficiently in advance of scheduled performance of related construction activities to avoid delay. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 4 1. Shop, catalog, and other appropriate drawings and information shall be submitted to the City’s Representative for review prior to fabrication or ordering of all equipment and materials specified. 2. No extension of contract time will be authorized because of the Contractor’s failure to transmit submittals to the City’s Representative sufficiently in advance of the work to permit processing. 3. The Contractor shall submit PDF copies of all submitted information, unless otherwise identified. 4. All submittal information shall be sent to the City’s Representative through the General Contractor. 5. All submittals shall bear the Contractor’s certification that he/she has reviewed, checked and approved the submittal information prior to transmitting to the City’s Representative. The submittal number and related specification sections shall be marked on each submittal. B. Place a permanent label or title block on each submittal for identification. 1. Indicate name of the firm or entity that prepared each submittal on the label or title block. C. Include the following information on the label for processing and recording action taken: 1. Project name 2. Date 3. Name of the Contractor 4. Name of the subcontractor 5. Name of the supplier 6. Name of the manufacturer 7. Number and title of appropriate Specification Section 8. Drawing number and detail references, as appropriate 9. Similar definitive information as necessary D. Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the City Project Manager and City’s Representative and to other destinations by use of a transmittal form. The City’s Representative will return submittals received from sources other than the Contractor. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 5 1. Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. 2. Record deviations from the requirements of the Contract Documents, including minor variations and limitations. 3. Include the Contractor’s certification stating that information submitted complies with requirements of the Contract Documents. 4. When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. E. Do not place orders for materials or components before receipt of reviewed and accepted submittal for same from City’s Representative. F. Allow 10 business days for City Representative’s review. Allow 10 business days for submittals that are returned marked ‘Revise and Resubmit.’ PART 2 – PRODUCTS 2.01 SHOP DRAWINGS A. Submit PDF copies to City’s Representative and City Project Manager for review. Submit newly prepared information, drawn accurately to scale. Do not reproduce Contract Documents or copy standard printed information as the basis of Shop Drawings. Include the following information on Shop Drawings: 1. Identification of products and materials included 2. Compliance with specified standards 3. Notation of coordination requirements 4. Notation of dimensions established by field measurement taken by the Contractor 5. Correlation of shop drawings to Contract Documents by reference to sheet number, details, schedule or room number B. Shop Drawings will not be reviewed without the Contractor’s signed review stamp affixed. It is the Contractor’s responsibility to verify dimensions and verify the number of each item required to complete the Work. C. If Shop Drawings show variations from contract requirements, make specific mention of such variations in your submittal. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 6 1. If indicated departures affect a correlated function, item, article, work, installation or construction of other trades, make note of it in transmittal. If extra cost is involved in related changes, Contractor assumes all such costs. 2. Shop Drawings shall be submitted in PDF format unless otherwise requested. 2.02 PRODUCT DATA A. Collect product data into a single submittal for each element of construction or system. Mark each copy to show which choices and options are applicable to the Project. Submit PDF copies unless otherwise requested. B. Identify applicable products, models, options, and other data; supplement manufacturers’ standard data to provide information unique to the work. Include manufacturer’s installation instructions when required by the Specification Section. C. Provide copies of final product data submittal to the manufacturers, subcontractors, suppliers, fabricators, installers, and others as required for performance of the construction activities. Show distribution on transmittal forms. 1. Do not proceed with installation of materials, products, and systems until a copy of reviewed and accepted product data applicable to the installation is in the installer’s possession. 2. Do not permit use of unmarked copies of product data in connection with construction. D. For each and any chemical which is known to be present in the workplace, submit Safety Data Sheets. 1. Attach to each copy of product data above. 2. Copies submitted to City’s Representative are for their information and use and will not be reviewed for completeness or appropriateness on Project site. 2.03 SAMPLES A. Submit samples for review of kind, color, pattern, and texture for a check of the characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit samples that contain multiple related components such as accessories together in one submittal package. 2. Label on unexposed side of samples. Include the following: a. Generic description of the sample. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 7 b. Sample source. c. Product name or name of manufacturer. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 4. Samples for initial selection: Submit manufacturer’s color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 5. Submit 3 full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer’s product line. City’s Representative will return submittal with options selected. 2.04 QUALITY ASSURANCE SUBMITTALS A. Submit quality-control submittals, including design data, certifications, manufacturer’s instructions, manufacturer’s field reports, and other quality-control submittals as required under other sections of the Specifications. B. Where other sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a certification from the manufacturer certifying compliance with stated requirements. 1. Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the Contractor. PART 3 EXECUTION 3.01 CONTRACTOR’S REVIEW A. Review each submittal and check for coordination with other work of the contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to the City’s Representative. B. Compliance with specified characteristics is the Contractor’s responsibility and not considered part of the City’s Representative’s review and indication of action taken. 3.02 CITY’S REPRESENTATIVE’S REVIEW A. The City’s Representative shall review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed to relieve the Contractor from compliance with the Contract WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 33 00 PAGE 8 Documents. Submittals may be rejected based on inadequate information and/or not meeting the requirements of the Specifications or drawings. If a submittal is rejected, the Contractor shall make the necessary corrections noted. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and installation. B. The City’s Representative will stamp each submittal with a uniform action stamp as follows: 1. Final Unrestricted Release: Where submittals are marked “NO EXCEPTIONS TAKEN”, the work covered by the submittal may proceed, provided it complies with the requirements of the Contract Documents. Final acceptance will depend on that compliance. 2. Final-but-Restricted Release: Where submittals are marked “MAKE CORRECTIONS NOTED”, the work covered by the submittal may proceed provided it complies with both the City Representative’s notations and corrections on the submittal and requirements of the Contract Documents. Final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked “REVISE AND RESUBMIT”, do not proceed with the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the City Representative’s notations. Resubmit without delay. Repeat if necessary to obtain an action mark that will allow the work to proceed. a. Do not permit submittals marked “REVISE AND RESUBMIT” or “REJECTED- SEE REMARKS” to be used at the Project site or elsewhere where construction is in progress. 4. Rejected: Where submittals are marked “REJECTED-SEE REMARKS”, do not proceed with the work covered by the submittal until a new submittal is made and returned marked either “NO EXCEPTIONS TAKEN” or “MAKE CORRECTIONS NOTED”. C. Where a submittal is primarily for informational or record purposes or for special processing or other activity, the submittal will be returned, marked “ACTION NOT REQUIRED” or “NOT REVIEWED”. END OF SECTION 01 33 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 1 SECTION 01 35 00 – SPECIAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY OF WORK A. The work to be done under this contract includes the furnishing of all labor, materials, and equipment necessary for or incidental to the construction and completion of all work indicated in the contract. 1.02 EXAMINATION OF DOCUMENTS AND THE SITE A. Contractor represents that they have carefully examined all Contract Documents and site conditions including ingress and egress routes and understands the character, quality and quantity of work called for and all conditions of the contract. Contractor shall carefully compare and check all documents for omissions and discrepancies. B. Should it appear that the work or any of the matters relative thereto are not sufficiently detailed or explained in the contract, the Contractor shall apply to the City’s Representative and City Project Manager for such further explanations as may be necessary and shall conform to them as part of the contract. In the event of any doubt or questions arising regarding the true meaning of the contract, Contractor must inquire with the City’s Representative whose decision thereon shall be final. C. The intent of the Project Manual, these Parks Special Provisions, and the Project Drawings is to describe a complete Project to be constructed in accordance with the contract. Contractor shall furnish all labor, equipment, materials, tools, transportation, permits, and supplies, and perform the work required in accordance with the Contract Documents. D. The Contract Documents are complementary. What is required by one part of the Contract Documents is binding as if required by all. Anything mentioned in the Project Manual and not shown on the Drawings, or shown on the Drawings and not mentioned in the Project Manual, is of like effect as if shown or mentioned in both. In the case of any conflict, the more stringent conditions shall apply. E. Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the City. If, during the performance of the work, Contractor finds a conflict, error, inconsistency or omission in the Contract Documents, the Contractor must promptly and before proceeding with the work affected thereby, report such conflict, error, inconsistency or omission to the City Project Manager and City’s Representative in writing and seek clarification if required. F. Contractor may do no work without applicable drawings, specifications or written modifications, or Shop Drawings where required, unless instructed in writing to do so by the City’s Representative. If Contractor performs any construction activity, and Contractor knows or reasonably should have known that any of the Contract Documents WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 2 contain a conflict, error, inconsistency or omission, Contractor will be responsible for the performance and bear the cost of correction. 1.03 PROTECTION OF EXISTING UTILITIES A. Concealed utilities of record are shown on the drawings. The City does not warrant the exact location of them or the completeness of the records. B. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING CONSTRUCTION ACTIVITIES WITH ALL UTILITIES, DISTRICTS AND CONTRACTORS PRIOR TO AND THROUGHOUT CONSTRUCTION. This includes calling in requests to connect or disconnect service for all utilities as may be necessary to complete the Project. C. The Contractor is responsible for calling for all utility locates for the Project and is deemed to be an excavator for purposes of Chapter 19.122 RCW. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the “one call” locator service before commencing any excavation activities. If a private locate is necessary, it will be at the Contractor’s expense. D. In the event utilities are damaged during construction, temporary services and/or repairs must be made immediately to maintain continuity of services at the Contractor’s sole expense. 1.04 EXISTING MANHOLES, VALVE BOXES AND MONUMENTS A. The Contractor is responsible for adjusting all facilities to finished pavement grade. The Contractor is responsible for coordinating this work with the utilities involved. 1.05 RESPONSIBILITY OF CONTRACTOR REGARDING WORK BY OTHERS A. If any part of the work under this Contract depends on the results of work by others, prior to beginning its work, the Contractor shall inspect and report to the City’s Representative any apparent discrepancies or defects in such work by others that will impact the Contractor’s work. Failure of the Contractor to do so constitutes an acceptance of the work of others as fit and proper, except as to latent defects which may develop in the work performed by others after commencement of the work by the Contractor. The City is contracting with Contractor. If Contractor retains the services of any subcontractor to perform any portion of the Contract work, that subcontractor is an agent of Contractor and Contractor accepts responsibility for the subcontractor’s work. 1.06 WARRANTY OF TITLE A. No materials, supplies or equipment for the work under this Contract may be purchased subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest therein or any part thereof is retained by the seller or suppliers. The Contractor warrants clear and marketable title to all materials, supplies, and equipment installed and incorporated in the work and agree upon completion of all work WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 3 to deliver the premises together with all improvements and appurtenances constructed or placed thereon by the Contractor to the City free from any claims, liens, encumbrances, or charges. B. The Contractor further agrees that neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by the Contractor has any right to a lien upon the premises or any improvement or appurtenance thereon; however, this limitation does not preclude the Contractor from installing metering devices or other equipment of utility companies or of municipalities, the title of which is commonly retained by the utility company or the municipality. C. Nothing contained in this article may defeat or impair the right of persons furnishing materials or labor under any bond given by the Contractor for their protection, or any right under any law permitting such persons to look to funds due the Contractor in the hands of the City. The provisions of this section must be inserted in all subcontracts and material contracts, and notices of its provisions must be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. 1.07 PROPERTY RIGHTS IN MATERIALS A. Nothing in the Project Manual or Contract Documents vests in the Contractor any property right in the materials used after they have been attached or affixed to the work or the soil, or after payment has been made by the City for materials delivered to the site of the work or stored subject to or under the control of the City. B. All such materials become the property of the City upon being so attached or affixed or upon payment for materials delivered to the site of the work or stored subject to or under the control of the City. Soil, stone, gravel and other materials found at the site of the work and which conform to the specifications for incorporation into the work may be used in the work. No other use may be made of such materials except as may be otherwise described in the plans and specifications. 1.08 CITY’S REPRESENTATIVE A. Reference to Construction Observer, City, Contracting Officer, Landscape Architect, Engineer, Architect and City’s Representative equate to the Agent for the City. One individual from the City or designated by the City will serve as the City’s Representative. All correspondence, pay requests, change orders, field directives, etc. will be directed to and/or originated from the City’s Representative. 1.09 INSTRUCTIONS A. All instructions will be given to the Contractor or to his/her authorized agent by the City’s Representative for distribution to subcontractors or tradesmen on the work. In like manner all communication from subcontractors and tradesmen on the work to the City’s Representative will be given through the Contractor. No subcontractors or WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 4 tradesmen may contact the City or City’s Representative to discuss the work, except as the Contractor may arrange with the City. 1.10 AUTHORITY OF THE CITY AND CITY’S REPRESENTATIVE A. All the work shall be done in accordance with the requirements of the Contract Documents and to the satisfaction of the City. The Contract gives the City, with the assistance of the City’s Representative, authority over the work. Notices to the City shall be submitted to the City’s Representative, who after any necessary investigation and analysis will recommend action which he/she deems appropriate and propose and prepare any necessary written decisions, determinations, interpretations and notices for review. Action by the City will be in sufficient time to meet the requirements of the situation and of the Contract. The City shall have the final say on the following items: 1. Quality and acceptability of materials and work; 2. Measurement of unit price and lump sum work; 3. Acceptability of rates of progress on the work; 4. Interpretation of plans and specifications; 5. Determinations as to the existence of changed or differing site conditions; 6. Fulfillment of the contract by the Contractor; 7. Payments under the contract, including equitable adjustments; 8. Suspension(s) of work; 9. Termination of the contract for default or public convenience; 10. Determination as to non-working days; and 11. Approval of working drawings. B. The City’s Representative represents the City on the Project, with full authority to enforce Contract requirements and carry out the City’s orders. If the Contractor fails to respond promptly to the requirements of the Contract or orders from the City, the City may use City resources, other contractors or other means to accomplish the work. C. The City will not be obligated to pay Contractor, and will deduct from the Contractor’s payment, any costs that result when any other means are used to carry out the Contract requirements or City’s Representative’s orders. 1. At the Contractor’s risk, the City may suspend all or part of the work if: a. The Contractor fails to fulfill contract terms to carry out the City’s orders, or WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 5 b. The weather or other conditions are unsuitable, or c. It is in the public interest. 1.11 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR A. At all times, the Contractor shall keep at the Project Site a complete set of the plans, specifications, Contract Documents, an updated schedule and all addenda. The Contractor shall devote the attention required to make reasonable progress on the work and cooperate fully with the City’s Representative. B. Either the Contractor in person or an authorized representative shall remain on the Project Site whenever the work is underway. Before the work begins, the Contractor shall name in writing an experienced superintendent who understands the contract and is able to supervise the work. This superintendent must have full authority to represent and act for the Contractor. Any superintendent who repeatedly fails to follow the City’s written and oral orders, directions, instructions or determinations is subject to removal from the Project. Upon written request of the City, the Contractor shall immediately remove such superintendent and name a replacement in writing. C. The Contractor must employ competent supervisors experienced in the task being performed to continuously oversee the work and all Subcontractors. At the City’s request, the Contractor shall immediately remove and replace any incompetent, careless or negligent employee. D. The Contractor shall keep all machinery and equipment in good workable condition. The equipment must be adequate for its purpose and used by competent operators. 1.12 APPARENT CONTRADICTIONS A. It is mutually agreed and understood between the City and the Contractor that in any instance of contradiction between drawings of different scale, or between drawings and specifications, or between sections of the specifications, the more stringent requirements shall be interpreted as being in the Contract sum. 1.13 PARK CLOSURE A. The Project Site shall be partly closed to the public to allow for the work to be completed. Areas closed shall be limited to areas within Contract limits indicated in the Project Manual and Drawings. Closed areas shall be approved by the City and limit impact to existing trails, parking, amenities and athletic fields. Contractor is required to install signage approved by the City at the fenced perimeter to inform the public of areas closed on the site. The Contractor is responsible for damage to the property, materials and site while the Project Site is under the control of the Contractor. Contractor shall maintain signage until Final Acceptance. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 00 PAGE 6 PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 29 PAGE 1 SECTION 01 35 29 – HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES PART 1 GENERAL 1.01 DESCRIPTION A. This Section covers the requirements for compliance with health and safety precautions and controls for the project. 1.02 RELATED SECTIONS A. Section 01 33 00 - Submittals 1.03 HEALTH AND SAFETY PLAN A. Within Ten (10) days after receipt of Notice to Proceed, and before commencing any work on the Project site, the Contractor shall submit a site specific Health and Safety Plan addressing health and safety management methods specific to the project. The Plan shall, at a minimum, include: 1. The name of the individual at the jobsite responsible for implementation and compliance with this Plan. 2. If applicable, the Plan shall include the name and qualifications of any electrical safety observer to be provided by the Contractor. 3. A description of tasks to be undertaken, and equipment mobilized for this project. 4. A list of all known safety or health hazards, problems, and proposed control mechanisms. 5. Material Safety Data Sheets (MSDS) of and procedures for using, disposing of, or storing for all chemicals, products, or materials regulated by WAC 296-62 to be used by the Contractor. 6. A list of personal protective equipment, monitoring devices, and hazard-specific plans or permits as appropriate and required by State and Federal regulations. 7. A description of emergency response measures, equipment available for emergency response to address accidents and releases of materials, including, but not limited to, first aid, eye wash/showers, and fire extinguishing equipment, and location of this equipment at the jobsite. 8. Emergency phone numbers contacts, and location of the nearest medical facility. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 29 PAGE 2 9. A monitoring and inspection plan and record keeping measures to ensure that equipment and work practices comply with this Plan. 10. Personnel names, training and notification procedures as appropriate to ensure that all jobsite personnel are familiar with the Plan elements. Include copies of training certificates. 11. Procedures for safe storage and handling of flammable liquids, in accordance with WAC 296-24-330. 12. If applicable the Contractor shall include procedures for safe storage and handling of compressed gasses in accordance with WAC 296-24-295, Compressed Gas General Requirement. 13. Other issues which the Contractor determines are appropriate and necessary to protect worker safety and health. 1.04 COVID-19 JOB SITE REQUIREMENTS A. Within ten (10) days after receipt of Notice to Proceed, and before commencing any work on the Project site, the Contractor shall develop and post at each job site a comprehensive COVID-19 exposure control, mitigation, and recovery plan that complies with the Phase 1 Construction Restart COVID-19 Job Site Requirements issued by the Governor, or subsequent modifications or phase amendments as the Governor may issue. Contractor must further meet and maintain all requirements of the plan, including providing materials, schedules, and equipment required to comply with those job site requirements or any future adjustments that may be made to job site requirements by the Governor or any applicable federal or state agency during the COVID-19 emergency. B. Contractor shall designate a COVID-19 Supervisor to monitor the health of employees at the job site and enforce the COVID-19 job site safety plan. The COVID-19 Supervisor must be present at all times during construction activities. C. A copy of the COVID-19 job site safety plan, along with the identification and contact information for the COVID-19 Supervisor, shall be provided to the City’s Representative. 1.05 ACCIDENT REPORTING A. Serious accidents such as those resulting in treatment of an injury at a medical facility, response to the site by emergency medical personnel or damage to property other than that of the Contractor shall be reported to the City’s representative and project manager within twenty-four (24) hours of the occurrence. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 35 29 PAGE 3 B. A copy of each accident report, which the Contractor or subcontractors have submitted to their insurance carriers, shall be forwarded to the City’s Representative as soon as possible, but in no event later than seven (7) calendar days after the accident occurred. 1.06 HEALTH AND SAFETY REPRESENTATIVE A. The Contractor shall designate a Health and Safety Representative and shall ensure that each Subcontractor designates a Subcontractor's Health and Safety Representative. The Health and Safety Representative shall be capable of identifying all hazards and have the authority to stop work and take immediate action to correct the hazard. B. The Contractor shall authorize each such Health and Safety Representative to resolve safety-related issues raised by the City Representative or Project Manager. C. The Health and Safety Representative shall verify that all work is performed in accordance with the Health and Safety Plan. D. The Contractor shall provide all safety equipment required for the Work. E. At a minimum, Contractor and subcontractor personnel directly involved in the Work shall have training in: F. First aid, for each Contractor's and Subcontractor's Health and Safety Representative; G. Confined space work, if the employees will be working in or around confined spaces; H. Shoring and trenching, if work will be in excavations; and I. The Contractor's procedures for confined space rescues. 1.07 Nothing in this Contract shall be construed as imposing any duty upon the City or any of its employees with regard to, or as constituting any express or implied assumption of control or responsibility over, Project Site safety, or over any other safety conditions relating to employees or agents of Contractor or any of its Subcontractors, or the public. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 29 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 45 00 PAGE 1 SECTION 01 45 00 – QUALITY CONTROL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions , Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for quality- control services. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies and by governing authorities. They do not include contract enforcement activities performed by City Project Manager. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with contract document requirements. D. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. E. Specified inspections, tests, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with contract document requirements. F. Requirements for Contractor to provide quality-control services required by City Project Manager, City or authorities having jurisdiction are not limited by provisions of this Section. 1.03 RELATED SECTIONS A. Division 1 Section 01 73 29 - Cutting and Patching specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 1.04 RESPONSIBILITIES A. Unless otherwise indicated as another identified entity’s responsibility, Contractor shall provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. B. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the City's responsibility, the City will employ and pay a WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 45 00 PAGE 2 qualified independent testing agency to perform those services. The Contractor will coordinate all scheduling with the testing agency. C. The City reserves the right to employ independent inspectors and observers for any and all aspects of the work. These inspectors and observers may be assigned or reassigned at any time during the Project. Items of the work frequently subject to City's special inspection include but are not limited to: 1. Earthwork & Soil Compaction 2. Imported Granular Materials 3. Asphaltic Concrete Paving 4. Concrete and Reinforcing Steel (site & pre-cast shop, if any) 1.05 RE-TESTING A. The Contractor is responsible for re-testing where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with contract document requirements. B. The cost and time of re-testing construction revised or replaced by the Contractor is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with contract document requirements. 1.06 ASSOCIATED SERVICES A. Contractor shall cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Contractor shall also notify the agency sufficiently in advance of operations to permit assignment of personnel. B. The auxiliary services required include but are not limited to the following: 1. Provide access to the work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for protective storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 45 00 PAGE 3 7. Provide security and protection of samples and test equipment at the Project site. 1.07 DUTIES OF THE TESTING AGENCY A. The testing agency engaged to perform inspections, sampling and testing of materials and construction specified in individual Sections shall cooperate with the City’s Representative and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. B. The testing agency shall perform whatever inspections, tests and sampling necessary to reasonably ensure that the work is in conformance with the Contract Documents, industry standards and requirements of the authority having jurisdiction, whichever is the most stringent. Inspection and testing methods shall be of the highest quality in conformance with appropriate recognized standards such as those published by ACI, ASTM, ANSI, ICBO, etc. as specified in the technical sections of this manual and as required by the authority having jurisdiction. C. The testing agency shall notify the City’s Representative, City Project Manager and the Contractor promptly of any irregularities or deficiencies observed in the work during performance of its services. Notification shall consist of direct verbal conversation in person or by email. 1. The testing agency shall deliver a formal neatly printed report by emailed to all parties specified in this Section C within 48 hours. A final, fully reviewed and edited report shall be delivered to all parties within five working days. 2. The testing agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents, or approve or accept any portion of the work. 3. The testing agency shall not perform any duties of the Contractor. 1.08 COORDINATION A. Contractor shall coordinate the sequence of activities to accommodate required services with a minimum of delay. The Contractor shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. B. Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. C. The City will provide contact information for on-call testing agency. 1.09 NOTIFICATION WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 45 00 PAGE 4 A. Contractor shall notify City’s Representative at least 48 hours in advance before an inspection will be conducted. B. Contractor shall notify testing laboratory sufficiently in advance of operations (not less than 48 hours) to allow for laboratory assignment of personnel and scheduling of tests. C. Contractor shall be responsible for costs incurred when testing agency is notified for services, but work is not ready or complete for inspection, testing, taking samples and/or similar activities. 1.10 SUBMITTALS A. The testing agency shall submit a certified written report of each inspection, test or similar service to the City’s Representative with copies to the City Project Manager and Contractor. B. The testing agency shall submit additional copies of each written report directly to the governing authority when the authority so directs. C. Written reports of each inspection, test or similar activities must include the following information: 1. Date of issue 2. Project title, address and number 3. Name, address and telephone number of testing agency 4. Dates and locations of samples and tests or inspections 5. Names of individuals making the inspection or test 6. Designation of the work and test method 7. Identification of product and specification section 8. Complete inspection or test data 9. Test results and an interpretation of test results 10. Ambient conditions at the time of sample taking and testing 11. Comments or professional opinion on whether inspected or tested work complies with contract document requirements 12. Name and signature of laboratory inspector 13. Recommendations on re-testing WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 45 00 PAGE 5 PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 REPAIR AND PROTECTION A. Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with contract document requirements for Division 1 Section 01 73 29 - Cutting and Patching. B. Protect construction exposed by or for quality-control service activities, and protect repaired construction. C. Repair and protection are the Contractor's responsibility regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 01 45 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 1 SECTION 01 52 00 – CONSTRUCTION FACILITIES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. Arrange for and provide temporary facilities and controls as specified herein and as required for the proper and expeditious prosecution of the work. Pay all costs, except as otherwise specified, until Final Completion. B. Make all needed temporary connections to utilities and services in locations acceptable to the City and local authorities having jurisdiction thereof. Furnish all necessary labor and material and make all installations in a manner subject to the acceptance of such authorities and the City’s Representative. Remove such connections when no longer required. Restore the services and sources of supply to proper operating conditions. C. Pay all costs for temporary facilities and controls. 1.03 TEMPORARY FACILITIES AND CONTROLS A. This section includes requirements for construction facilities and temporary controls including temporary utilities, support facilities, and security and protection. Contractor shall pay all costs associated with items listed. B. Temporary utilities include but are not limited to the following: 1. Water service and distribution 2. Temporary electrical power and light 3. Telephone 4. Sanitary facilities and services, including drinking water C. Support facilities include but are not limited to the following: 1. Field offices 2. Temporary storage containers 3. Dewatering facilities and drains 4. Temporary enclosures WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 2 5. Temporary Project identification signs 6. Waste disposal services 7. Construction aids and miscellaneous services and facilities D. Security and protection services include but are not limited to the following: 1. Barricades 2. Secure enclosure fence for the site or work areas 3. Landscape protection 4. Environmental protection 5. Security guards 6. Lighting 7. Video surveillance 1.04 QUALITY ASSURANCE A. Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including but not limited to: 1. Building code requirements 2. Health and safety regulations 3. Utility company regulations 4. Police and fire department 5. Environmental protection regulations including but not limited to control of storm water runoff, dust and noise 6. State and OSHA Safety requirements B. Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT SITE CONDITIONS WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 3 A. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire- prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. B. The Contractor shall provide free, safe and unencumbered access on or across the Project site for personnel, vehicles and equipment authorized to use the site by the City but not under contract of the Contractor. C. The Contractor shall maintain streets, trails and sidewalks around the Project site in a clean condition. By means of a regular monitoring and maintenance program of sweeping and hosing, minimize the accumulation of dirt and dust on these areas. D. The Contractor shall protect all adjoining private or municipal property and shall provide barricades, temporary fences and covered walkways to protect the safety of passers-by, as required by prudent construction practice, local building codes, ordinances, other laws or the Contract Documents. E. The Contractor shall, as its sole cost and expense, promptly repair any damage or disturbance to walls, fences, utilities, sidewalks, curbs, landscaping and any other property of third parties (including municipalities) or work already existing resulting from the performance of the work, whether by it, or by its subcontractors at any tier. The Contractor shall maintain streets in good repair and traversable condition. F. The Contractor shall maintain both new and existing work, materials and equipment free from injury or damage from rain, wind, storms, dust or heat at all times. PART 2 PRODUCTS 2.01 EQUIPMENT A. Provide new equipment. If acceptable to the City’s Representative, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. The City’s Representative may reject equipment that repeatedly breaks down or fails to produce results. The Contractor shall have no claim for additional payment or for extension of time due to rejection and replacement of any equipment. B. Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA- recommended classes for the exposures. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 4 PART 3 EXECUTION 3.01 TEMPORARY UTILITY INSTALLATION A. Engage the appropriate local utility company to install temporary service or connect to existing service if necessary. Where the utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. 1. Arrange with utility company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. 3. Prior to temporary utility availability, provide trucked-in services. 4. Obtain easements to bring temporary utilities to the site where City’s easements cannot be used for that purpose. 5. Use Charges: Cost or use charges for temporary facilities are not chargeable to the City or the City’s Representative. Neither the City nor City’s Representative will accept cost or use charges as a basis of claims for Change Orders. B. Include temporary toilets. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Use of permanent facilities existing or provided under this contract is not permitted unless explicitly noted. C. Provide containerized, tap-dispenser or bottled-water. D. Filter site runoff and employ further purification as required by local jurisdiction prior to discharging into storm drainage system. Provide drainage ditches, erosion control, pumping and similar facilities as required by local jurisdiction and as required to prevent all uncontrolled or unacceptable run-off from reaching neighboring properties, drainage ways, streams, rivers, ponds, lakes or wetlands, City occupied portions of the site or public right of ways. 1. Filter out soil, construction debris, chemicals, oils and all contaminants that might clog sewers and drainage ways, or pollute waterways or soils, before discharge. 2. Maintain temporary storm sewers and drainage facilities in a clean, sanitary and fully functioning condition. Following use, restore to clean fully functioning conditions promptly. Assign responsible personnel and monitor facilities during storms and similar events to ensure full function of facilities and protections noted above. This monitoring shall take place around the clock and over weekends and holidays as events warrant. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 5 3. Damage to neighboring properties, waterways, public right of ways, the City’s property, or the work of this contract due to failure to monitor or maintain is solely the responsibility of the Contractor. Damage shall be promptly repaired to original or better condition. 4. Provide and maintain any temporary erosion and sedimentation control measures required by the local jurisdiction and the Contract Documents and any additional measures prudent to prevent uncontrolled or unacceptable storm water runoff from leaving the Project site. E. Provide earthen embankments, solid covers and similar barriers sufficient to prevent flooding by rain or runoff of storm water in and around excavations and subgrade construction and any additional measures prudent to allow maximally production pursuit of the work. Provide flashing marker lights, barricades, solid covers and other devices as necessary to keep workers or passersby from falling in excavations or tripping/falling over hazards. 3.02 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds and other temporary construction and support facilities for easy access. Refer to the Project Manual and Drawings for guidance on placement of support facilities. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion if possible. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, where conditions acceptable to the City can be met. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide water, water trucks, sprinklers, hoses, piping and all related materials and equipment as needed to control dust. Re-apply treatment as required to minimize dust. C. Comply with traffic control requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Provide temporary parking areas for construction personnel. E. Comply with requirements of authorities having jurisdiction over dewatering facilities and drains. Maintain Project site, excavations and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent work or temporary facilities. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 6 2. Remove snow and ice as required to minimize accumulation. F. Collection and Disposal of Waste 1. Collect waste from construction areas and elsewhere daily. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 degrees Fahrenheit. Handle hazardous, dangerous or unsanitary waste material separately from other waste by containerizing properly. Dispose of material lawfully. 2. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage area or along access roads and haul routes. 3. Schedule periodic collection and disposal of debris to legal off-site location. If periodic schedule is inadequate to prevent excess accumulation of waste, schedule additional collection. 4. Clean interior areas daily and prior to the start of finish work. 3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion or longer, as requested by the City’s Representative. B. Comply with standards and code requirements for erection of structurally adequate barricades, warning signs and lights. Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. C. Before starting work, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire Project site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs and other animals from easily entering the site except by the entrance gates. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks must be immediately changed. Refer to Section 01 56 26 for fencing requirements. D. Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security. 1. Where materials and equipment must be stored and are of value or attractive for theft or usable for vandalism, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 52 00 PAGE 7 for theft and vandalism. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks shall be immediately changed. E. Protect existing trees, shrubs, landscaping and lawns within and adjacent to the area of the work where not scheduled for demolition or replacement. Where minor limb or root pruning is necessary to avoid interference with construction, employ a certified arborist recognized by the International Society of Arboriculture. Any pruning shall be approved by the City’s Representative and the City’s park maintenance staff prior to executing the work. F. Provide environmental protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.04 REMOVAL OF TEMPORARY FACILITIES AND CONSTRUCTION A. Unless the City’s Representative requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. B. Complete or, if necessary, restore permanent construction that may have been damaged because of interference with the temporary facility. Repair damaged work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the Contractor’s property. The City reserves the right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt, other chemical compounds and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, landscaping and sidewalks at the temporary entrances as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period. END OF SECTION 01 52 00 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 56 26 TEMPORARY FENCING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 56 26 PAGE 1 SECTION 01 56 26 – TEMPORARY FENCING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions , Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This section includes all Temporary Fencing work as indicated in the Contract Documents. If no Temporary Fencing is described in the Contract Documents, assume that the Project site will need to be fenced for the duration of construction unless otherwise approved by the City Project Manager or City’s Representative. B. Work includes but is not limited to the following: 1. Installation of temporary fencing 2. Maintenance of temporary fencing during the Project 3. Removal of temporary fencing PART 2 PRODUCTS 2.01 EQUIPMENT A. Prefabricated portable galvanized chain link fence panels including fabric, posts, top and bottom rails: 1. Prefabricated portable fence panels shall be a minimum of 6 feet high by a maximum of 10 feet wide. Post bases shall be concrete or other solid foundation blocks specifically designed for use with temporary fencing. 2. All fence panels shall be in good condition and free of sharp edges or major defects. B. Provide additional bracing of panels and/or outriggers as necessary to provide a rigid, stable run of fence. 1. Fencing shall be securely bolted or chained against unauthorized entry at all section joints corners and gates. C. Provide signs every 50 feet of fence line. Signage shall be a minimum of 18 inches square and shall with brightly contrasting lettering read as follows: “WARNING: CONSTRUCTION. KEEP OUT.” WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 56 26 TEMPORARY FENCING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 56 26 PAGE 2 D. Use 4-foot orange temporary PVC web fencing for low security applications and approved tree protection applications. Secure fence with deformed steel bar and provide safety caps. PART 3 EXECUTION 3.01 SCHEDULE A. Fencing may be installed any time after Notice To Proceed has been received. 1. Provide 24 hours’ notice to the City Project Manager and City’s Representative prior to installing temporary fencing. 3.02 STABILITY A. Temporary chain link fence panels shall be connected mechanically by means of pre- fabricated, bolted brackets manufactured specifically for the purpose. Fencing shall not be wired together. Where long straight runs result in an unstable condition, sufficient out-rigging shall be incorporated to maintain fencing upright. Use only pre- manufactured outriggers or additional fence panels. Out-riggers shall be placed on the interior side of the fence unless approved by the City Project Manager or City’s Representative. Alternatively, and where appropriate, a “zig-zag” arrangement of panels for stability may be used. B. Where Projects are phased or otherwise have multiple stages or steps, or where City occupancy will change over the course of a Project, presume that fencing will have to be reconfigured accordingly as many times as necessary to safely and securely accommodate such phases, stages and changes at no additional cost to the city. C. At no time shall fencing be allowed to become a safety hazard to anyone or be unsecured or unmaintained so that it does not afford reasonable security protection. END OF SECTION 01 56 26 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 23 FIELD ENGINEERING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 23 PAGE 1 SECTION 01 73 23 – FIELD ENGINEERING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions , Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for field-engineering services including but not limited to land survey and construction layout work. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 EXAMINATION A. The Project Drawings will identify existing control points and property line corner stakes where known. Where not identified in the documents, Surveyor to locate and identify. B. Verify layout information shown on the Drawings in relation to the property survey and existing benchmarks before proceeding to lay out the work. Locate and protect existing benchmarks and control points. Preserve permanent reference points during construction. 1. Do not change or relocate benchmarks or control points without prior written approval. Promptly report lost or destroyed reference points or requirements to relocate reference points because of necessary changes in grades or locations. 2. Promptly replace lost or destroyed Project control points. Base replacements on the original survey control points. All work to replace lost or destroyed control points will be at the expense of the Contractor. C. Establish and maintain not less than 2 permanent benchmarks on the Project site as required by the work, referenced to data established by survey control points. 1. Record benchmark locations with horizontal and vertical data on Project Record Documents. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 23 FIELD ENGINEERING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 23 PAGE 2 D. The indication of the existence and location of underground and other utilities is not guaranteed. Before beginning Project site work, investigate and verify the existence and location of underground utilities. 1. Prior to beginning Project site work, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping. 3.02 PERFORMANCE A. Work from lines and levels established by the property survey. Establish benchmarks and markers to set lines and levels at each elevation of construction and elsewhere as needed to locate each element of the Project. Calculate and measure required dimensions within indicated or recognized tolerances. 1. Advise entities engaged in construction activities of marked lines and levels provided for their use. 2. As construction proceeds, check every major element for line, level and plumb. B. Maintain a surveyor's log of control and other survey work. Make this log legible and available for reference. 1. Record deviations from required lines and levels. Advise the City Project Manager and City’s Representative when deviations that exceed indicated or recognized tolerances are detected. 2. On the As-Built, record deviations that are accepted and not corrected. C. Locate and lay out site improvements including pavements, stakes for grading, fill and topsoil placement, utility slopes and invert elevations. D. Furnish information necessary to adjust, move, protect or relocate existing structures, utility poles, lines, services or other appurtenances located in or affected by construction. Coordinate with local authorities having jurisdiction. END OF SECTION 01 73 23 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 29 PAGE 1 SECTION 01 73 29 – CUTTING AND PATCHING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions , Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This Section includes administrative and procedural requirements for all cutting and patching necessary to complete the work. 1.03 PLANNING / ENGINEERING A. Prepare a plan describing the procedures at least 5 days in advance of the time cutting and patching will be performed. Include the following information, as applicable: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to or shoring of structural elements, have details and calculations prepared by a licensed engineer showing integration of reinforcement with the original structure. 7. Planning and engineering of the Contractor's cutting and patching does not waive the City or Engineer's right to later require complete removal and replacement of unsatisfactory work. 1.04 QUALITY ASSURANCE A. Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 29 PAGE 2 elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. B. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the City Project Managers or City’s Representatives opinion, reduce the building's or park’s aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.05 WARRANTY A. Replace, patch and repair cut or damaged material and surfaces by methods and with materials in such a manner and with certified specialists when required, so as not to void any existing or required warranties. PART 2 PRODUCTS 2.01 MATERIALS A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces if identical materials are unavailable or cannot be used. If matching material is not available, consult with City Project Manager or City’s Representative for appropriate material. PART 3 EXECUTION 3.01 INSPECTION A. Verify that demolition is complete and that existing surfaces are ready for patching. B. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding and notify the City Project Manager and City’s Representative. C. The beginning of restoration work constitutes acceptance of existing conditions. 3.02 PREPARATION A. Provide temporary support and bracing of work to be cut. B. Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 29 PAGE 3 C. Contact the City Project Manager and City’s Representative when unsuitable material not marked for removal (such as rotted wood, rusted metals and deteriorated concrete and masonry) is discovered. D. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.03 PERFORMANCE A. Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Where original work required specialists or used a specific trade, the same specialist and/or trade shall execute the cutting and patching unless another specialist/trade is better suited due to conditions present. B. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. C. Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original installer and comply with the original installer's recommendations. 1. Where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Use conventional drills, not roto- hammers. 3. Comply with requirements of applicable Division 2 specifications where cutting and patching requires excavating and backfilling. 4. Where services are required to be removed, relocated, or abandoned, by-pass utility services such as pipe or conduit before cutting. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. 5. Where concrete or asphalt will be cut, take cut back to nearest joint to ensure a smooth transition. Consult with City Project Manager or City’s Representative prior to cutting or patching concrete or asphalt. D. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 73 29 PAGE 4 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3.04 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, solder, oils, putty, sealant and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 01 73 29 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 19 PAGE 1 SECTION 01 74 19 – CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions , Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This section includes requirement for waste management and disposal during construction. 1.03 WASTE MANAGEMENT REQUIREMENTS A. Salvage, recycle and reuse construction and demolition waste material generated by the Project to the greatest extent possible. B. Minimize the creation of construction and demolition waste on the job site. Minimize factors that contribute to waste such as excess packaging, improper storage, ordering errors, poor planning, breakage and mishandling. C. The following material should be diverted from the landfill to the greatest extent possible. 1. Clean wood, pallet wood, plywood, OSB, and particle board 2. Asphalt 3. Concrete 4. Brick 5. Metals 6. Gypsum products 7. Glass 8. Plastics 9. Cardboard 10. Insulation WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 19 PAGE 2 D. Hazardous materials such as paints, solvents, adhesives, batteries and fluorescent lightbulbs and ballasts which cannot be re-used shall be disposed of at authorized hazardous waste disposal sites. 1.04 QUALITY ASSURANCE A. Comply with applicable requirements of the jurisdictional authorities, local ordinances and regulations concerning management of construction waste. B. Discuss waste management at the preconstruction meeting. C. Waste management shall be discussed at regularly scheduled weekly progress meetings. PART 2 PRODUCTS 2.01 WASTE CONTAINERS A. Use a durable, covered, secured, re-usable container for each waste category. B. All recycling containers shall be clearly marked and shall list materials which can be recycled, as well as material which cannot be recycled. PART 3 EXECUTION 3.01 PROJECT/SITE CONDITIONS A. Use construction methods that reduce waste. When possible: 1. Order material pre-cut to required size. 2. Order exact quantity required. 3. Use temporary materials and facilities that can be re-used on other Projects. B. Contractor to verify that field measurements are as indicated on construction and or Shop Drawings before confirming product order or proceeding with work in order to minimize waste due to excessive materials. C. Protect products from damage during storage, installation and in-place. Replacement and disposal of materials that become wet, damp or unusable for any reason due to improper storage shall be at the Contractor’s expense. D. Request or require products to be delivered to the site with packing materials that can be returned to the sender or easily recycled. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 19 PAGE 3 E. Use detailed take-offs to identify location and uses in structure to reduce risk of unplanned and wasteful cuts. END OF SECTION 01 74 19 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 23 FINAL CLEANING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 23 PAGE 1 SECTION 01 74 23 – FINAL CLEANING PART 1 GENERAL 1.01 This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. A. Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal and local environmental and anti-pollution regulations. B. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. C. Burning or burying of debris, rubbish or other waste material on the premises is not permitted. 1.02 Should the Contractor fail in any of its duties described in this section, the City may, at its sole discretion, have the Project site cleaned thoroughly to its standards. The cost of this cleaning shall be deducted from the Contractor's final payment or retainage. PART 2 PRODUCTS 2.01 CLEANING AGENTS A. Use cleaning materials and agents recommended by the manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces. Pay special attention to easily marred surfaces and reactive metals such as aluminum. PART 3 EXECUTION 3.01 CLEANING A. The Contractor shall employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a typical commercial building/site cleaning and maintenance program. Comply with manufacturer’s instructions. B. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion for the entire Project or a portion of the Project. 1. Clean the Project site, yard and grounds in areas disturbed by construction activities, including landscape areas. Remove rubbish, waste materials, litter and foreign substances. Sweep paved areas clean. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 23 FINAL CLEANING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 23 PAGE 2 2. Remove petro-chemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved to a smooth even-textured surface. 3. Remove tools, construction equipment, machinery and surplus material from the site. 4. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films and similar foreign substances. Pay special attention to corners and other hard to clean areas. Avoid disturbing natural weathering of exterior surfaces. 5. Restore reflective surfaces to their original condition. 6. Pressure wash concrete surfaces to remove any dirt built up during construction. 7. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. 8. Broom clean and shop vacuum concrete floors in unoccupied spaces. 9. Remove all visible labels that are not permanent labels and are not related to a product’s fire, mechanical or electrical rating. 10. Touch-up and otherwise repair and restore marred exposed finishes and surfaces. 11. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that show evidence of repair or restoration. 12. Wipe surfaces of equipment. Remove excess lubrication, paint, sealant and mortar droppings and all other foreign substances. 13. Locate all metal objects, nails, etc. that may pose a hazard. Sweep all non-hard surface areas that were within or adjacent to any construction area or over which any construction related traffic traveled. 14. Leave the Project site clean and ready for occupancy. 3.02 REMOVAL OF PROTECTION A. Unless requested otherwise by the City, remove temporary protection and facilities installed during construction to protect previously completed installations during the remainder of the construction period. B. Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from the site and dispose of in a lawful manner. WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 74 23 FINAL CLEANING KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 74 23 PAGE 3 C. Where extra materials of value remain after completion of associated construction, such materials shall become the City's property. At the City's direction, relocate these materials on site. END OF SECTION 01 74 23 WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 77 00 PAGE 4 SECTION 01 77 00 – CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES: A. Closeout Procedures B. Final Cleaning C. Project Record Documents D. Operation and Maintenance Data E. Operation Instruction F. Manufacturers’ Warranties G. Guaranties H. Spare Parts and Maintenance Materials 1.02 CLOSEOUT PROCEDURES A. Comply with procedures stated in the Contract Documents for Substantial and Final Completion. B. Submit all certificates of approval issued by the governing authorities. C. Submit building permit documents and building inspection signoff sheets to the City. D. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. 1.03 FINAL CLEANING A. Refer to Section 01 74 23 for final cleaning requirements 1.04 PROJECT RECORD DOCUMENTS A. Maintain a complete set of record documents that clearly indicate all changes for the Contract Documents and all uncovered existing conditions which will be subsequently concealed. B. Record documents shall include: 1. Project drawings WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 77 00 PAGE 5 2. Specifications 3. Reviewed Shop Drawings, product data, and samples. C. Keep record documents current; do not conceal any work until required information has been recorded. D. Mark specifications legibly and record at each product section a description of actual products installed. Include the manufactures name and product model number. E. As-Built Drawings shall include the location of all concealed work, including without limitation, conduit, piping, ducts, mechanical and electrical equipment and foundations. Indicate all changes to details which involve concealed construction. Contractor shall provide red-line drawings to &LW\’s Representative, who shall create a final, consolidated set of As-Built Drawings and deliver them to the City. 1.05 OPERATION AND MAINTENANCE DATA A. Furnish published operation and maintenance information covering all equipment and finish materials installed on the Project. Whether specified or not, furnish published information whenever special maintenance procedures are required to assure the proper operation and durability of Project material, equipment and finishes. B. Provide one, consolidated hard copy and digital copies of all operation and maintenance data, including maintenance data or documentation that is requested in any technical specifications. C. Submit hard copy of operation and maintenance data in a three-ring binder. Included divider tabs to separate data for each component. Include Project name, Contractor and City’s representative. D. Submit electronic copies of operation and maintenance data for City’s Representative to review. 1.06 OPERATION INSTRUCTION A. Prior to Final Completion, instruct the City’s personnel in operation, adjustment, and maintenance of products, equipment, and systems. Provide instruction at mutually agreed upon time. B. Use experienced personnel trained and experienced in the operation and maintenance of systems, buildings, or equipment involved in the Project. C. Use operation and maintenance manuals for each piece of equipment as the basis of instruction. Review content in detail to explain all aspects of operation and maintenance. 1.07 WARRANTIES WEST FENWICK PARK RENOVATION, PK20-03 KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES KENT, WASHINGTON PARK, RECREATION & COMMUNITY SERVICES SECTION 01 77 00 PAGE 6 A. Provide a one-year warranty on all workmanship and materials from the date of final completion. Provide additional warranties as required in the specifications. B. By its execution of the Contract, Contractor agrees to comply with these specifications and warrants it will faithfully and satisfactorily perform all work as provided for, and in accordance with, the provisions of the Contract Documents. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor’s receipt of notification from the City of the existence or discovery of the defect. C. In the event any parts are repaired or replaced, 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 Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. D. The Contractor shall furnish the City 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. E. Furnish original and duplicate copies of each manufacturer’s warranty executed to the City. F. Submit all material prior to application for final payment. For equipment put into use with City’s permission during construction, submit warranty within 10 days after first operation. 1.08 SPARE PARTS A. Provide all spare parts to City Project Manager. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 77 00 CITY OF KENT SECTION 02 41 13 WEST FENWICK PARK Selective Site Demolition 02 41 13-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Work includes, but is not limited to the following: 1. Selective Demolition of Asphalt Paving, Chain link Fencing, and Concrete Pavement, Curbs and Sidewalks. 2. Salvaging on-site artwork. B. Related Sections: 1. Section 01 35 00 Special Procedures 2. Section 01 52 00 Construction Facilities 3. Section 01 56 26 Temporary Fencing 4. Section 01 73 23 Field Engineering 5. Section 01 74 19 Construction Waste Management and Disposal 1.02 REFERENCES A. In case of conflict between the requirements of this section and those of the Division 01 sections, the more stringent shall apply. B. This section references the latest revisions of the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section prevail. 1. City of Kent Standard Plans and the 2020 Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT). 1.03 HANDLING OF HAZARDOUS WASTE A. Discovery of Unacceptable or Hazardous or Dangerous Waste will be considered a Changed Condition. Upon discovery of Hazardous Waste, the Contractor must stop work and notify the Owner. If the Owner determines that Contractor shall handle and dispose of Hazardous Waste, Contractor must provide required certifications and insurance. B. For the handling and disposal of Hazardous and/or Dangerous Waste materials the following requirements apply: 1. The Contractor’s disposal company and transporter must have their TSD State and Federal Waste Generation ID’s and must be currently certified to handle the specified waste substances. 2. The Contractor or disposal sub-contractor must be capable of both recycling of usable materials and recovery/disposal of Hazardous/Dangerous Waste substances. 1.04 PAYMENT AND MEASUREMENT CITY OF KENT SECTION 02 41 13 WEST FENWICK PARK Selective Site Demolition 02 41 13-2 Bid Set A. The requirement for Hazardous Materials transactions is one-third of the payment will be withheld until all required paperwork is received. 1.05 EXISTING CONDITIONS A. Underground utilities and elements: Locate all underground utilities and elements prior to digging and/or driving stakes. Take care, to neither disturb nor damage any existing above ground or underground utilities or elements. The Contractor must pay for all fees and costs associated with utility disconnect, capping of lines and meter removals required within the Public Rights-of-Way. B. The Contractor must meet with the Owner’s Representative to verify location of utilities with the Contractor’s location services. Coordinate with the Owner’s Representative for locates, site information and to request shut-off of pressurized or powered utilities. Verify that all appropriate services have been disconnected. C. Utility Shutoffs: Coordinate all work with other Division 01 requirements. Do not shut off or cap utilities without prior notice. Keep streets, sidewalks and site clean and free from debris at all times. Keep both street and site drainage systems open for free passage of runoff at all times. Provide siltation control and catch basin protection as required by Best Managements Practices and Drainage Codes as required and/or directed by the Owner’s Representative. D. Objectionable Noises: Limit use of air hammers, back-up alarms and other noisy equipment as much as possible. Conform to local governing requirements and Division 01 requirements. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 PROTECTION OF FACILITIES A. Follow all procedures indicated in the Drawings and section 31 11 00 Clearing and Grubbing, for protection of drainage structures, utilities, trees, and other facilities during demolition work. 3.02 DEMOLISH ASPHALT PAVEMENT A. Identify areas of existing AC paving to be removed for approval of the Owner’s Representative prior to commencing this work. When markings are approved, provide a clean, sawn edge through a minimum of 2/3 of the thickness of the material to be removed to protect adjacent paving to remain. Use care to protect edge to remain as saw-cut edge will remain as a finished edge against new Asphalt Concrete Pavement work (Section 32 12 16). Water, debris, and slurry generated during saw-cutting will be contained for appropriate disposal – no materials from saw-cutting (including water) shall enter nearby storm drains. Completely remove AC paving, including base rock, to a total depth of 8”. CITY OF KENT SECTION 02 41 13 WEST FENWICK PARK Selective Site Demolition 02 41 13-3 Bid Set 3.03 DEMOLISH CONCRETE PAVEMENT, CURBS AND SIDEWALKS A. Identify areas of existing Concrete Paving to be removed for approval of the Owner’s Representative prior to commencing this work. When markings are approved, provide a clean, sawn edge through a minimum of 2/3 of the thickness of the material to be removed to protect adjacent paving to remain. Use care to protect edge to remain as saw-cut edge will remain as a finished edge against new Concrete work (Section 32 16 00). Water, debris, and slurry generated during saw-cutting will be contained for appropriate disposal – no materials from saw- cutting (including water) shall enter nearby storm drains. Completely remove Concrete paving, including base rock, to a total depth of 9”. 3.04 DEMOLISH CHAIN LINK FENCING A. Where indicated on the drawings, remove chain link fencing only to the limits defined, or the nearest approved post. Identify the last post to remain and replace with new terminal post. Remove all necessary hardware, railings, posts, and footings. Backfill footing excavations with approved fill as required. 3.05 SALVAGE ON SITE ARTWORK A. Where indicated on the drawings, prepare existing artwork for relocation on site making sure not to damage the physical objects. B. Notify Owner’s Representative a minimum of one week prior to relocation. C. During dismantlement, document existing securement and embedment using time stamped photographs. Submit all documentation to Owner’s Representative. D. Store salvaged artwork on site in an area with low anticipated construction traffic. Protect artwork from weather, runoff, and construction activity until new artwork location is prepared for artwork placement. 3.06 DISPOSAL OF MATERIALS A. The Contractor must, in a manner consistent with all government regulations, dispose of the refuse resulting from demolition. In no case shall refuse material be left on the project site, or be buried in embankments or trenches on the project site. All effort must be made to recycle materials whenever possible. Maintain hauling routes clean and free of any debris resulting from work of this Section. END OF SELECTIVE SIDE DEMOLITION SECTION CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-1 Bid Set PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish all labor, materials and equipment required to install the play equipment and structures as indicated on the drawings or as approved and specified herein. The work shall include all necessary support members, hardware, connectors, and any incidentals required to provide a finished job. 1.02 RELATED SECTIONS A. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks B. Section 32 18 16.11 Synthetic Safety Surfacing: Poured in Place EPDM C. Section 32 18 16.12 Synthetic Safety Surfacing: Grass D. Section 32 18 16.13 Synthetic Safety Surfacing: Sport Grass E. Section 32 18 16.14 Engineered Wood Fiber Safety Surfacing F. Section 33 40 00 Storm Drainage 1.03 REFERENCE SAFETY GUIDELINES AND STANDARDS A. All materials and equipment shall conform to the current issue of the "Handbook for Public Playground Safety" published by the Consumer Product Safety Commission (C.P.S.C.) and most recent version of ASTM F1487 B. The manufacturer and installation contractor shall be responsible for correcting any product violations of the C.P.S.C. Guidelines and ASTM F1487-07, to the satisfaction of the Owner’s Representative, should they be found after installation. C. ADA Accessibility Guidelines (ADAAG) Section 15.6 Play Areas. D. The Contractor must also be a Manufacturer Certified Installer and shall hold current National Playground Safety Institute Certification for Playground Safety Inspectors. E. All Play Equipment shall be IPEMA (International Play Equipment Manufacturers Association) certified. 1.04 QUALITY ASSURANCE A. The Contractor shall have at least 3 recent (within the last 3 years) installations of Play Equipment and shall, within 48 hours of the Owner’s Representative’s request, produce written proof of such. CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-2 Bid Set 1.05 SUBMITTALS A. The Contractor/Manufacturer’s Representative shall submit for approval prior to delivery: 1. Scaled drawings of each specified component including dimensioned plans, color charts, erection drawings, installation details, parts list, and technical data for correct assembly of all components, clamp details, and anchoring details. 2. Coordination drawings including scaled plans with extent of surface systems, use zones for equipment, and critical heights for playground surfaces and fall heights of equipment. 3. Qualification data for installer and manufacturer. 4. Maintenance data for playground equipment and finishes. 5. Warranty, 3 signed copies. 1.07 WARRANTIES A. Contractor shall warranty installation workmanship of all play equipment for a period of two (2) years starting on the date of Physical Completion of the Project. During this warranty period, the Contractor shall, at no cost to the Owner, make all necessary repairs or replacements of the defective work in question. During this period of warranty, the Owner shall perform normal maintenance and cleaning of the play area equipment. B. The Contractor shall provide information on the equipment manufacturer's warranty. Equipment manufacturer’s warranty shall include: 1. An agreement to repair or replace components of playground equipment that fail in materials or workmanship within specified warranty period, including shipping of replacement components to the project site. Failures include, but are not limited to: i. Structural failures ii. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranties shall include: i. Lifetime warranties on steel and aluminum posts, all stainless steel hardware, clamps, deck hangers, post caps, and cast aluminum parts. CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-3 Bid Set ii. 15 year warranties on all perforated steel decks and stairs, steel rails, loops, rungs, sheet steel, rotationally-molded and sheet plastic components, recycled plastic lumber, roofs and crawl tubes. iii. 5 year Limited Warranty on Glass Fiber Reinforced Concrete (GFRC) material, against structural failure due to natural deterioration or manufacturing defects. iv. 3 year Limited Warranty on Flexible net climbers and ropes against natural deterioration or manufacturing defects. PART 2 - PRODUCTS 2.01 General A. Site Specificity of Design - Equipment selection is based on specific program requirements, physical constraints within the site, and public input. Products are subject to certain subjective criteria including (in no particular order); 1. Play value 2. Footprint 3. Color Availability 4. Geometry 5. Apparent Mass and/or Visual Density 6. Adherence to ADA requirements (ADAAG) 2.02 PLAY EQUIPMENT A. All play equipment is purchased and installed by Contractor. Reference Drawing # 17-0558F. Contact: Northwest Playground Equipment Inc. – Chris McGarvey: 425-313-9161 / chris@nwplayground.com. B. 5.0” OD Swing Combination: (2) Belt swings, Hoopla Swing, (2) Infant seats, Swing-Along. C. Victory Towers with Ground Level 2-5 Activities. Towers connected with wheelchair ramps. Add ons: Large Corrugated Steel Roofs, Tube Slides, Digital Rain Barriers, Rock Climber, Nuvo Ball Maze Panel, Silo Climber, Tree House Doorway and Barrier, Custom Gameboard Spinner Post Mounts, Sliding Pole, Whirlwind Climber, Anywhere Seats. D. Overpass Net Climber with Hill Tube Slide. E. Double Nuvo Hill Slide with Custom Gameboard Spinner Post Mount. F. Vertical Ladder Hill Climber. CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-4 Bid Set G. Game Board Structure with: Challengers Deck, ADA Stair, Tube Slide, Silo Climber, Step Around, Deep Rung Arch Climber, Custom Gameboard Spinner Post Mount. H. Climbing Square Clusters. I. Crossed Ladder Climber. J. Hill Roller Slide. K. Up and Over Ladder Climber. L. (8) Ring Hill Climbers. M. (2) Custom Gameboard Spinner Signs. N. Unity SpinR with Custom Colors. O. Custom Game Rules sign. 2.03 FINISHES A. Polyester (Powder) Coating - The polyester coating shall be uniformly applied by the electrostatic method to a thickness of three to five mils. Promptly after application of the powder, the coating shall be oven-cured at 400 degrees Fahrenheit. The color(s) of the polyester coating shall be as selected by the Owner’s Representative from the manufacturer's standard and/or custom color selection charts. All surfaces shall be free of burs, splinters, and sharp edges. B. Deck Coating – The coated application shall be from 45 to 55 mils on the wear surfaces of all coated parts and 30 mils on other surfaces. Slip Resistant – Textured finish for enhanced traction. Coating has 0.74 coefficient of friction per ASTM1679. ADA considers a 0.5 coefficient of friction or higher to be slip resistant. The color(s) of the vinyl coating shall be as selected by the Owner’s Representative from the manufacturer's standard and/or custom color selection chart. All surfaces shall be free of burs, splinters, and sharp edges. C. Galvanized Finish - All components calling for a galvanized finish shall be hot- dipped galvanized to the manufacturer's standard after fabrication. All galvanized surfaces shall be free of burs, splinters, and sharp edges. 2.04 ADDITIONAL HARDWARE A. Additional hardware shall be provided in sufficient quantity to complete assembly of the play equipment. All hardware shall be non-ferrous or if ferrous material is CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-5 Bid Set used shall be galvanized, electrostatic zinc plated or polyester powder coated in accordance with the approved manufacturer's standard. Provide the Owner’s Representative with any and all maintenance and repair supplies installation manuals, tool kits and materials shipped with each product for the Owner’s inventory. PART 3 - EXECUTION 3.01 EXAMINATION OF WORK AREA A. Examine the areas and conditions under which work of this Section will be performed for compliance with requirements for site clearing, earthwork, site surface and subgrade drainage, and other conditions affecting performance of the work. Do not begin installation before final grading required for placing protective surfacing is completed unless otherwise permitted by Owner’s Representative. B. Verify safety zones of all equipment before setting posts in concrete footings. C. Do not proceed until conditions detrimental to proper and timely completion of the work have been satisfactorily corrected and thus meet the manufacturer's instructions and the requirements as described above. Beginning work constitutes acceptance of conditions as satisfactory. 3.02 INSTALLATION OF COMPOUND STRUCTURES AND INDEPENDENT ACTIVITIES A. General: Playground Equipment must be installed by Certified Playground Safety Inspector. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Anchor playground equipment securely, positioned at locations and elevations indicated. 1. Maximum Equipment Height: Coordinate installed heights of equipment and components with finished elevations of protective surfacing. Set equipment so fall heights and elevation requirements for age group use and accessibility are within required limits. Verify that playground equipment elevations comply with requirements for each type and component of equipment. 2. Conform strictly to manufacturer's instructions using all appropriate materials, tools, and accessories as required. 3. Use only experienced personnel trained in play equipment construction. B. Verify locations of playground perimeter and pathways. The installer shall layout all equipment prior to construction to insure compliance with safety zone clearances. CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-6 Bid Set C. Provide all concrete footings as required to properly place the equipment components. It is the Contractor’s responsibility to adjust drainage pipe or other new utility locations to accommodate the equipment footings. Excavate holes for posts and footings as indicated in firm, undisturbed or compacted subgrade soil. D. Comply with Section 32 16 00, Concrete, for forming, and placing concrete: 1. Place concrete around posts and vibrate or tamp for consolidation. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. 2. Embedded Items: Use setting drawings and manufacturer's written instructions to ensure correct installation of anchorages for equipment. C. Install Wear Mats per Section 32 18 16.14 - Engineered Wood Safety Surfacing and per the Drawings. 3.03 PROTECTION A. During construction of the play equipment structures, provide PVC web fence material in sufficient quantities and wrap the structures to prevent public access onto the equipment. Maintain the fencing wrap after completion of the play equipment and safety surfacing installation through Physical Completion of the project. 3.04 INSPECTION A. Following the Owner’s Representative’s inspection of the completed play equipment installation, perform repairs as necessary to meet or exceed the Owner’s Representative’s requirements for fit and finish and the specifications and guidelines as referenced in 1.03 Safety Guidelines and Standards, above. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections. C. Inspections: For playground equipment and components at final completion and to certify compliance with ASTM F 1487 and CPSC No. 325. D. Prepare inspection reports. 3.04 MAINTENANCE A. Maintenance kit, project specific shall include the following: 1. Aerosol primer. 2. Aerosol color touch-up paint. 3. Graffiti remover. 4. Sandpaper. 5. Installation tools. CITY OF KENT SECTION 11 68 13 WEST FENWICK PARK Play Area Equipment 11 68 13-7 Bid Set 6. Hardware. 7. Installation documents. 8. Order-specific maintenance documentation with maintenance recommendation. END OF PLAY AREA EQUIPMENT SECTION CITY OF KENT SECTION 12 93 00 WEST FENWICK PARK Site Furnishings 12 93 00-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Trash Receptacle 2. Benches 3. Bike Racks 4. Tables 5. Trench Drain Grate 6. Picnic Shelter 7. Barbeques 8. Hot Coal Bins 9. Drinking Fountains 10. Futsal Court B. Related Sections: 1. Section 01 45 00 Quality Control 2. Section 32 12 16 Asphalt Concrete Pavement 3. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 4. Section 33 40 00 Storm Drainage C. Drawings, the provisions of the Agreement, including bonds and certificates, the General Conditions, and Division 1 specification sections apply to all work of this section. 1.02 SUBMITTALS A. Submit in accordance with requirements of Section 01 33 00. B. Product Data: Submit complete product data for each item listed herein. C. Shop Drawings: Provide installation details for each product. D. Samples for Verification: For each product, show the materials and color of finishes. E. Maintenance Data: For each product, provide recommended methods for repairing damage and abrasions. 1.03 STORAGE A. Store all products delivered to the site in a secured enclosure. Protect materials from theft, damage and inclement weather. B. Handle all products with care to prevent any damage to finish. CITY OF KENT SECTION 12 93 00 WEST FENWICK PARK Site Furnishings 12 93 00-2 Bid Set C. Ensure proper storage area is set aside for owner supplied equipment if the site is not ready for installation of materials. PART 2 - PRODUCTS 2.01 FURNISHINGS A. Trash Receptacles: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 B. Bench Type 1: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 C. Bench Type 2: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 D. Bench Type 3: 1. Per Furnishing Schedule. Contact: Stoller Lighting 206-903-6112 E. Bike Racks 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 F. Table Type 1: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 G. Table Type 2: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 H. Table Type 3: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 I. Picnic Shelter: 1. Poligon – Monoslope - MSL 22x22 – pre-manufactured. Multi-rib roof. Frame: Bumper Black. Roof: Slate Gray. CITY OF KENT SECTION 12 93 00 WEST FENWICK PARK Site Furnishings 12 93 00-3 Bid Set 2. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425- 313-9161 J. Barbeque: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 K. Hot Coal Bin: 1. Per Furnishing Schedule. Contact: Chris McGarvey at Northwest Playground Equipment, Inc. 425-313-9161 L. Drinking Fountain: 1. Type 1: per Furnishing Schedule. 2. Type 2: per Furnishing Schedule. 3. Contact: Elkay 630-574-8484 M. Trench Drain Grate: 1. Per Furnishing Schedule. Contact: ACO 520-421-9988 N. Futsal Court: 1. Kompan MUGA (Multi Use Games Area), dimensions 65’-5” x 126’-10” with: a. Wood Plastic Composite panels b. 4 small access gates and 1 utility gate c. 2 large goals d. 4 small goals 2. Contact: Shon Frostad at Highwire US. 253-278-3804. PART 3 - EXECUTION 3.01 EXAMINATION A. Prior to starting work, carefully inspect installed work of other trades and verify that such work is complete to the point where work of this section may properly commence. Notify the Owner’s Representative in writing of conditions detrimental to the proper and timely completion of the work. B. Do not begin installation until all unsatisfactory conditions are resolved. Beginning work constitutes acceptance of site conditions and responsibility for defective installation caused by prior observable conditions. 3.02 INSTALLATION CITY OF KENT SECTION 12 93 00 WEST FENWICK PARK Site Furnishings 12 93 00-4 Bid Set A. Trash receptacles 1. Install size and quantity per Drawings and according to manufacturer’s recommendations. B. Benches 1. Install per the Drawings and manufacturer’s recommendations. Place on site as indicated on Drawings. C. Bike Racks 1. Install per the Drawings and manufacturer’s recommendations. D. Tables 1. Install permanent tables to surfaces as recommended by manufacturer. 2. Place on site as indicated on Drawings. E. Picnic Shelters 1. Install and locate per the approved Drawings provided by the manufacturer and Owner’s Representative. 2. Coordinate all footings and site preparation as necessary to construct the pre-manufactured shelter components. F. Hot Coal Bin and Barbeque 1. Install size and quantity per Drawings and according to manufacturer’s recommendations. G. Drinking Fountain 1. Install size and quantity per Drawings and according to manufacturer’s recommendations. 2. Connect to existing water supply. H. Futsal Court 1. Install and locate per the approved Drawings provided by the manufacturer and Owner’s Representative. 2. Coordinate all footings and site preparation as necessary to construct the pre-manufactured court components. 3. Coordinate work with future phases of installation. END OF SITE FURNISHINGS SECTION :(67)(1:,&.3$5. 6(&7,21 .(17:$6+,1*721 &OHDULQJDQG*UXEELQJ %LG6HW 3$57*(1(5$/ 6800$5< $7KHZRUNLQFOXGHVFOHDULQJDQGJUXEELQJDUHDVZLWKLQWKHERXQGDU\OLPLWVVKRZQ RQWKHSODQVRUFRQWUDFWGUDZLQJV7KLVZRUNDOVRLQFOXGHVSURWHFWLQJIURPKDUP DOOWUHHVEXVKHVVKUXEVRURWKHUREMHFWVVHOHFWHGWRUHPDLQ ³&OHDULQJ´PHDQVUHPRYLQJDQGGLVSRVLQJRIDOOXQZDQWHGPDWHULDOIURP WKHVXUIDFHVXFKDVWUHHVEUXVKGRZQWLPEHURURWKHUQDWXUDOPDWHULDOV ³*UXEELQJ´ PHDQV UHPRYLQJ DQG GLVSRVLQJ RI DOO XQZDQWHG YHJHWDWLYH PDWWHUIURPXQGHUJURXQGVXFKDVVRGVWXPSVURRWVEXULHGORJVRURWKHU GHEULV ³'HEULV´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¶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¶V *HRWHFKQLFDO&RQVXOWDQWDQGUHSODFHZLWKFRPSDFWHGVWUXFWXUDOILOO &,IUHTXLUHGE\WKH2ZQHU¶V*HRWHFKQLFDO&RQVXOWDQWSURYLGHHTXLSPHQWDQGODERU IRUSURRIUROOLQJ %$&.),//$1'),// $)RUEDFNILOORIDOOH[FDYDWLRQVXVHPDWHULDOVDPSOHGDQGWHVWHGE\WKH2ZQHU¶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¶V PD[LPXPPRGLILHG3URFWRUGU\GHQVLW\$670' 0LQLPXP&RPSDFWLRQIRU&RPPRQ)LOO0LQLPXPRIWKHPDWHULDO¶V PD[LPXPPRGLILHG3URFWRUGU\GHQVLW\$670' /DZQRU8QSDYHG$UHDV&RPSDFWWRSLQFKHVRIVXEJUDGHDQGHDFK OD\HURIEDFNILOORUILOOPDWHULDOSHU6RLO3UHSDUDWLRQ6SHFLILFDWLRQ6HFWLRQ :DONZD\V&RPSDFWWRSLQFKHVRIVXEJUDGHDQGHDFKOD\HURIEDFNILOO RUILOOPDWHULDOWRRIPD[LPXPGU\GHQVLW\ 3DYHPHQWV&RPSDFWWRSLQFKHVRIVXEJUDGHDQGHDFKOD\HURIEDFNILOO RUILOOPDWHULDOWRRIPD[LPXPGU\GHQVLW\ 8WLOLW\%HGGLQJDQG%DFNILOO&RPSDFWHDFKOD\HURISLSHEHGGLQJDQG WUHQFKEDFNILOOWRRIPD[LPXPGU\GHQVLW\ &,QILOWUDWLRQ6\VWHP6KDOOEHSHUPDQXIDFWXUHU¶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¶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ield Imported Sands 31 46 22-1 Bid Set PART 1 - GENERAL 1.01 SCOPE OF WORK A. Supply a uniform, manufactured soil product that approximates the characteristics of an organic, fine sand-loam using multiple sand sources as necessary, and blending them mechanically with a fine-milled organic peat to uniformly produce the approved finished product. B. Upon completion of the subgrade establishment and irrigation piping installation as otherwise specified, furnish and install imported amended & blended Root Zone Sand for the natural turf field areas. C. Related Work in other Sections Section 31 12 00 Earthwork Section 32 19 13 Soil Preparation Section 32 80 00 Irrigation Section 32 92 19 Hydroseeding Lawn Areas 1.02 QUALIFICATIONS A. The Contractor and the Contractor’s onsite superintendent responsible for Field Area subgrade establishment, automatic irrigation systems, and field imported sands shall be submitted to the Owner’s Representative for approval on request. B. Specific qualification requirements are included as follows: 1. Contractor and the Contractor’s onsite superintendent shall be and has been actively and directly engaged in constructing similar natural or synthetic field projects for a period of five (5) or more years and shall provide proof of five (5) or more full size (minimum 75,000 sf surface) field system installations completed in the past five (5) years. 2. The Contractor’s and the Contractor’s onsite superintendent’s relevant experience shall be comprised of K-12 Interscholastic competition fields at a minimum (NCAA sanctioned Football competition facilities also apply). The qualifying playing field systems may include subgrade establishment, irrigation systems, drainage and subsurface drainage systems, imported growing media / root zone sands, and/or permeable base aggregate placement and compaction. 3. If so directed, provide a listing of all qualifying construction contracts (whether completed or in progress) entered into or performed by the Contractor within the past five years for projects similar in scope, time and complexity to the work called for under this Contract; include the names of the contracts, and the names and valid contact information of the owner representative(s). CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-2 Bid Set 1.03 SUBMITTALS A. The Contractor shall submit to the Owner’s Representative for approval a current sieve analysis (30 days or less) and source of all imported materials specified. The sieve analysis shall include the same sieve sizes as those indicated in the specifications and shall use wet sieves where designated in the specifications. B. The Contractor shall submit infiltration rate and field capacity test data for the mineral root zone sand components individually and amended & blended Root Zone Sand materials as directed by the Owner’s Representative. Testing shall be completed and submitted to the Owner’s Representative for approval prior to commencing production of the final blend ratio and stockpiling materials for production. Approved testing laboratories for the root zone material are A. McNitt & SerenSoil Testing, LLC (814) 863-1368. C. Contractor shall submit test data for the following physical properties of the amended, blended Root Zone Sand upon determination of the final blending ratios; 1. Bulk Density 2. (Reserved) 3. Air-filled Porosity 4. Capillary Porosity 5. Total Porosity (+/-2%) 6. Saturated Conductivity 7. Total Organic Matter (LOI) 8. pH (+/-2%) 1.04 TESTING A. The Owner’s testing agent shall test all specified materials, materials previously accepted as substitutes and materials pre-qualified during the pre-bid phase. Owner’s Testing Agent: A. McNitt & SerenSoil, LLC. 1338 Deerfield Drive State College, PA 16803 www.TurfSoilTesting.com Testing shall be performed in the following phases: B. Phase One – Materials Selection and Definition Prior to Construction: 1. Root Zone Mix Testing: a minimum of 3 amended Root Zone Sand blending ratio options shall be evaluated using the ASTM F-1815-97 testing protocol as a guideline. CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-3 Bid Set 2. Processed Sands and Peat Testing: Processed sand samples and a processed peat sample shall be tested for compliance with the specifications. Upon approval of the sand and peat samples, the test results will be used to establish blending ratio options. The Test results for the final approved blending ratio will become the basis for approval or rejection of all subsequent test results submittals during construction. 3. Root Zone Mix Formulation and Testing: The Owner’s Testing Agent shall produce several representative samples of the proposed Root Zone Mix by using different ratios of the approved processed sands and peat. The physical and performance characteristics of these samples shall be tested in the laboratory and compared to the criteria established in the specifications. Upon approval of a successful Root Zone Mix ratio, its test results will establish the specifications for approval or rejection of all subsequent Root Zone Mix submittals during construction. 4. After soil blender calibration, the results of the final calibration run will become the standard mix. Confidence intervals for subsequent mixes will be established as follows: Test Parameter Confidence Interval Fine Gravel 50% Very coarse sand 50% Coarse sand 10% Medium sand 10% Fine sand 15% Very fine sand 30% Silt 25% Clay 25% Total Porosity 10% Air-filled Porosity 10% Capillary Porosity 10% Saturated Conductivity 20% Percent Organic Matter of Mix .2 * * The confidence interval for percent organic matter is not represented as a percentage. Thus a reported value of .7% organic matter could range from .5 - .9 %. C. Phase Two – Quality Control Testing during Construction: 1. All materials shall be tested and approved prior to delivery to the Project Site. 2. Production Site Sampling & Collection Procedures: A 2.5 inch schedule 40 PVC pipe about 4 – 5 foot long shall be cut and a 45 degree angle cut on one end of the pipe. The pipe acts as a sample collection tube. It is also useful to have a rubber mallet to tap samples out of the pipe. To collect the sample the pipe shall be pushed into the stockpile in random locations. CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-4 Bid Set Usually 4 to 8 locations (sub samples) are sampled depending on the size of the stockpile. The material collected at each location shall be placed into a clean bucket. The samples in the bucket shall represent the stockpile being sampled. Thoroughly mix the sub samples in the bucket and fill a labeled zip lock freezer bag (1 gallon) with material from the bucket. Left over material can be returned to the stockpile. To sample a new stockpile clean bucket and pipe and repeat. Note locations of composite samples (not sub samples) and what stockpile it corresponds to. Include a sample transmittal letter to identify the source of samples and sample location. Do not use labels to identify samples. Use a waterproof marker and double bag the samples. Secure ziplok end with duct tape. Send the sample to Owner’s Testing Agent. 3. Root Zone Mix Testing: Processed peat shall not be mixed with any sand until the Owner’s Testing Agent has approved the particle size distribution for each lot and determined that the peat and sand materials are uniform and representative of the approved samples per Phase One Testing Requirements. After approval of the Phase One root zone components and mix, prepare the processed sand in lots of 500 tons. A one gallon sample from each 500 ton lot shall be submitted for testing Subsequent to the approval of each 500 ton log blend the sand with the processed peat at the ratio established by the Owner’s Testing Agent. 4. A one gallon sample of each 500 ton lot of Root Zone Mix shall be submitted for testing including particle size distribution, performance, and organic matter. Upon approval of this submittal, a one gallon sample of each subsequent 500 ton lot of Root Zone Mix shall be submitted for organic matter testing and visual observation only, unless testing agent determines that inconsistencies in the materials are apparent. 5. Upon approval of each lot of Root Zone Mix, the material shall be released for delivery and placement on the Project Site. D. Testing of mixed lots should occur at the mixing facility on every 500 ton lot. Quality control tests should include (but not be limited to) sand sizing with silt and clay combined and organic content. Pull samples will be taken from random trucks at the final installation site and submitted for lab testing to be sure that a uniform soil mix is being supplied. E. The Owner's testing is for this purpose only and not for construction quality control by the Contractor. F. The Contractor shall coordinate directly with the Owner, Field Consultant, and the Owner’s Testing Agency relative to the delivery schedules of the imported root zone and drainage aggregate materials. G. Owner's tests that do not meet specifications shall be paid for by the Contractor at a price equal to the Owner's contract testing agreement. The Contractor shall pay directly to testing agency upon invoice which has been approved by the Owner’s Representative. CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-5 Bid Set PART 2 - MATERIALS 2.01 ROOT ZONE SAND MIX A. Sand-Based Root Zone Mix shall be a homogenous blend of 80-90% sand components and 10-20% approved fine organics on a dry volume basis, as dictated by the qualities of the proposed individual components and derived by the Owner’s Representative following testing as described above. B. Base Sand Component: 1. Generally, USGA Greens Sand. 2. The sand shall be a washed, naturally weathered silica sand (preferably quartz). 3. The predominant sand shape shall be Angular, Sub-Angular, or Sub- Rounded, with medium to low sphericity. 4. The sand shall have a calcium carbonate equivalent less than 3% (by weight). 5. Sand sizing will conform to the following specification (all percentages are on a dry weight basis): a. No particles greater than 3.4 mm. b. Less than 5% of the particles will be between 2.0 - 3.4 mm. c. Less than 10% of the particles will be between 2.0 -1.0 mm. d. Less than 25% of the particles will be between 0.5 mm and 1.0 mm e. At least 55% and no more than 80% of the particles will be between 0.25 mm - 1.0 mm. f. Less than 30% of the particles will be between 0.15 - 0.25 mm. g. Less than 8% of the particles between 0.05 - 0.15 mm. h. Less than 4% of the particles smaller than 0.05 mm. i. Approximate result using Typical Standard Screen Sizes: Sieve Size % Passing by Weight No. 4 100 No. 10 95 - 100 No. 18 85 – 100 No. 40 60 – 100 No. 60 20 – 40 No. 100 5 – 15 No. 200 (wet sieve) 0 – 5.0 No. 270 (wet sieve) 0 – 4.0 C. Fine Sands/Silt Component: 1. This material is to be incorporated as the “fines” component of the finished Root Zone Sand, to increase stability and reduce infiltration rates to the desired range. CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-6 Bid Set 2. A minimum of 95% of particles shall pass the 2.0 mm sieve. Minimum combined silt and clay content shall be 35% with the maximum not to exceed 40%. All remaining particles shall be classified as sand. The USDA soil classifications shall be a fine sandy loam/sandy clay loam. 3. Soil particle geometry shall be Angular, Sub-Angular, or Sub-Rounded, with medium to low sphericity. D. Organic Component: 1. The organic component shall be a reed sedge or sphagnum peat (ground and screened) with a minimum organic matter percentage of 85% by weight as determined by loss on ignition (ASTM D 2974-87 Method D). 2. Particle Gradation; Poorly graded fine particulate, <2mm (0% retained on #8 screen). 3. Select Organic Material to be; a. Dakota Peat, Dakota Peat & Equipment 1-800-424-3443 b. Sun Gro Horticulture 1-800-732-8667 c. or approved equal E. Root Zone Sand/Organic Mix: 1. The final particle size distribution of the sand/peat mix shall conform to that outlined in these specifications, and meet the physical properties described below: 2. All physical properties will be determined by the testing agent using ASTM F 1815. Total Porosity: 35% - 55% Air-filled Porosity (at 30 cm tension) 15% - 30% Capillary Porosity (at 30 cm tension) 15% - 30% Saturated Conductivity 1-2 inches/hour Total Organic Matter Content (by weight) 1.0% - 3.0% Air-filled and Capillary Porosity should be approximately equal with a difference of no more than 10%. 3. Root Zone Sand shall be uniformly blended off site to a homogenous state. The blending procedure and finished mix must be approved by the Owner’s Representative. Foreign materials such as native mineral soils or other extraneous material will not be permitted in the mix. The mixing shall not be conducted on a soil surface. 4. The final Root Zone Mix shall have a minimum Cation Exchange Capacity of 2.0 cmole/100g, and a pH between 6.0 and 7.3. Appropriate adjustments in turfgrass nutrient content should adhere to the results of a turfgrass nutrient analysis for the establishment of turfgrass completed by the owner’s testing agent. CITY OF KENT SECTION 31 46 22 WEST FENWICK PARK Field Imported Sands 31 46 22-7 Bid Set PART 3 - EXECUTION 3.1 ROOT ZONE SAND PLACEMENT A. Do not import Root Zone Sand Mix until the Subgrade has been prepared as described in Section 32 19 13 Soil Preparation, Paragraph 3.01 and approved by the Owner’s Representative. Do not stockpile Root Zone Sand on any surface other than the approved Subgrade or clean pavement. B. Delivery of Root Zone Sand onto the Field Area Subgrade 1. Do not disturb the approved subgrade. 2. Do not drive loaded Dump Trucks on the approved subgrade. Anticipate using approved Root Zone Sand Mix to construct a road to position load placement accurately and efficiently. 3. Place the blended material in quantities sufficient to support construction loading over the completed subgrade and subsurface drainage system piping, without depressions or damage, and push materials over the work in progress. C. Establish equal distribution and grade using tracked equipment with automated laser-plane slope/blade-angle control. D. By whatever means necessary, typically water truck or fire hydrant at a rate of no less than 100gpm, deliver no less than 1” of water uniformly over the rough graded surface over a period of no more than 4 hours. E. Drag and roll as necessary to achieve uniform compaction/density through the profile. F. Add material as necessary to achieve finish grade. G. Apply additional moisture as necessary to fully settle for stabilization and consolidation. H. Coordinate inspection of the finished grade with the Owner’s Representative, using the Contractors Plane Laser equipment. The root zone sand planarity shall also be inspected with a string line to insure compliance with the planarity requirements. I. Finish grade tolerance is ±¼” deviation from the designed surface elevation at any given point with no deviations greater than ¼” over 10’ in any direction allowed. END OF SECTION 31 46 22 ©2020 A. McNitt & D. A. Hogan & Associates, Inc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ò LQFK KRWPL[HG DVSKDOW ZLWK DJJUHJDWHFRQIRUPLQJWR6HFWLRQDQGDVSKDOW3*9FRQIRUPLQJWR 6HFWLRQRIWKH:6'276WDQGDUG6SHFLILFDWLRQV$VSKDOWSHUFHQWDJHRI WKHWRWDOPL[WXUHVKDOOEHWR &,7<2).(17 6(&7,21 :(67)(1:,&.3$5. $VSKDOW&RQFUHWH3DYHPHQW %LG6HW 3$57(;(&87,21 68%*5$'($1'$**5(*$7(%$6( $6WDELOL]HDUHDDQGLQVWDOOHURVLRQFRQWUROPHDVXUHVWRSUHYHQWUXQRIIDQGVHGLPHQW IURPHQWHULQJWKHDUHDWREHSDYHG %1RIXUWKHUZRUNVKDOOSURFHHGXQWLOVXEJUDGHLVFRPSOHWHGDQGDFFHSWHGE\WKH 2ZQHU¶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¶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¶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ynthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. The Contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of a poured-in-place EPDM safety surface. B. Related Sections: 1. Section 11 68 13 Play Area Equipment 2. Section 31 12 00 Earthwork 3. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 4. Section 32 18 16.12 Synthetic Safety Surfacing: Grass 5. Section 32 18 16.14 Engineered Wood Fiber Safety Surfacing 6. Section 33 40 00 Storm Drainage 1.02 DESCRIPTION OF SYSTEM & GENERAL CONDITIONS A. Surfacing shall be poured-in-place and troweled to provide for a resilient, seamless rubber surface installed over the specified rigid base. The surfacing system is comprised of an SBR base mat and EPDM colored cap, with both layers being mixed with a non-flammable, non-shrinking, one part moisture cured polyurethane adhesive as recommended by the Manufacturer and capable of bonding to concrete, asphalt, or compacted stone. The surfacing system shall be stable and slip resistant to comply with, meet or exceed all requirements set forth in the Americans with Disabilities Act (ADA) and the American Standard Testing Methods (ASTM) and Consumer Products Safety Commission (CPSC) for manufactured Safety Surfaces as detailed below. 1.03 QUALITY ASSURANCE A. Applicable Standards 1. Impact Attenuation - ASTM F 1292: Surfacing within playground equipment use zones shall meet or exceed the performance requirements of CPSC, ASTM F 1292 and/or CSA Z614-98 that a surface yield both a peak deceleration of no more than 200 g’s and a Head Injury Criteria (HIC) value of no more than 1,000 for a head-first fall from the highest accessible portion of play equipment being installed as shown on drawings. 2. Coefficient of Friction - ASTM D2047 3. Surface Frictional Properties & Skid Resistance – ASTM E303 4. Permeability – ASTM D2047 5. Flammability of Finished Floor Cover - ASTM D2859 6. Accessibility of Surface Systems – ASTM F1951 7. Tear Strength – ASTM D624 Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-2 Bid Set 8. Tensile Strength – ASTM D412 Standard Test Methods for Vulcanized Rubber Elastomers and Thermoplastic Elastomers: Tensile Strength must be equal to or greater than 80 Psi. 9. Solar Reflective Index (SRI) – ASTM C-1959 and E-903 10. IPEMA Certification Required B. Installer Qualifications 1. All materials under this section shall be installed by the Manufacturer or its Certified Installers. The playground surfacing installation shall not be performed by anyone other than the product Manufacturer or its Certified Installers. 2. The installation crew will include at least one member that has completed the OSHA 10 Hour Training course and received certification. The vendor and installer must be IPEMA Certified with no less than six completed playground installations. Installer must be competent in the installation of this material. C. Contractor Pre-Qualifications 1. All bidders must have a current Contractor’s License at or before the time of bid opening date. 2. A list of twenty five (25) surfacing projects completed with a similar product. List shall include names of project representatives and respective telephone numbers. At least five (5) of these projects must be at least five (5) years old. This list shall also contain projects which require the same level of difficulty, size of project, type of project, e.g. color transitions and special graphics. 3. All bidders must also submit Material Safety Data sheets (MSDS) and Product Data Sheets on all materials. 1.04 SUBMITTALS A. Manufacturer’s descriptive data and installation instructions. B. Manufacturer’s details showing depths of wear surface and sub-base materials, anchoring systems and edge details. C. A list of all materials and components to be installed, including Manufacturer’s name, storage requirements, and precautions, and shall state chemical composition and test results to which material has been subjected in compliance with these specifications. D. Test results to substantiate that the product meets or exceeds all ASTM & ADA requirements for each standard listed in Section 1.03 Quality Assurance. Test must be performed and certified by an independent laboratory. E. Copy of IPEMA Certification. CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-3 Bid Set F. Documentation of Contractor Pre-Qualification as stated in Section 1.03 Quality Assurance. G. Statement signed by the Manufacturer of the synthetic safety surfacing attesting that all materials under this section shall be installed by the Manufacturer or its Certified Installers. H. A listing of at least twenty five (25) installations where products similar to those proposed for use have been installed and have been in successful service for a minimum period of three (3) years. This list shall include Owner or purchaser, address of installation, date of installation, contact person, and phone number. I. Upon request, a sample specimen of safety surface proposed for this project. J. Provide on site mock-up of synthetic grass to poured in place surfacing transition. 1. Mock-up to include color transition at poured in place surfacing. 2. Mock-up shall be provided for the Owner’s Representative’s review a minimum of 24 hours in advance of additional work. 3. Contractor is responsible for scheduling of mock-up and approval review time and shall not receive additional working days as a result of schedule errors. 4. Upon acceptance, mock-up shall be maintained for the duration of construction and shall be the standard for remaining constructions. Mock- up to be standalone for removal upon project completion. 5. Demonstrate methods of obtaining consistent visual appearance and quality including adhesion between materials to be used throughout the project. 6. No additional material shall be placed prior to the mock-up being approved by the Owner’s Representative. 1.05 DELIVERY, STORAGE and HANDLING: A. Materials and equipment shall be delivered and/or stored in accordance with the Manufacturer’s recommendations. 1.06 PROJECT SITE CONDITIONS: A. Synthetic safety surfacing shall be installed on a dry subsurface, with no prospect of rain within the initial drying period, at temperatures recommended by the Manufacturer. B. Installation in weather condition of extreme heat, temperatures less than 40 degrees (F), and/or high humidity may impact cure time, and/or the structural integrity of the final product. Immediate surroundings of the site shall be reasonably free of dust conditions and poor particulate air quality will impact the final surface look. CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-4 Bid Set C. Safety surfacing shall be installed after the playground equipment is installed unless otherwise noted. D. Surface installation shall be coordinated by the project manager or designated individual of playground equipment and sub-base installation, with manufacturer’s local production manager and in accordance with manufacturer’s sub-base requirements. 1.07 WARRANTY: A. Surfacing shall maintain required impact attenuation characteristics for a period of three (3) years and guaranteed against defects in workmanship and material for a period of no less than five (5) years or as specified and agreed upon per contract. PART 2 - PRODUCTS 2.01 MANUFACTURER A. Recommended Manufacturer: 1. No Fault Safety Surface as manufactured and sold by No Fault Sport Group, LLC consisting of synthetic poured-in-place safety surfacing meeting the requirements of this specification and comprised of SBR, EPDM and polyurethane binder. 2. Or approved equals. B. Recommended Source: 1. Northwest Playground Equipment, Inc. Chris McGarvey, (425) 313-9161 Email: chris@nwplayground.com 2. Or approved equal. 2.02 MATERIALS A. Polyurethane Binder 1. Polyurethane Binder for safety surfacing shall be specifically designed for use with rubber granule material for outdoor installations. 2. No toluene diphenyl isocyanate (TDI) shall be used. 3. No filler materials shall be used in urethane such as plasticizers and the catalyzing agent shall contain no heavy metals. 4. Weight of polyurethane shall be no less than 8.5 lbs/gal (1.02 Kg/1) and no more than 9.5 lbs/gal (1.14 Kg/1) 5. COLOR TINTED BINDER WILL NOT BE ALLOWED. 6. Aromatic or Aliphatic Polyurethane Binder may be used. B. SBR (Impact Layer) 1. Only 100% shredded styrene butadiene rubber may be used CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-5 Bid Set 2. Strands of SBR may vary from 0.5 mm – 2.0 mm in thickness by 3.0 mm – 20 mm in length. C. EPDM (Wear Surface) 1. EPDM particles shall meet requirements of ASTM D 412 and CSA Z614- 98 for tensile strength and elongation; and ASTM D 2240 (Shore A) hardness of 55-65, not less than 26 percent rubber hydrocarbons. 2. EPDM shall be peroxide cured with an EPDM content of 26% and shall include a processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and UV stability. 3. Size of rubber particles shall be not less than 1.0 mm, or greater than 3.0 mm across with a minimum EPDM content of 25% by weight and certified letter from Manufacturer stating this content. All rubber shall remain consistent in gradation and size. 4. STRAND, SHAVED, CHIPPED OR SHREDDED RUBBER IS NOT ACCEPTABLE IN THE POURED CAP. 2.03 PRODUCT SUBSTITUTIONS & APPROVED EQUALS A. All product substitutions must be submitted for preapproval at least fourteen (14) days prior to bid opening date. A complete submittal package, as outlined in Section 1.04 Submittals, must be provided before a substitute product will be considered for preapproval. If the product submitted for preapproval cannot meet all requirements of the submittal package, it will not be considered. B. Once all products submitted for substitution have been reviewed, a list of the approved substitutes will be circulated and made available to bidders. PART 3 - EXECUTION 3.01 SUB-BASE REQUIREMENTS A. The base shall be concrete, asphalt, or compacted stone installed in accordance with Manufacturer’s written specifications. B. The base shall have the specific minimum slope (2%) and shall vary no more than 1/8" when measured in any direction with a 10' foot straight edge. Verify that sub-surfacing drainage, if required, has been installed to provide positive drainage. C. Tolerance of concrete or bitumininous subsurface shall be within 1/8 inch (3.0 mm) in 10 feet (3050 mm). Tolerance of aggregate subsurface shall be within 3/8 inch (10mm) in 10 ft (3050 mm). D. Verify that aggregate subsurface has been fully compacted to 90- 95 percent or greater. CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-6 Bid Set E. Asphalt base shall be allowed to cure a minimum of fourteen (14) days and new concrete shall be allowed to cure a minimum of seven (7) days prior to commencement of surfacing. F. All sub-bases shall be approved by Owner or Owner’s Representative prior to installation of the safety surface. G. Alternate sub-base material must have prior approval from Manufacturer. 3.02 PREPARATION A. Scheduling – No Fault Safety Surface shall be installed after other sub-contractors are complete; the area is free from pedestrian traffic, and under the conditions as outlined in Section 1.06 Project Site Conditions. B. Cleaning - The entire subsurface shall be clean, dry and free from any foreign and loose material. 3.03 INSTALLATION A. To be performed by Manufacturer’s certified installation crew. B. SBR Cushion Layer 1. Polyurethane binder and SBR will be mixed on site in a rotating tumbler to ensure components are thoroughly mixed and are in accordance with manufactures recommendations. 2. Binder shall be not less than 14 percent (14%), nor more than 22 percent (22%), of the total weight of rubber, and shall provide 100 percent (100%) coating of the particles. 3. The SBR and binder mixture will then be poured-in-place by means of screeding, and hand-trowelled to maintain a seamless application. 4. Installation method shall use a measured screed rod 1/16” thicker than the required depth. 5. Whenever practical, SBR cushion layer shall be installed in one continuous pour on the same day. When a second pour is required, fully coat the edge of the previous work with polyurethane binder to ensure 100 percent bond with new work. Apply adhesive in small quantities so that new SBR mixture can be placed before the adhesive dries. 6. Total depth of the safety surface system throughout the playground equipment use zone shall be as required to meet the applicable critical fall height requirements or as specified by Owner or Owner’s Representative. Therefore, thickness of the SBR cushion layer will be total depth less 3/8” or ½” (minimum required thickness of the EPDM wear course layer). 7. Edges - Surface edges shall be flush with edge of adjacent area or tapered to provide safe transition. When connecting to a concrete curb or border the hardened edge shall be primed with adhesive. 8. The SBR cushion layer surface shall be porous. CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-7 Bid Set C. EPDM Wear Course Layer 1. Polyurethane binder and EPDM will be mixed on site in a rotating tumbler to ensure components are thoroughly mixed and are in accordance with manufactures recommendations. 2. The polyurethane binder shall be not less than 20 percent (20%) of total weight of rubber used in the wear surface, and shall provide 100 percent (100%) coating of the particles. 3. The EPDM and polyurethane binder mixture will then be poured-in-place by means of screeding, and hand-trowelled to maintain a seamless application. 4. Installation method shall use a measured screed rod 1/16” thicker than the required depth. 5. The cap will have a minimum weight of 2.2 pounds per square foot for 3/8” and 2.9 pounds per square foot for ½”. 6. Thickness of wear surface shall be a minimum 3/8” or ½”. 7. The wear layer shall be porous. 8. If graphic designs and color transitions are used, they shall be full wear course depth. Color(s) to be determined by Owner’s Representative. 9. Edges - Surface edges shall be flush with edge of adjacent area or tapered to provide safe transition. 10. Large Areas - All areas in excess of 2,000 sq. ft. or that require adjacent color pours will have a cold joint or seam due to the nature of the installation process. Although seldom visible, large areas or adjacent colors require the No Fault Safety Surface material to be installed on separate days. 11. Color: The wear course color shall be chosen by the Owner’s Representative or Owner during the submittal process, unless otherwise stated on Drawings. 3.04 PROTECTION A. The synthetic safety surface shall be allowed to fully cure in accordance with Manufacturer’s instructions. The surface shall be protected from all traffic during the curing period of 48 to 72 hours after surface installation is complete, or as instructed by the Manufacturer. B. Surface installation crew shall be responsible for the protection of No Fault Safety Surface during the installation process. General Contractor shall be responsible for the protection of the surface during the crew’s off hours and during the curing period upon completion of the installation. 3.05 CLOSEOUT A. The surfacing vendor must verify that a qualified representative has inspected the installation and that the finished playground surface conforms to the manufacturer's requirements. CITY OF KENT SECTION 32 18 16.11 WEST FENWICK PARK Synthetic Safety Surfacing: Poured in Place EPDM 32 18 16.12-8 Bid Set B. Extra materials: Owner shall be given option to retain and store excess materials such as excess turf ordered for project, but not installed. C. Prior to Final Acceptance, the surfacing vendor shall submit to the owner three (3) copies of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed products and systems. 3.06 CLEAN UP A. Manufacturer’s installers shall not leave adhesive on adjacent surface or play equipment. Spills of excess adhesive shall be promptly cleaned. B. Manufacturer’s installers shall properly dispose of all material and packing waste before leaving the job site. C. Contractor shall be responsible for supplying a dumpster at job site for all waste associated with installation of the safety surface. END OF SYNTHETIC SAFETY SURFACING SECTION CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. The Contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of a synthetic grass playground surface with a stable draining base. The complete synthetic grass field system shall consist of, but not necessarily be limited to, the following: 1. Playground construction with the extent of artificial turf work as shown on the drawings. 2. Subgrade, base, and drainage construction as specified in Section 2 and Section 3 of this document. 3. Quality synthetic grass product manufactured in the USA according to specifications in Section 2 of this document. Product shall meet or exceed all guidelines as established herein, or for characteristics not specifically stated, shall meet or exceed all guidelines published by the Synthetic Turf Council. 4. The synthetic grass surface shall be specifically designed, manufactured and installed for the intended use as a playground safety surface. 5. A 3.125 Resilient EPP foam pad with puzzle piece connections (which provides consistent 1292-04 Hic and GMAX ratings), which will be used to provide an ASTM rated 10 foot fall height safety surface. B. The Contractor shall provide all labor, materials, equipment and tools necessary for the complete and satisfactory application of painted markings on synthetic grass surfacing. C. Related Sections: 1. Section 11 68 13 Play Area Equipment 2. Section 31 12 00 Earthwork 3. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 4. Section 32 18 16.11 Synthetic Safety Surfacing: Poured in Place EPDM 5. Section 32 18 16.14 Engineered Wood Fiber Safety Surfacing 6. Section 33 40 00 Storm Drainage 1.02 SYSTEM PERFORMANCE A. Contractor shall ensure that products for playground system meet the following performance requirements: 1. All components and their installation method shall be designed and manufactured for use on playgrounds. The materials as hereinafter specified shall withstand full climatic exposure in the location of the playground, be resistant to insect infestation, rot, fungus, mold and mildew; it shall also withstand ultra-violet rays and extreme heat; the free flow of water vertically through the playing surface and into the drainage system below the surface. CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-2 Bid Set 2. The seams of all system components shall provide a permanent, tight, secure, and hazard free playing surface. 3. The installed synthetic playground grass and drainage system shall allow for drainage and water flow through the system at a rate of not less than 30 inches per hour. 4. At the time of substantial completion, the system’s ASTM 1292 rated surface shall have a fall height rating based on playground design up to 10’. Testing shall be based on ASTM 1292-04. At no time throughout the life of the warranty shall the fall height rating be less than the original design. 5. Based on independent laboratory tests, the synthetic grass product must be shown to meet or exceed the following ASTM testing standards: a. ASTM D-5848 – Product Weight: t 98 oz. / PSY b. ASTM D-5848 – Face (Pile) Weight: t 48 oz. / PSY c. ASTM D-5848 – Total Backing Weight: t 50 oz. / PSY d. ASTM D-1335 – Tuft Bind: t 7 lbs/force e. ASTM D-5034 – Grab Tear Strength: t 299 lbs/force f. ASTM D-2859 – Flammability Pill: must pass g. ASTM F-1551 – Water Permeability: t 25 inches/hour 1.03 SERVICE AND QUALITY ASSURANCE A. The synthetic grass vendor shall provide ongoing service quality assurance and warranty consisting of, but not necessarily be limited to, the following: 1. The synthetic grass vendor must provide competent workmen skilled in this type of field installation. The synthetic grass vendor shall provide a qualified installation foreman to coordinate and review the component parts of the synthetic grass system. Foreman shall be introduced to Owner or Owner’s Representative prior to start of construction. 2. The synthetic grass vendor and installer must be IPEMA Certified with no less than six completed playground installations. Installer must be competent in the installation of this material, including attachment of seams prior to the start of turf installation. 3. Accessibility of Surface Systems: ASTM 1951 ADA Compliant. Playground grass ensures wheelchair access under and around all playground equipment as required by the American Disabilities Act. 4. Flammability: Synthetic grass surface to pass all required ASTM D2859. Synthetic grass surface to have a flash point of greater than 600 degrees F and to resist damage and spreading of ignition in typical exposures such as lighted cigarette dropped on this surface. 5. Synthetic grass surface and safety pad system to have a drain rate of 30 inches or more per hour. 6. The synthetic grass vendor shall submit its manufacturer’s warranty, which warrants the usability and playability of the synthetic grass playground system for its intended uses with the following minimum characteristics: CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-3 Bid Set a. Provide full coverage of materials for a minimum of ten (10) years for the date of substantial completion. b. Warrant that the materials installed meet or exceed the product specifications. c. Be from a single source covering workmanship and all materials. d. Assure the availability of exact or substantially the same replacement materials for the synthetic grass system for the full warranty period. e. Include general wear and damage caused by UV degradation. The warranty may specifically exclude vandalism and Acts of God beyond the control of the manufacturer or installer. 1.04 SUBMITTALS A. Synthetic Grass Vendor must submit the following to Owner or Owner’s Representative prior to ordering material: 1. One (1) 12”x12” loose sample of proposed synthetic grass product and resilient base course representative of finished synthetic grass playground system. 2. One (1) copy of independent test report from a certified independent laboratory certifying the proposed playground surface system is fully compliant with ASTM 1292-04 up to 10’ fall height. 3. One (1) copy of independent test report from a certified independent laboratory certifying the proposed playground surface system is fully compliant with ASTM 1951 Standardized test for ADA Compliance. 4. One (1) of the product warranty for proposed synthetic grass product. 5. One (1) copy of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed synthetic turf system. 6. One (1) copy of edge details of proposed installation and terminations of synthetic grass playground system. 7. One (1) copy of a signed letter from synthetic grass vendor certifying that the proposed synthetic grass product is manufactured in the USA. 8. One (1) copy (if requested) of independent laboratory test reports on system or components. B. Provide on site mock-up of synthetic grass to poured in place surfacing transition. 1. Mock-up to include color transition at poured in place surfacing. 2. Mock-up shall be provided for the Owner’s Representative’s review a minimum of 24 hours in advance of additional work. 3. Contractor is responsible for scheduling of mock-up and approval review time and shall not receive additional working days as a result of schedule errors. 4. Upon acceptance, mock-up shall be maintained for the duration of construction and shall be the standard for remaining constructions. Mock- up to be standalone for removal upon project completion. CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-4 Bid Set 5. Demonstrate methods of obtaining consistent visual appearance and quality including adhesion between materials to be used throughout the project. 6. No additional material shall be placed prior to the mock-up being approved by the Owner’s Representative. C. Product data and color chart for specified paint product. PART 2 - PRODUCTS 2.01 SYNTHETIC GRASS SYSTEM A. Synthetic grass – FLI PlaygroundGrass ACADEMY or approved equal. 1. Pile Weight: 48 oz/sy 2. Face Yarn Type: Polyethylene XP slit film. Secondary: Heat set textured nylon monofilament 3. Yarn Count: Primary 8040/1; Secondary 5040/2 4. Pile Height (tufted): 1 7/8 inch (finish height may be slightly lower) 5. Color: Primary: Field Green; Secondary: Turf green/tan blend 6. Construction: Broadloom tufted, Dual yarn, same row 7. Tufting Gauge: 3/8” 8. Primary Backing: 6.0 oz Link 18 pic 1 part (3 components) polypropylene, polyester and fiber backing 9. Secondary Backing: 50 oz/sy urethane 10. Tertiary Backing: 3.5 oz/sy geotextile fleece 11. Total Product Weight: 113 oz s/y (+/- 2 oz) 12. Finished Roll Width: 15 feet (4.6 m) 13. Finished Roll Length: Up to 240 feet (73 m) B. The synthetic grass shall be delivered in 15’ foot wide rolls. The rolls will be laid out and installed as specified in the site layout and equipment placement drawings. All seams shall be installed and secured with micromechanical bonding. Seams secured with adhesive or stitching alone shall not be acceptable. C. Safety Surface 1. Rated according to ASTM F1292-04 for a minimum height of 10 feet: All performance statements must be accompanied by independent test data from a nationally certified testing agency outlining all materials of system construction. 2. Rated according to ASTM F 1951 Standardized Test For ADA Compliance D. Synthetic Grass Vendor contact information: 1. ForeverLawn by Northwest Playground Equipment P. O. Box 2410, Issaquah, WA 98027 Office: 425-313-9161 chris@nwplayground.com CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-5 Bid Set 2. Or approved equal. 2.02 SYNTHETIC GRASS PAINT A. Pioneer Athletics ExtremeLine. Color: TBD. B. Or approved equal. PART 3 - EXECUTION 3.01 BASE AND DRAINAGE CONSTRUCTION A. The synthetic grass base contractor shall strictly adhere to the installation procedures outlined under this section and by the Owner’s Representative’s drawings. Any variance from these requirements must be accepted in writing, by the synthetic grass vendor, and submitted to the Owner or Owner’s Representative, verifying that the changes do not adversely affect the performance or warranty. B. Excavation: Existing ground cover shall be excavated to the depth established on the excavation Drawings. The sub grade shall also be compacted to a minimum of a 90% compaction rate. A 5/8 minus to ¼ minus with fines gravel is required for adequate drainage. C. Synthetic or plastic wood nailer board: The synthetic turf perimeter fastening structure shall be installed before the drainage aggregate. 1. Install a bend a board by Epic Plastic, not less than ¾” x 2”. Nailer board will be fastened to the adjacent concrete surfacing with ¼” x 1-1/2” Tapcon masonry screws. Nailer board shall be flush to grade or as specified in site detail drawings. This shall be the responsibility of the synthetic turf base contractor. See synthetic turf edge attachment detail. D. Base Drainage Aggregate: Installation of the free draining base Aggregate of 5/8 minus (with fines) or smaller, shall follow procedures that protect the base grade soils. It must be installed to a minimum depth of 2 inches. The drainage network and its existing elevations shall not be disrupted through ground pressures from trucks, dozers or by any other means. 1. The stone shall be left firm, but not over-compacted as to protect the porosity and drainage capabilities of the aggregate profile. 2. The free draining base course should be designed to meet local soil and weather conditions. It must be installed to a minimum depth of 2 inches with an overall compaction rate of 90%. E. RESILIENT BASE INSTALLATION: A free draining aggregate base of a minimum of 2” or a concrete subslab is installed (refer to Drawings for locations) then a 3.125 Resilient EPP foam pad (ASTM 1292-04) is installed and leveled for a 10 foot fall system. CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-6 Bid Set 3.02 SYNTHETIC GRASS SYSTEM INSTALLATION A. After a final inspection of the stone base/underlayment by the synthetic grass contractor and the Owner’s Representative, the synthetic turf installation shall begin. The synthetic grass product shall be delivered in 15’ foot wide rolls. B. Synthetic grass rolls shall be joined via micro-mechanical bond seaming and reinforced with specialty turf adhesive where necessary. 1. Seams shall be flat, tight and permanent with no separation or fraying. 2. Seams shall be rolled with weighted roller to ensure adhesion. 3. Synthetic turf yarn fabric that is trapped or glued between seams shall be freed from the seams by hand or other approved method to an upright position prior to the commencement of brushing and top dressing synthetic grass rolls by the manufacturer wherever possible. C. Synthetic Turf Perimeter Attachment: 1. After final layout and seaming of the synthetic grass product, the synthetic turf material shall be wrapped over the edge of the curb nailer board and secured the full depth of the nailer board. 2. The turf shall be attached to the synthetic wood or plastic nailer board by stainless steel staples, screws, and/or nails, with minimum 7/16” x 1-1/2” stainless steel staples at 1” minimum on center. 3. Soil or surfacing material outside of the defined playground area shall be backfilled against turf wrapped perimeter edge and have zero transition edge to synthetic turf unless otherwise specified. 3.03 PAINT APPLICATION A. Identify locations in field with Owner’s Representative for paint application. B. Provide reusable stencils, shapes as indicated in Drawings. Application to create clean lines with no spray beyond intended shape. C. Utilize only manufacturer recommended installation team. 3.04 CLOSEOUT A. The synthetic grass vendor must verify that a qualified representative has inspected the installation and that the finished playground surface conforms to the manufacturer's requirements. B. Extra materials: Owner shall be given option to retain and store excess materials such as excess turf ordered for project, but not installed. C. Prior to Final Acceptance, the synthetic turf and paint vendors shall submit to the owner three (3) copies of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed products and systems. CITY OF KENT SECTION 32 18 16.12 WEST FENWICK PARK Synthetic Safety Surfacing: Grass 32 18 16.12-7 Bid Set 3.05 CLEAN UP A. Contractor shall provide the labor, supplies and equipment as necessary for final cleaning of surfaces and installed items. B. During the contract and at intervals as directed by the Owner or Owner’s Representative and as synthetic grass system installation is completed, clear the site of all extraneous materials, rubbish, or debris and leave the site in a clean, safe, well draining, neat condition. C. Surfaces, recesses, enclosures, etc. shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the Owner. END OF SYNTHETIC SAFETY SURFACING SECTION CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Description of Work: The Contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of an infilled synthetic grass field surface with a stable draining base. The complete synthetic grass field system shall consist of, but not necessarily be limited to, the following: 1. Field construction with the extent of artificial turf work as shown on the drawings. 2. Subgrade, base, and drainage construction as specified in Section 2 and Section 3 of this document. 3. Quality synthetic grass product manufactured in the USA according to specifications in Section 2 of this document. Product shall meet or exceed all guidelines as established herein, or for characteristics not specifically stated, shall meet or exceed all guidelines published by the Synthetic Turf Council. 4. The synthetic grass field shall be specifically designed, manufactured and installed for the intended use as a sportfield safety surface. 5. A resilient infill system, consisting of a rounded and highly uniform quartz sand pigmented and sealed as specified in Section 2. B. Related Sections: 1. Section 31 11 00 Clearing and Grubbing 2. Section 31 12 00 Earthwork 3. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 4. Section 33 40 00 Storm Drainage 1.02 SYSTEM PERFORMANCE Contractor shall ensure that products and field system meet the following performance requirements: A. All components and their installation method shall be designed and manufactured for use on outdoor athletic fields. The materials as hereinafter specified shall withstand full climatic exposure in the location of the field, be resistant to insect infestation, rot, fungus, mold and mildew; it shall also withstand ultra-violet rays and extreme heat; the free flow of water vertically through the playing surface and into the drainage system below the surface. B. The seams of all system components shall provide a permanent, tight, secure, and hazard free athletic playing surface. C. The installed synthetic grass field and drainage system shall allow for drainage and water flow through the system at a rate of not less than 30 inches per hour. CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-2 Bid Set D. At the time of substantial completion, the system’s ASTM 1292 rated surface shall have a fall height rating based on design up to 5’. Testing shall be based on ASTM 1292-04. At no time throughout the life of the warranty shall the fall height rating be less than the original design. E. Based on independent laboratory tests, the synthetic grass product must be shown to meet or exceed the following ASTM testing standards: 1. ASTM D-5848 – Product Weight: t 98 oz. / PSY 2. ASTM D-5848 – Face (Pile) Weight: t 48 oz. / PSY 3. ASTM D-5848 – Total Backing Weight: t 50 oz. / PSY 4. ASTM D-1335 – Tuft Bind: t 7 lbs/force 5. ASTM D-5034 – Grab Tear Strength: t 299 lbs/force 6. ASTM D-2859 – Flammability Pill: must pass 7. ASTM F-1551 – Water Permeability: t 25 inches/hour 1.03 SERVICE AND QUALITY ASSURANCE Synthetic grass vendor shall provide ongoing service quality assurance and warranty consisting of, but not necessarily be limited to, the following: A. The synthetic grass vendor and contractor must be experienced in the manufacturing and installation of synthetic grass field systems and have completed a minimum of five (5) similar systems, a minimum of 50,000 sf each. B. The synthetic grass vendor must be a current member in good standing of the Synthetic Turf Council (STC). C. The synthetic grass vendor must provide competent workmen skilled in this type of field installation. The synthetic grass vendor shall provide a qualified installation foreman to coordinate and review the component parts of the synthetic grass system. Foreman shall be introduced to Owner or Owner’s Representative prior to start of construction. D. The synthetic grass vendor shall provide a written letter or resume confirming that the installation crew and foreman are certified as competent in the installation of this material, including attachment of seams and proper installation of infill material prior to the start of turf installation. E. Application and grooming of infill must be implemented as stated in Execution section of this section. F. The synthetic grass vendor shall submit its manufacturer’s warranty, which warrants the usability and playability of the synthetic grass field system for its intended uses with the following minimum characteristics: 1. Provide full coverage of materials and workmanship for a minimum of eight (8) years for the date of substantial completion. CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-3 Bid Set 2. Warrant that the materials installed meet or exceed the product specifications. 3. Cover defects in the installation and workmanship. 4. Repair or replace such portions of the installed materials that are no longer serviceable to maintain a useable and playable surface. 5. Be from a single source covering workmanship and all materials. 6. Assure the availability of exact or substantially the same replacement materials for the synthetic grass system for the full warranty period. 7. Include coverage of general wear and damage caused by UV degradation. The warranty may specifically exclude vandalism and Acts of God beyond the control of the manufacturer or installer. 1.04 SUBMITTALS A. Make submittals in accordance with Division 01. B. Synthetic Grass Vendor must submit the following to Owner or Owner’s Representative with the official bid package: 1. One (1) copy of the most recent installation reference list for projects of similar scope. 2. One (1) 12”x12” loose sample of proposed synthetic grass product and one (1) 12”x12” boxed sample including infill representative of finished synthetic grass field system (upon request). 3. One (1) of the product warranty for proposed synthetic grass product. 4. One (1) copy of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed synthetic turf system. 5. One (1) copy of edge details of proposed installation and terminations of synthetic grass field system. 6. One (1) copy of a signed letter from synthetic grass vendor certifying that the proposed synthetic grass product is manufactured in the USA. 7. One (1) copy of independent laboratory test reports on system or components: a. ASTM 1951 – compliance with Standardized test for ADA Compliance b. ASTM D-5848 – pile height, tuft spacing, face weight and total weight c. ASTM D-1335 – tuft Bind d. ASTM D-5034 – grab tear breaking strength e. ASTM D-2859 – flammability (pill test) f. ASTM F-1551 – water permeability C. Synthetic Grass Vendor must submit the following to Owner or Owner’s Representative prior to commencing construction of the synthetic grass field system: CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-4 Bid Set 1. One (1) copy of material certificates and samples for materials that will be used on the project. Each material certificate must be marked as approved by the synthetic grass contractor. 2. The following representative samples of the following components that will be used on the synthetic grass field system for approval by Owner or Owner’s Representative: a. One (1) 12”x12” sample of synthetic grass product. b. One (1) pint of resilient infill material. c. One (1) set of construction diagrams to include: seam layout plan, edge details, and any details of construction that deviate from the original Drawings and specifications. d. One (1) construction project plan to include: project timeline with details and dates of each phase of construction; identification and contact information for project foreman; a letter from the turf manufacturer that the installation crew and foreman are certified as competent in the installation of this material. PART 2 - PRODUCTS 2.01 BASE MATERIALS Excavation, drainage, and base construction shall be as directed per these specifications and the Drawings. 2.02 SYNTHETIC GRASS PRODUCT The standard of quality of the synthetic grass product shall be SportsGrass Edge XP by ForeverLawn (866.992.7876 www.sportsgrassturf.com) or approved equal meeting the following specifications: A. Synthetic grass product specifications: 1. Yarn type: Primary: Polyethylene parallel slit film face blades, Secondary: Heat set textured nylon monofilament 2. Yarn Count: Primary: 8,040/1, secondary: 5,040/12 3. Yarn Color: Primary: Field green, Secondary: Turf green/tan blend 4. Product construction: Broadloom tufted with dual thread in same row 5. Pile height: 1 7/8” 6. Tufting Gauge: 3/8” 7. Pile (face) weight:48 oz. / SY 8. Total product weight: 98 oz. / SY 9. Backing: Three-layer premium backing with urethane coat and geotextile laminate to encapsulate stitching 10. Finished roll width: 15 feet (4.6 m) 11. Perforation: 3/16” (4.8 mm) holes spaced 4” on center (approximate) 12. Seaming: Micro-mechanical bonding 13. Infill: 2 lbs / SF maximum CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-5 Bid Set B. Resilient Infill. A resilient infill system, consisting of granules engineered to provide the look, feel, footing, and shock absorption of a natural grass field in ideal conditions. The standard quality of product shall be Envirofill by Foreverlawn or approved equal meeting the following specifications: a. Infill type: Quartz sand pigmented and sealed b. Contaminants: Granules shall contain minimal dust or contaminants c. Uniformity: Granules shall be clean, uniformly sized, rounded, and consistent in shape and particle size 2.03 NEW GROOMING EQUIPMENT Synthetic grass contractor shall provide one (1) pull behind drag brush or similar grooming equipment. PART 3 - EXECUTION 3.01 BASE AND DRAINAGE CONSTRUCTION The synthetic grass base contractor shall strictly adhere to the installation procedures outlined under this section and by the Drawings. Any variance from these requirements must be accepted in writing, by the synthetic grass vendor, and submitted to the Owner or Owner’s Representative, verifying that the changes do not adversely affect the performance or warranty. A. Excavation: Existing ground cover shall be excavated to the depth established on the excavation Drawings. The sub grade shall also be compacted and proof rolled to a minimum of a 90% compaction rate. B. Synthetic or plastic wood nailer board: The synthetic turf perimeter fastening structure shall be installed before the drainage aggregate. 1. Install a bend a board by Epic Plastic, not less than ¾” x 2”. Nailer board will be fastened to the adjacent concrete surfacing with ¼” x 1-1/2” Tapcon masonary screws. Nailer board shall be flush to grade or as specified in site detail drawings. This shall be the responsibility of the synthetic turf base contractor. See synthetic turf edge attachment detail. C. Base Drainage Aggregate: The installation of the base drainage aggregate shall only begin after the drainage pipe installation has been inspected and approved by Owner's Representative. Installation of the free draining base Aggregate shall follow procedures that protect the base grade soils and drainage pipe. The drainage pipe network and its existing elevations shall not be disrupted through ground pressures from trucks, dozers or by any other means. D. Approval of finished grade. The finished grade of the stone base shall not vary more than ¼” over 10 feet. The base must be accepted in writing, by the synthetic CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-6 Bid Set grass contractor, and submitted to the Owner or Owner’s Representative, prior to mobilization of equipment off the jobsite. 3.02 SYNTHETIC GRASS SYSTEM INSTALLATION After a final inspection of the stone base by the synthetic grass contractor and the Owner's Representative, the synthetic turf installation shall begin. The synthetic grass product shall be delivered in 15-foot wide rolls. The rolls shall be of sufficient length to go from edge to edge. A. Synthetic grass rolls shall begin with the longest perpendicular cross-field distance and should follow the following procedures: 1. No head seams shall be permitted in the playing surface. 2. Synthetic grass should be rolled out a minimum of four hours prior to starting seaming procedures and allowed to relax/expand. 3. All visible wrinkles shall be stretched out before seaming. B. Synthetic grass rolls shall be joined via micro-mechanical bond seaming and reinforced with specialty turf adhesive where necessary. Seams secured with adhesive or stitching alone shall not be acceptable. 1. Seams shall be flat, tight and permanent with no separation or fraying. 2. Seams shall be rolled with weighted roller to ensure adhesion. 3. Synthetic turf yarn fabric that is trapped or glued between seams shall be freed from the seams by hand or other approved method to an upright position prior to the commencement of brushing and top dressing synthetic grass rolls by the manufacturer wherever possible. C. Synthetic Turf Perimeter Attachment: 1. After final layout and seaming of the synthetic grass product, the edges should be precision trimmed to meet the surface exterior to the field. 2. After final layout and seaming of the synthetic grass product, the synthetic turf material shall be wrapped over the edge of the curb nailer board and secured the full depth of the nailer board. 3. The turf shall be attached to the synthetic wood or plastic nailer board by stainless steel staples, screws, and/or nails, with minimum 7/16” x 1-1/2” stainless steel staples at 1” minimum on center. D. Infill Application: 1. After all seaming is completed the infill materials shall be applied evenly using an all-in-one metered device such as the SMG Sandmatic machine to ensure precise application of the infill and grooming of the grass to exact tolerances. 2. Infill shall be applied in a uniform rate of multiple applications until the specified infill depth is achieved. CITY OF KENT SECTION 32 18 16.13 WEST FENWICK PARK Synthetic Safety Surfacing: Sport Grass 32 18 16.13-7 Bid Set 3. After completion of the infill application, the infill depth should be checked to verify that the variance in infill depth does not exceed .2” at any given point across the entire field. 3.03 CLOSEOUT A. The synthetic grass vendor must verify that a qualified representative has inspected the installation and that the finished field surface conforms to the manufacturer's requirements. B. Prior to Final Acceptance, the synthetic turf vendor shall submit to the owner three (3) copies of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed synthetic grass system. C. Extra materials: Owner shall be given option to retain and store excess materials such as excess turf and infill ordered for project, but not installed. 3.04 CLEAN UP A. Contractor shall provide the labor, supplies and equipment as necessary for final cleaning of surfaces and installed items. B. All usable remnants of new material shall be neatly rolled up and turned over to the Owner at a place and area designated by the Owner. C. During the contract and at intervals as directed by the Owner or Owner’s Representative and as synthetic grass system installation is completed, clear the site of all extraneous materials, rubbish, or debris and leave the site in a clean, safe, well draining, neat condition. D. Surfaces, recesses, enclosures, etc. shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the Owner. END OF SYNTHETIC SAFETY SURFACING: SPORT GRASS SECTION CITY OF KENT SECTION 32 18 16.14 WEST FENWICK PARK Engineered Wood Fiber Safety Surfacing 32 18 16.13-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Furnish all labor, equipment and materials to install (or blow in) the Engineered Wood Fiber Safety Surfacing (EWFSS) as shown on the Drawings or as otherwise specified. B. Related Sections: 1. Section 11 68 13 Play Area Equipment 2. Section 31 12 00 Earthwork 3. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 4. Section 32 18 16.11 Synthetic Safety Surfacing: Poured in Place EPDM 5. Section 32 18 16.12 Synthetic Safety Surfacing: Grass 6. Section 33 40 00 Storm Drainage 1.02 QUALITY ASSURANCE A. Manufacturer’s Instructions: Strictly adhere to the manufacturer’s instructions regarding product handling, sub-base preparation, surfacing system application and all other aspects of the surfacing installation. B. The contractor who is installing the surfacing shall have at least 5 recent (within the last 3 years) installations of EWFSS and shall have personnel, facilities and equipment for the specified work. The contractor shall also submit evidence of the recent installations of the surfacing materials. C. Special Requirements: 7. The engineered wood safety surface products shall meet or exceed the current Consumer Products Safety Commission 200-g Guideline and ASTM F2075. The Contractor shall submit two copies (2) of the manufacturer's independent test results showing conformance. Reports shall be for the exact depth that is specified to be installed. 2. Warranties: Provide the manufacturer’s five-year materials warranty for all safety surfacing systems materials. 3. Disabled Accessibility (ADA): Provide testing date showing products meet the requirements of the most current Americans with Disabilities Act. 4. Composition: Engineered wood fiber. No chemical treatments or additives. 5. Recycled Content: 100 percent pre-consumer recovered materials. 6. Dimensions: Per sieve analysis, ASTM F2075 / 4.4: Meets Criteria. 7. Hazardous Metal, ASTM F 2075 / 4.5: Meets Criteria. 8. Tramp Metal, ASTM F 2075 / 4.6: Meets Criteria. 9. Coefficient of Permeability, ASTM D 2434: Greater than 0.6 cm/s. 10. When bonded: Permeability per falling head test, EM1110-2-1906-VII-13: 191.19 gal/min/sq.ft. CITY OF KENT SECTION 32 18 16.14 WEST FENWICK PARK Engineered Wood Fiber Safety Surfacing 32 18 16.13-2 Bid Set 11. Moisture Absorption: Maximum of 150 percent by weight. 12. Moisture Content: 25 to 60 percent by weight. 13. Density: 15 to 24 pounds per cubic foot. 14. Impact Attenuation: ASTM F1292. Meets criteria. 15. IPEMA Certification: 8 inch thickness rated to 8 feet and 12 inch thickness to 12 feet. 16. Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials- D2859: Meets criteria. 17. Flammable, 16 CFR 1500.44, Federal Hazardous Substances Act Title 16, Chapter II, Subchapter C for Rigid and Pliable Solids: Did not ignite. 1.03 SUBMITTALS A. Not less than 6 days prior to the intended use of the materials, the Contractor shall submit the full documentation of the specific product literature, illustrating it’s compliance with this section. B. The contractor shall submit to the Owner’s Representative, for approval, material samples that are to be used and the proposed methods of application and procedures that are to be followed. C. Submit the test results for impact attenuation in accordance with ASTM F1292-01. PART 2 - PRODUCTS 2.01 ENGINEERED WOOD FIBER SAFETY SURFACE A. Recommended Manufacturers: 1. “Woodcarpet" - as manufactured by Zeager Brothers, Inc. 2. Or approved equals. B. Recommended Sources: 1. Northwest Playground Equipment, Inc. (Woodcarpet) Chris McGarvey, (425) 313-9161 Email: chris@nwplayground.com 2. Or approved equal. C. The EWFSS shall have fall or shock attenuation not to exceed 200g and 1000 HIC for an eight foot (8') height as per ASTM F1292-01. D. The EWFSS shall be constructed of random sized manufactured wood fiber material, specifically designed to be accessible play area safety surfacing materials. CITY OF KENT SECTION 32 18 16.14 WEST FENWICK PARK Engineered Wood Fiber Safety Surfacing 32 18 16.13-3 Bid Set 2.02 WEAR MATS & ANCHORS Wear mats are required at spinners, belt swings, and the exit points of all slides. Wear mats shall be installed per manufacturer’s specifications and recommendations. They shall also be made from recycled materials to the greatest extent possible. Provide (1) tire swing mat and (1) swing bay mat as indicated on Drawings. A. Recommended Manufacturers: 1. “Tuffmat Zero-Fill Mat” by Zeager Brothers, Inc. 2. “Duckbill Anchors” by Foresight Products 3. Or approved equals. B. Recommended Sources: 1. Northwest Playground Equipment, Inc. (Woodcarpet) Chris McGarvey, (425) 313-9161 Email: chris@nwplayground.com 2. Or approved equal. 2.05 DRAINAGE, DRAINAGE MATRIX, LINERS AND GEO-TEXTILE FABRIC Refer to Specification Section 33 40 00 - Storm Drainage and the drawings for drainage design, for construction details included in these Contract Documents. All drainage products shall be installed per manufacturer’s recommendations. A. Sub-surface drainage is required as indicated in drawings and play area containment areas shall be installed with the sub-grade surface sloping (2% min.) towards the drainage trenches. B. Manufacturer supplied Geo-textile Fabric, in sufficient quantity to allow for at least 3” of overlap at all seams. PART 3 - EXECUTION 3.01 GEOTEXTILE INSTALLATION Place below and above aggregate drainage material to create a weed barrier and prevent aggregate from mixing with subsurface and EWFSS. 3.02 EWFSS INSTALLATION The contractor shall strictly conform to the manufacturer’s instructions using all appropriate accessories as required. Install surfacing to the compacted depth specified on the Drawings, CITY OF KENT SECTION 32 18 16.14 WEST FENWICK PARK Engineered Wood Fiber Safety Surfacing 32 18 16.13-4 Bid Set allowing for settling and compaction of approximately 25%. Install surfacing carefully to avoid contamination of wood fiber material with dirt, gravel or other materials. The contractor shall ensure that geo-textile fabric stays in place during installation. Provide 48 hours’ notice prior to installation to Owner’s Representative and Project Manager. 3.03 WEAR MAT INSTALLATION Coordinate with the installation of the engineered wood safety surfacing and set the mat depth per manufacturer’s recommendations. Install mats with (4) Duckbill anchors per mat. 3.04 INSPECTION Examine the areas and conditions under which the work of this section will be completed. Do not proceed until conditions detrimental to the proper and timely completion of the work have been satisfactorily corrected and thus meet the manufacturer’s instructions. Beginning of work constitutes the acceptance of site conditions as satisfactory. 3.05 CLEANUP Sweep and/or rake wood materials away from all paved surfaces and remove it from all surrounding turf or planted areas. 3.06 WARRANTY The Contractor shall warranty that all work performed under this section shall be free from any defects in materials and workmanship. Upon notice in writing, within two (2) years of Physical Completion, from the Owner’s Representative or Owner the Contractor shall, at no cost to the Owner, make all necessary repairs or replacements of the defective work in question. During this period of warranty, the Owner shall perform normal maintenance. END OF ENGINEERED WOOD FIBER SAFETY SURFACING SECTION CITY OF KENT SECTION 32 19 13 WEST FENWICK PARK Soil Preparation 32 19 13-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Section includes: 1. Subgrade preparation 2. Topsoil installation in planting beds and lawn areas. B. Related Sections: 1. Section 31 12 00 Earthwork 2. Section 31 11 00 Clearing and Grubbing 3. Section 31 46 22 Field Imported Sands 4. Section 32 80 00 Irrigation 5. Section 32 93 00 Landscape Plants 6. Section 32 92 19 Hydroseeding Lawn Areas 1.02 SUBMITTALS A. Make submittals in accordance with Division 01. B. Samples: 1. Deliver samples, in one-gallon size Ziploc bags, of all soils (components if separate), mulch, and gravel to the Owner’s Representative/project site for review at least one month prior to install. Samples shall be unaltered and of quantity sufficient to allow for proper inspection and review. 2. Include a list of sources. 3. Include laboratory test results and amendment recommendations as outlined in ‘Testing’ below. Test results and recommendations to be dated within the past 3-6 months. C. Testing: Test all soil and soil components intended for project as follows. 1. Provide testing for Field Imported Sands specified elsewhere in compliance with the section 31 46 22. 2. Provide a one cubic foot representative sample of each component specified herein from supplier stockpiles. All stockpile sampling shall be per ASTM D 75 and Appendices for securing samples from stockpiles. Stockpiles shall be manufactured sufficiently in advance of testing so that pH, organic content, and carbon/nitrogen ratio have stabilized. 3. Deliver all samples to an approved, local, testing laboratory. Perform all tests for gradation, organic content, soil chemistry and pH. Testing reports shall include the following tests and recommendations. a. Mechanical gradation (sieve analysis) shall be performed and compared to the USDA Soil Classification System. Sieve analysis shall be by combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D 422 after destruction of organic matter by H2O2. To facilitate CITY OF KENT SECTION 32 19 13 WEST FENWICK PARK Soil Preparation 32 19 13-2 Bid Set review and approval of sieve analysis, provide a computer generated gradation curve from Laboratory. Sieve analysis shall include the same sieve sizes as those indicated in the specifications. b. Percent of organics shall be determined by the loss on ignition of oven-dried samples. Test samples less all material retained on a standard #10 screen shall be oven-dried to a constant weight at a temperature of 450 degrees Fahrenheit. c. Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen, Phosphorus, Potassium, Calcium, Magnesium, extractable Aluminum, Lead, Zinc, Cadmium, Copper, Soluble Salts, and pH and buffer pH. A Conductivity Meter shall be used to measure Soluble Salts in 1:2 soil/water (v/v). Except where otherwise noted, nutrient tests shall be for available nutrients. 4. Soil analysis tests shall show recommendations for soil additives to correct soils deficiencies and enhance fertility to accomplish planting work as specified. 1.03 FIELD QUALITY CONTROL A. Grading Inspection: 1. Rough grading to be inspected and approved by the Owner’s Representative prior to placing planting soil. 2. Finish grading to be inspected and approved by the Owner’s Representative prior to seed application. PART 2 - PRODUCTS 2.01 TOPSOIL A. Imported Topsoil: 1. Topsoil Type A: a. To be used at all shrub planting areas. b. By volume: 50% Base Sand Component, 50% Compost Type A c. Blend into subgrade as indicated on Drawings. 2. Topsoil Type B: a. To be used at all construction impacted turf areas. b. By volume: 60% Compost Type B, 40% Base Sand Component. c. Blend into subgrade as indicated on Drawings. 3. Topsoil Type C: a. Root Zone Sand Mix per Section 31 46 22. B. Base Sand Component shall be per Section 31 46 22 Field Imported Sands, paragraph 2.01.B C. Compost: CITY OF KENT SECTION 32 19 13 WEST FENWICK PARK Soil Preparation 32 19 13-3 Bid Set 1. Composted Municipal Yard Waste. Manufacturer: Cedar Grove or approved equal. Compost products shall meet the following physical criteria: a. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test. b. Foreign material (plastic, mineral soils, concrete, metal etc.) shall be no more than 2 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material. c. Compost material to a temperature adequate to kill weeds and weed seeds. d. Documentation that the compost meets federal and state health and safety regulations. 2. Provide slow release organic fertilizers per soil test results and recommendations. 3. Compost Type A: a. 100 percent shall pass through a 1-inch sieve when tested in accordance with WSDOT Test Method 602 and 603 (AASHTO T87 and T88). 4. Compost Type B: a. 100 percent shall pass through a 5/8-inch sieve when tested in accordance with WSDOT Test Method 602 and 603 (AASHTO T87 and T88). D. Slow Release Organic Fertilizers: The following fertilizer specification is to be used for bid price only. Specific amendments and fertilizer specification will be determined by soil laboratory from submitted soil samples. Adjustments to this formulation shall be at no cost to the Owner: 1. Soil amendments/Fertilizer (available from Horizon Locations (425) 828- 4554) or approved substitution: a. Evergreen Trees and Shrubs: TurfGro 8-2-4 (granulated), 0.33 lbs (1 cup) per one gallon container + 0.16lbs (½ cup) per foot of height or width, whichever is greater. b. Deciduous Trees and Shrubs: TurfGro 8-2-4 (granulated), 0.16 lbs (½ cup) per foot of height or width, whichever is greater, + 0.33 lbs (1 cup) per cubic foot of soil in rootball c. Perennials, grasses, groundcovers and vines: TurfGro 8-2-4 (granulated), 0.16 lbs (½ cup) per foot of height or width, whichever is greater, + 0.33 lbs(1 cup) per cubic foot of soil in rootball d. All planting beds to receive Montana rock phosphate 1 lb per 15 sq ft. and North Atlantic Kelp 10 lbs per 1,000 sq ft e. PH Adjusters Lime: 50% Agricultural grade finely ground dolomitic limestone and 50% calcium carbonate limestone with gradation as follows: minimum 75 percent passing 100-mesh sieve, and 100 percent passing 20-mesh sieve CITY OF KENT SECTION 32 19 13 WEST FENWICK PARK Soil Preparation 32 19 13-4 Bid Set PART 3 - EXECUTION 3.01 SUBGRADES AND SOIL DEPTHS A. Subgrade is to be left clean and even at the following depths: 1. Shrub planting area subgrades: a. 3 inches below designed finish grade. Amend soils for a total improved depth as indicated in Drawings. b. Strip existing organics layer where proposed grade is 8” or greater above existing grade. 2. Turf area subgrades: a. 3 inches below finish grade. Amend soils for a total improved depth as indicated in Drawings. b. Strip existing organics layer where proposed grade is 8” or greater above existing grade. 3. Turf area not impacted by construction activity: Subgrade to be existing grade. No soil amendment. Do not rotovate or scarify grades unless approved by the Owner’s Representative. 4. Field area subgrades: 12 inches below finish grade. Scarify subgrade to a depth of 4 inches minimum and remove all rocks/stones/debris greater than 1” diameter within 3” of the scarified surface+. Float or drag subgrade and compact to produce smooth, uniform surface approximately 75% of maximum dry density. 3.02 SUBGRADE PREPARATION A. If the subgrades are established or prepared by others prior to commencement of work described in this Section, verify that subgrades are complete. Commencement of work indicates acceptance of subgrades. B. Disposal of excess and waste materials 1. Transport acceptable excess excavated material to temporary stockpile areas on the Owner's property. Remove any unused excess excavated material from the site and dispose of legally off the Owner’s property prior to final inspection. 2. Remove waste materials, including unacceptable excavated material, trash, and debris and dispose of legally off the Owner's property. C. Scarify compacted subgrades as indicated in the Drawings and above Subgrade and Soil Depth section. 3.03 INSTALLATION A. Shrub planting and Turf areas: 1. Apply prepared topsoil type in the specified lift depth and fully and homogeneously incorporate with the prepared subgrade. CITY OF KENT SECTION 32 19 13 WEST FENWICK PARK Soil Preparation 32 19 13-5 Bid Set 2. Mechanically remove all rocks/stones/debris greater than 1” in any dimension within 3 inches of the surface. 3. Compact topsoil to 85% of maximum dry density, as measured in accordance with ASTM D1557. Mound finish grade of planting areas. Provide minimum 2% slope of finished topsoil from high point in center of planting area or planter toward edges. 4. Provide smooth grades as shown on the drawings. Grade to ensure adequate drainage in all areas. 5. Rake to a smooth, uniform finish. B. At Turf areas indicated to receive hydroseed that are not impacted by construction activity or within tree driplines: 1. Short mow turf prior to proceeding with preparation. 2. Hand rake to a depth of one-half inch prior to hydroseeding. 3. Remove all rocks/stones/debris greater than 1” in any dimension from prepared surface. C. Field Area to be per Section 31 46 22 Field Imported Sands. D. Fine grade all areas to a uniformly transitioning finish following grading information shown on the Drawings. Follow grading tolerances and inspection requirements as noted in Section 32 92 19 Hydroseeding Lawn Areas and Section 31 46 22 Field Imported Sands for Field Area. All grades shall transition smoothly into one another. END OF SOIL PREPARATION SECTION CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-1 Bid Set PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish all labor, materials, and equipment required to construct Fencing and Gate(s) System(s) as indicated on the drawings or specified herein. Said work shall include any incidentals required to provide a finished job. B. All work shall be performed in accordance with the City of Kent Standard Plans and the 2020 Standard Specification and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT), unless otherwise indicated herein. 1.02 EXISTING CONDITIONS: A. The Contractor/Installer shall examine the site to determine existing conditions, extent of work and clearing operations required. Failure of the Contractor/Installer to visit the site and familiarize themselves with the existing conditions shall in no way relieve them from obligations with respect to their bid or contract. 1.03 RELATED SECTIONS: A. Section 31 12 00 Earthwork B. Section 32 16 00 Concrete Pavement, Curbs and Sidewalks 1.04 QUALITY ASSURANCE: A. The Contractor/Installer must be experienced in color-coated chain link fencing installations. The Contractor shall provide three representative local fencing projects that have been completed by them within the last three years for the Owner’s Representative’s review. B. The Contractor/Installer shall provide a warranty stating that the fencing is secure and stable, tight, corrosion-fee, in proper alignment, complete in detail and finish, and free of hazardous conditions. Any defects that develop within one year from the date of Physical Completion shall be replaced at the expense of the Contractor/Installer. C. Standard Specifications: All work shall conform to all applicable requirements of the following Specifications, whether specifically referred to or not, except as specifically modified herein. 1. Comply with the requirements of the American Society for Testing and Materials (ASTM) especially the ASTM Committee F-14 Standards on Fences (latest edition). CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-2 Bid Set 2. Perform all shop and field welding in accordance with the pertinent recommendations of the American Welding Society. 3. Pipe ASTM A-53. 4. ASTM A 392. 5. ASTM F 626-89a. 6. ASTM F 668-88. 1.05 SUBMITTALS: A. The Contractor shall make all product submittals and submit Shop Drawings, for approval, prior to manufacturing, describing and detailing typical line post, terminal post, fabric, materials, hardware assemblies, and all proposed fence alignment sections in accordance with Division 01 Specifications. B. The Contractor shall provide certified letters from manufacturers indicating conformance with specifications, manufacturing date and lot number for all materials used on the site. 1.06 SUBSTITUTIONS AND PRODUCT OPTIONS: A. Comply with this paragraph and Division 01. B. During bidding, all bidders shall bid on the specified products. No substitutions during bid process. 1.07 PRODUCT HANDLING: A. All materials shall be new and delivered to the site in an undamaged condition. Store materials off the ground and protect from damage. In the event of damage, immediately make repairs and/or replace as necessary to the approval of the Owner’s Representative and at no additional cost to the Owner. PART 2 - MATERIALS 2.01 GENERAL: A. At the pond only: Materials shall be in conformance with the City of Kent Standard Plans 5-22 and 5-23. Where these may be in conflict with the Drawings, the more stringent shall govern. B. All piping for fence and gates shall be Schedule 40, hot-dipped galvanized steel, or approved equal, for size, finish, material composition, strength, appearance, performance and ease of maintainability. C. Galvanizing shall be in accordance with ASTM F 668-88. All fence fittings shall comply with ASTM F 626-89a. CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-3 Bid Set D. All materials except nuts and bolts shall have the PVC coating extruded and adhered to the galvanized steel core wire per ASTM F 668-88, Class 2a. Color shall be as selected by the Owner’s Representative. Fabric shall have .015 to .025 inch PVC coating extruded and adhered to the core. All other materials shall be 10 to 15 mils PVC coating. 2.02 CHAIN LINK FENCE FABRIC: A. Color coated chain link fence fabric shall conform to ASTM F668-88 Class 2a material. B. Fabric shall be W&M Steel Core Wire, or approved equal, galvanized with not less than .30 oz. per square foot of actual surface, with a .015 - .025 inch PVC bonded coating, extruded and adhering to the galvanized wire. Fabric shall be woven in a continuous 2” mesh. Steel core wire shall have a minimum breaking strength 1290 lbs. Finished size, including PVC bonded coating, shall be 6-gauge (finished) with 9-gauge core wire. Lower edge of fabric shall be no greater than one and one-half (1-1/2) inches above concrete mow strip or finished grade as specified on Drawings. C. All chain link fabric shall be galvanized before weaving. D. Fabric shall have a knuckled top and bottom selvage. E. Height of the fabric measured from the ends of the knuckled selvage shall be as specified on Drawings, plus or minus 1 inch per 8 lineal feet. F. Fabric shall be installed on more active/playing side of posts. 2.03 FENCING: A. All posts, rails, and framework shall have 10-15 mils of vinyl or powder coating. No hand painting is allowed, except for minor touching up. All posts, rails, rods shall be steel pipe. Sizes shall be as specified in the following table for perimeter fencing and backstop and wing fencing. For Color Coated Fencing & Gates: Type 4’ High 6’ High 8’ High 10’ High 20’ High Terminal / Corner Posts 2-3/8” OD 2-7/8” OD 2-7/8” OD 2-7/8” OD 4” OD Line Posts 1-7/8” OD 2-3/8” OD 2-3/8” OD 2-3/8” OD 2-7/8” OD Top Rails 1-5/8” OD 1-5/8” OD 1-5/8” OD 1-5/8” OD 1-5/8” OD Intermediate Rails N/A* N/A* 1-5/8” OD 1-5/8” OD 1-5/8” OD Bottom Rails 1-5/8” OD 1-5/8” OD 1-5/8” OD 1-5/8” OD 1-5/8” OD Post Footing Size 12” W 30” D 12” W 36” D 12” W 36” D 18” W 36” D 24” W 48” D CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-4 Bid Set for Terminal/Corner Posts Post Footing Size for Line Posts 12” W 24” D 12”W 36”D 12” W 36” D 18” W 36” D 24” W 36” D Fabric Mesh Size 2” 2” 2” 2” 2” Fabric Finished Size 6-gauge** 6-gauge** 6-gauge** 6-gauge** 6-gauge** *Intermediate and bottom rails are not required for these sizes of fencing unless it is specified and detailed on a project by project basis. **6-gauge (finished) with 9-gauge core wire (typical) 2.04 GATES AND GATE POSTS: A. General: Gate posts, frames, and hardware shall be hot-dipped galvanized as noted for framework. All fittings shall be hot-dipped galvanized and vinyl or powder coated as specified in Section 2.02. Gate frames shall be galvanized or vinyl or powder coated after welding or painted with approved zinc enriched (for galvanized fencing) or flat alkyd enamel (for vinyl or powder coated fencing) paint. Gate fabric shall match fencing fabric. Gates shall maintain no gaps greater than two (2) inches between gateposts and frames or one and one-half (1- 1/2) inches above the ground. B. Gates: 1. Gate Posts: Posts shall be 2-7/8 O.D. schedule 40 steel pipe (or larger, depending upon the size of the gate opening). 2. Gate Frames: 1-7/8 inch O.D. steel pipe with joints notched and welded to form a rigid frame. Welds shall be coated with cold galvanized coating. Frames shall be filled with same fabric as fence and fastened in the frame by means of tension bars and fasteners at 1 foot OC. 3. Diagonal Cross-Bracing: 3/8 inch O.D. vinyl coated adjustable truss rods to ensure frame rigidity without sag or twist. 4. Hinges: Pressed steel to suit gate size, non-lift-off type, offset to permit 180-degree gate opening. Provide 2 hinges for each leaf. Drill, tap, and set screw or weld to frame and post to prevent rotation. Hinges are to be Bulldog Industrial hinge, or approved equal. 5. Single Gate Latch: Provide heavy-duty gate fork latch of correct size malleable iron to permit operation from either side of gate, with padlock eye as integral part of latch. 6. Double Gate Latch: Provide 1-3/8 inch O.D. powder coated steel plunger pipe, locking device, and box as integral part of plunger pipe. Weld and paint fastener to secure plunger and locking device to gate framework to insure latch will not turn. Provide 1-7/8 inch O.D. galvanized steel pipe sleeve, raised ½ inch above finished grade and set in 12-inch diameter by CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-5 Bid Set 12-inch deep concrete footing. Plunger shall be the same height as the gate in the closed position. 2.05 FITTINGS A. Fittings shall be hot-dipped galvanized pressed steel in accordance with ASTM F 626-89a. All fittings shall be industrial quality. All fittings except nuts and bolts shall be vinyl or powder coated after galvanizing, with 10-15 mils of thermally bonded PVC. Any mars resulting from installation and handling are to be touched up with two coats of flat alkyd enamel paint (color to match fence) suitable for metal. 2.06 ACCESSORIES A. Post tops shall be pressed steel and designed as a weather tight closure cap for tubular posts. B. Tension bars shall be of one piece lengths equal to full height of fabric with a minimum cross section of 3/16” x 3/4”. Provide a tension bar for each end post, corner and pull posts C. Tension bar bands (vinyl or powder coated), shall be pressed steel per ASTM F 626-89a spaced not over 12 inches O.C. to secure tension bars to end, corner, and pull posts. D. Tension Wire: Contractor shall provide a No. 7 W & M gauge galvanized high carbon coiled tension wire (when bottom rail is not specified) stretched along the bottom of fabric and fastened to the fabric at intervals of not more than two feet (2') using steel hog rings. Tension wire shall be attached with brace band, and nut and bolt. Tension wire shall be terminated around the bolt to itself with a minimum of three complete wraps. E. Wire Ties: Contractor shall provide wire ties as follows: 8-gauge vinyl or powder coated aluminum wire ties (with 9-gauge core wire) on all fencing with 8-gauge fabric (with 9-gauge core wire), spaced at 12 inches O.C. (typ.). Tie fabric to tension wire with 9 gauge hog rings at 18 inches O.C. (typ.). F. Touch-up Paint: Paint all exposed holes and welds, with a base coat of zinc enriched paint followed by two coats of silver (aluminum) matte finish paint, typical. Zinc enriched paint shall meet ASTM A780 A2 and be epoxy based with 94% minimum pure zinc dust by weight. Zinc enriched paint shall dry with a bright finish of hot-dipped-galvanizing. Zinc enriched paint shall be Devcon Z, Krylon Galvanizing Paint, Galvicon, or approved equal. Silver top coat paint shall be silver (aluminum) matte finish. Silver top coat paint shall be “COROTHANE 1, Mio-Aluminum”; Aluminum Hammerite; or approved equal. 2.07 CONCRETE FOOTINGS CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-6 Bid Set A. Refer to Section 2.03 above for dimensions of all concrete post footings. Concrete footings shall be Class “C” concrete and neatly and evenly crowned slightly above finished grades and all concrete shall be cleaned from all posts. PART 3 - EXECUTION 3.01 SITE PREPARATION: A. Pre-construction on-site conference: Do not proceed with work until a site meeting has been had with the Owner’s Representative. B. The Contractor is responsible for all temporary barricades, enclosures, and protection of adjacent property and existing work. These are to be in place before construction operations are started. C. Coordinate this work with other work and trades. Complete clearing and site preparation work is required prior to excavation. Coordinate this work with associated concrete work. D. The Contractor shall not allow vinyl or powder coated materials to become scratched, gouged or damaged in any way during the storing or construction of the fence. 3.02 FENCE CONSTRUCTION: A. Posts: 1. Auger holes for post footings in firm, undisturbed or compacted soil. Holes for new line post footings shall be sized as shown on Drawings and standard details. 2. Over excavate hole depths to 6 inches deeper than post bottoms. 3. Place concrete around posts in a continuous placement, tamp for consolidation, checking each post for vertical and top alignment. Support posts plumb until concrete has cured. Set and secure keepers, stops, sleeves, and other accessories into concrete as required. 4. Tops of post footings shall be flush with finished grade, trowled and sloped outward to drain. Top of footing shall appear true and circular in shape with post at center of circle. 5. Post shall be 10 feet O.C. maximum. B. Sleeved Posts: 1. Insert posts into sleeves provided in concrete footing for tops of walls and hoop-style backstops as specified on Drawings. Check each post for vertical (plumb) and top alignment. 2. Posts shall be 10' O.C. maximum. C. Rails: CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-7 Bid Set 1. Top rail shall be securely fastened to terminal posts and pass through tops of line post fittings, forming a continuous rail for the full length of fence. Top rail shall be furnished in lengths approximately 21 feet long with standard hot dip galvanized steel expansion couplings not less than 6" in length. Lengths less than 10 feet shall not be used adjacent to terminal posts. 2. Intermediate and bottom (when specified) rails shall conform to the same specification as top rail and be joined at line posts with double-end socket clamps or brace bands and rail ends, with one inverted to maintain smooth line. D. Brace Assemblies: All corner and terminal posts shall be furnished with complete brace assembly, including brace of same material and finish as top rail, and adjustable tightener for 3/8 inch truss rod. Corner and terminal posts shall have two brace assemblies, one in each direction. The diagonal 3/8 inch adjustable truss rod shall be attached to the first ensuing line post. Install braces so that posts are plumb and true when diagonal rod is under proper tension. No truss rod is required if the intermediate rail is continuous. E. Fabric: Pull fabric taut and tie to posts and rails. Install fabric on interior side of fences and anchor to framework so that the fabric remains in tension after pulling force is released. Lower edge of fabric shall be set level with finished grades (1- 1/2” above grade typ.) except as specified on Drawings. F. Wire Ties: Tie fabric to line posts, rails, and braces with 9-gauge aluminum wire ties, spaced at 12 inches O.C. (typ.). Tie fabric to tension wire with 7-gauge hog rings at 18 inches O.C. (typical). Attach all wire ties per accepted industry standards and as described as follows: Attach hooked end of tie to fabric above and close to the top or side of the rail or post and wrap the end of tie under so that the wire tie locks into place and will not come loose under normal use. Then wrap the wire tie around the rail snugly and affix to fabric below and close to the rail and twist the end of the wire tie at least one full revolution around the fabric so that the tie will not come loose under normal use. G. Tension Bars: Fabric shall be attached to the terminal posts by means of single piece tension bars. Thread through fabric and secure to posts with metal bands spaced not over 12 inches O.C. (typ.). H. Welding: All field welds shall be fully filled, ground flush and smooth, and cold galvanized by brushing on “zinc enriched” paint to match color-coated fencing (two coats required). 3.03 GATES: A. Install gates as shown on the Drawings. No openings between frame or gate members shall exceed 3 inches. The gap between the bottom rail and finish grade shall not exceed one and one-half (1-1/2) inches. CITY OF KENT SECTION 32 31 13 WEST FENWICK PARK Chain Link Fences and Gates 32 31 13.13-8 Bid Set B. Install gates plumb, level, and secure for full opening without interference. Adjust hardware for smooth operation and lubricate where necessary. After the Owner’s Representative’s approval of operation, drill, tap, and setscrew or spot- weld and paint all hinges and latch hardware to prevent rotation. C. Install the gateposts the same as terminal posts. 3.04 CLEANUP A. Job site shall be cleared of all excess material (concrete, wire, rails, pipe, etc.). All areas impacted by construction shall be leveled with finished grade at topsoil or flush with paving/concrete mow strip and free of all debris and rocks, and restored to as good as or better than original condition, as approved by the Owner’s Representative. END OF CHAIN LINK FENCING AND GATES SECTION CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-1 Bid Set PART 1 - GENERAL 1.1 Drawings, general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. Section Includes: Performance and material requirements for the installation of an efficient and fully automatic irrigation system and tying into an existing irrigation mainline. 1.3 RELATED SECTIONS A. Section 32 92 19 Hydroseeding Lawn Areas B. Section 32 19 13 Soil Preparation C. Section 32 93 00 Landscape Plants 1.4 REFERENCES A. WSDOT, Road and Bridge Standards B. ASTM B43 - Standard Specification for Brass and Copper Pipe and fittings C. ASTM D1785 - Standard Specification for Schedule 40 PVC Pipe D. ASTM D2241 - Standard Specification for PVC Plastic pipe E. ASTM D2466 - Standard Specification for Schedule 40 PVC fittings. F. ASTM D2466-78 - Schedule 80 PVC fittings G. ASTM D2564 - Standard Specification for PVC Solvent Cements H. ASTM D2855 - Standard Recommended Practice for making Solvent Cemented Joints with PVC Pipe and Fittings I. ASTM D3139 - Swing joint pipe and fittings J. ASTM F-656 - Standard Specifications for PVC Primers K. Foundation for Cross Connection Control and Hydraulic Research - University of Southern California CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-2 Bid Set 1.5 WORK INCLUDED A. The Work covers a complete, automatically controlled, spray irrigation system including: all required trenching, backfilling and compacting; sleeving, installation of pipe, valves, fittings, and all other appurtenances; connections to water, gate valves, testing; removal and installation of irrigation controller, electrical connections, wiring, and system fine tuning. Coordinate all Work with other trades. 1.6 REQUIREMENTS A. Work and materials shall be in accordance with the latest rules, regulations and other applicable state or local-plumbing, electrical and health codes. Nothing in the Contract Documents is to be construed to permit Work not conforming to these codes. B. Obtain and pay for all permits, approvals and inspections required by the local jurisdictional authorities for the full operation of the system. 1.7 SUBMITTALS A. Submit the following items under provisions of Division 01. B. Product Data: Submit product data before beginning work. Include manufacturer's product literature for all products to be installed in this system. Include material showing manufacturer's name, catalog numbers, catalog cuts, technical data and installation, operation and maintenance instructions for each product. C. Point of Connection Water Pressure Test: Test water pressure at point(s) of connection. Verify pressure is in the range indicated on the drawings. Sub mit written results of test to the Owner’s Representative. D. Maintain a current record of all pipe and equipment placement and record any variations approved by the Owner’s Representative. Upon completion of the system and prior to release of final payment, provide a neat and legible record drawing of the completed system. Any pipe not installed in accordance with the Drawings as originally contracted shall be sufficiently dimensioned to a permanent structure for location after burial. Update record drawings DAILY. E. Digitally photograph all pipe, equipment placement, and installation progress on a daily basis. Note photograph locations on a separate record drawing. Include measuring tape, ruler, or other device in photograph to set scale. Digital photographs shall be .jpg format and minimum 72 dpi. Photographs shall be available to Owner’s representative as needed. Upon completion of the irrigation system and prior to release of final payment, provide digital photograph files on dvd(s) or usb thumb drive along with legible record drawing of the photograph locations. Place in maintenance manual. F. Maintenance Manuals: Provide minimum of two (2) operation and maintenance manuals in digital format. The manuals shall be indexed and tabbed and include the following items/information: CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-3 Bid Set 1. List of authorized distributors and service representatives (in the area) for each item of irrigation equipment: include names, addresses and phone numbers. 2. Guarantee/warranty certificates for all equipment used and Contractor's written warranty for entire system one (1) year guarantee. 3. Manufacturer's maintenance sheets, replacement parts list and equipment brochures for all equipment used. All composite data sheets shall have the specified products used in the field clearly highlighted. 4. Winterization and Spring start up procedures. 5. A pocket for one (1) copy of the approved record drawings to be added at the time of final inspection. A pocket for one (1) copy of the approved photograph record drawings to be added at the time of final inspection. A pocket for digital photograph dvd(s) or usb. A reduced size copy of the Drawings. 6. Provide one zone chart per controller. Controller chart shall fit in behind controller door. a. The Chart shall be a bond copy print with a different pastel transparent color to show each separate zone. Verify that the zone number as shown on the Controller Chart matches the number on the actual control valve identification tag. Numbering of zones shall be done as specified above in this section. b. When completed and approved, hermetically seal (laminate) the chart between two pieces of plastic. 1.8 SUBSTITUTIONS A. Substitutions will be considered during the construction process per Division 01. 1.9 QUALITY ASSURANCE A. Qualifications: Washington State licensed landscape/irrigation contractor with a minimum of three years experience installing irrigation systems of this scale. B. Work and materials shall be in strict accordance with the latest codes, regulations and other applicable state or local laws. Nothing in the Contract Documents is to be construed to permit work not conforming to these codes. C. Obtain and pay for all permits and approvals required by the local jurisdictional authorities for the full operation of the system. D. All work called for on the drawings by notes shall be furnished and installed whether or not specifically mentioned in the specifications. Do not install the sprinkler system as indicated on the drawings when it is obvious in the field that obstructions or grade conditions exist which cause discrepancies with the construction Drawings, details, legend or specific notes. All such discrepancies shall be brought to the attention of the Owner’s Representative. In the event this is not done, the Contractor shall assume full responsibility for the necessary revisions. E. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. Car efully investigate the structural and finished conditions affecting all of this work and plan accordingly. Drawings are generally diagrammatic CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-4 Bid Set and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation system, planting and architectural features. F. The work is subject to tests and inspections by the Owner’s Representative as specified. Furnish written notice to the Owner’s Representative one week prior to the required test or inspection. 1.10 PROJECT CONDITIONS A. Underground utilities and elements: Locate all underground utilities and elements prior to digging and/or driving stakes. Take care to neither disturb nor damage any existing above ground or underground utilities or elements. Keep streets, sidewalks and site clean, free from debris and affected drains open and free flowing at all times. B. Site inspection and layout: Before proceeding with any work, inspect the site, carefully check all grades and verify all dimensions and conditions affecting the work in order to proceed. Changes or alterations to the system to meet actual conditions shall be made at the Contractor's expense. Irrigation plan is diagrammatic and is not intended to show exact locations of existing or proposed piping or valves. Locate new items as closely as possible to related curbs, walls, fences or edges of paving. Pipelines shown parallel on drawing may be placed in a common trench but separated by at least 6 inches. Sprinkler heads are shown accurately and shall be installed as indicated by center of symbol. 1.11 DELIVERY, STORAGE, HANDLING AND PROTECTION A. Protect work and materials from damage during construction and storage. PVC pipe and fittings shall be protected from extreme temperatures and other weather conditions and direct sunlight in accordance with manufacturer's written recommendations. B. Assume all responsibility for damage to adjacent construction and restore to its original condition should damage occur as a result of this work. 1.12 WARRANTY A. Guarantee system against defects of installation and material for a period of 1 year after Owner’s final acceptance of the irrigation system. Guarantee shall also cover repair or damage to any part of the premises resulting from leaks or other defects in material, equipment and workmanship to the satisfaction of the Owner. During guarantee period, check and clean filters, flush each zone and otherwise insure adequate operation of system at maximum one-month intervals during the operational year. Guarantee shall also cover repair or damage to any part of the premises resulting from leaks or other defects in material, equipment, and workmanship. Repairs, if required, shall be done promptly upon notification at no additional cost. B. As part of the warranty, deactivate and drain the system prior to the onset of the freezing season and reactivate the system at the onset of the spring growing season. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-5 Bid Set Each event must be accomplished once during the warranty period. In the event the system is completed in a season when it will not be in use, winterize the system upon completion of testing (and approval by the Owner’s Representative) and reactivate the system in the spring. Submit a letter certifying that the system was winterized and drained and indicate the date such action was accomplished. The Contractor is responsible for any damage resulting from failure to comply. 1.13 SYSTEM FAMILIARIZATION A. Before final acceptance of the system, provide the necessary keys and/or other tools required to operate, drain and activate the system. Provide two (2) complete sets of tools and keys to the Owner (i.e.: water keys, quick coupler keys with hose swivel attachments, valve cover keys and controller keys). B. Provide the following minimum standards of training with the Owner’s personnel before final acceptance of the system. C. General system operation, maintenance and winterization—4 hours on site. PART 2 - PRODUCTS 2.1 SUMMARY A. All materials used throughout the system shall be new, unused, and in perfect condition except as noted. Refer to the irrigation materials legend, notes, detail drawings and these specifications for specific equipment to be used. Equipment or materials installed or furnished without prior approval of the Owner’s Representative may be rejected and the Contractor will be required to remove such materials from the site at his own expense. 2.2 BRASS PIPE AND ACCESSORIES A. Brass pipe and fittings shall conform to industry standards and be in conformance with applicable ASTM or ANSI standards. 2.3 PLASTIC PIPE AND ACCESSORIES A. PVC Pipe: B. Marked with the manufacturer’s name, class of pipe, NSF seal and date of manufacturing run. Pipe shall bear no evidence of interior or exterior extrusion marks. Conform to US Standard PS 22-70, ASTM D2241, ASTM D 1784, D3139, and D1869. C. Fittings: Schedule 40. D. Schedule 40 PVC pipe for mainlines; Schedule 40 PVC for laterals. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-6 Bid Set E. All PVC pipe must be delivered in at least twenty-foot (20') lengths. F. Sleeves required for main and lateral lines located under paving shall be Schedule 40 PVC, with the inside diameter (I.D.) of sleeve to be twice the outside diameter (O.D.) of the insert pipe, maximum 1 insert pipe per sleeve. All wiring to be in separate sleeves from piping sleeves. G. Sleeves under roadways (street rights-of-way, boulevards or parkways) where heavy vehicular traffic is anticipated shall be ductile iron pipe, with the inside diameter (I.D.) of the sleeve shall be at least 1 inch greater than the outside diameter (O.D.) of the total inserted pipes. All wiring shall be in separate gray conduit sleeve. H. Fittings: PVC - ASTM D2464, D2466. Use Teflon tape on all threaded fittings. 2.4 CEMENT & SOLVENT A. Cement: Weld On 705 or 711 cement (grey) B. Primer: P-70 primer (purple). 2.5 AUTOMATIC VALVES A. Automatic Valve: Size & type as indicated on drawings. 2.6 AUTOMATIC CONTROLLER A. Type and size as shown on the Drawings. B. Install per manufacturer’s instructions. C. Final location of automatic controller shall be approved by Owner’s Representative. 2.7 RAIN SENSOR A. Type and size as shown on the Drawings. B. Install per manufacturer’s instructions. C. Final location shall be approved by Owner’s Representative. 2.8 CONTROL WIRE FOR VALVES A. Insulated, single strand copper designed for 24-50 volts and UL approved as UF (Underground Feeder). UL and UF designations clearly marked or embossed on the insulation jacket of the wire. Copper conductor must meet or exceed ASTM B-3 specifications. In no case shall wire be less than 14 gauge. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-7 Bid Set B. Control wire harness to be enclosed in Schedule 40 PVC conduit. C. Separate “hot” (red or black) lead for each valve. Common wire (white) for each controller. Spare wire (Orange color). Identify wire color on As-Builts. D. Looped wires shall be provided within four (4) feet of each wire connection to solenoid. Control wires shall also be snaked underneath mainlines to allow “slack” in the lines. E. Copper conductors must meet or exceed ASTM B-3 requirements. F. One spare wire (orange) for each 4 zones is required unless otherwise shown on the Drawings. For clarification; Zones 1 to 4 require one spare wire, Zones 5 to 8 require an additional spare wire, Zones 9 to 12 require an additional spare wire, etc. The spare wire(s) shall be installed to the farthest valve(s) location(s) from the controller. Loop the spare wires in each valve box. 2.9 QUICK COUPLING VALVES A. Type, manufacture and size(s) shown on the drawings. Install all quick coupling valves in a 10” diameter valve box as shown in the Details B. One inch (1"), all brass, and one or two-piece bodies, with locking brass tops and have galvanized steel swing joints as shown in the Details. Provide two (2) operating keys and hose swivels. C. Quick coupler valve for use of compressed air for winterizing: 1", all brass, two-piece bodies with locking brass tops. Provide one (1) operating key. 2.10 GATE VALVES A. Gate valves: Types, manufacture and sizes as shown on the Drawings. B. Gate Valves two inches (2") and smaller: All bronze construction with ‘tee’ handle, 175 psi water working pressure, Mueller Oriseal Mark III, Red and White or approved equal. 2.11 POP-UP SPRINKLER HEADS A. Types, manufacture and sizes shown on the Drawings. B. All heads shall have a built-in pressure-regulating device. The device shall regulate nozzle pressure to the design pressure. The pressure-regulating device shall be an internal part of the pop-up stem. C. The heads shall have matched precipitation rate nozzles with adjusting screws. D. The heads shall be equipped with check valves to prevent low head drainage. The check valves shall hold back pressures equivalent to 10 feet of head. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-8 Bid Set 2.12 SWING JOINTS A. Types, manufacture, and sizes shown on the Drawings. B. Swing joints for quick couplers shall be installed in valve boxes, per the Details. C. Pre-fabricated swing joints, for irrigation heads, shall be triple swing joints. Swing shall consist of street ells, ells, and nipples for full adjustability. Fittings shall have "O" ring seals. 2.13 VALVE BOXES A. Type, manufacture and size shown on the Drawings and/or the following: B. Backflow Prevention Device Assemblies shall be installed in a Fogtite #25-TA Concrete Vault as shown on the Drawings. C. NDS 1220-12 with bolt down locking lid and extensions as required (for single valve only) green color. D. NDS 1730-18 with bolt down locking lid and extensions as required (use for two valves), green color. E. Use 10” round box for isolation valves and flush manifolds. 6” pit box for air/vacuum relief valves and flush valves. F. Lids to be labeled: Automatic control valves - ACV, master valve boxes - MV, gate valves - GV, etc. 2.14 IDENTIFICATION A. Detectable marking tape: Christy’s 3” detectable marking tape consists of a minimum 5 mil overall thickness; five ply composition; ultra-high molecular weight; 100% virgin polyethylene; acid, alkaline and corrosion resistant. The tape shall have a 20-gauge solid aluminum foil core, encapsulated within 2.55 mil polyethylene backing. Tape tensile strength shall be in accordance with ASTM D882-80A and be not less than 7,800 psi. Tape legend—Caution Irrigation Line Below. TA-DT-3-GI. B. Valve Markers: Christy’s Identification Tags manufactured from polyurethane Behr Desopan, incorporating an integral attachment neck and reinforced attachment hole and will be capable of withstanding 180 lbs. pull force. Tag shall be approximately 2.25” x 2.75” in size. All lettering will be hot stamped in black and capable of withstanding outdoor usage. C. Valve Number Markers: The standard alphanumeric designations shall incorporate lettering 1 1/8” in height. Tag color will be yellow. Marking tag will be double side stamped with zone valve number. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-9 Bid Set D. Non-Potable Water Markers: Purple Christy’s marker with Suffix #009, ‘Warning Recycled Water Do Not Drink, Aviso Auga Impurano Tomar’ with non-potable water graphics. 2.15 BACKFILL MATERIAL A. Backfill around all irrigation heads: planting soil per planting specification. 2.16 Bedding material for use around all pipes and equipment as shown on the Details: native topsoil with no rocks or other debris more than 1-inch diameter or common builder’s sand except irrigation mainlines which will be bedded in common builder’s sand. A. 3/8” washed rock for valve box sump. 2.17 ACCESSORIES A. Vinyl Insulated Wire Connectors: Scotch-Lok #3570 or 3M-DBY, Direct Bury Splice Kit. B. Stainless Steel Clamps: 304 AISI stainless steel, one "ear" type. The "ear" shall be capable of being pinched with a pinching tool to secure the tubing around the insert barbed fitting. Interior clamp wall shall be smooth to prevent crimping or pinching of tubing. C. Pressure Gauge: Fluid filled pressure gauge; dial pressure registered from 0 to 200 psi. Ashcroft 1009 AL with one quarter inch (1/4") gage cock. PART 3 - EXECUTION 3.1 EXAMINATION A. Prior to starting work, schedule pre-construction meeting with Owner’s Representative. In addition, carefully inspect the preparatory work of other trades, and verify that such work is acceptable for the installation of the work of this Section. Report all unacceptable conditions to the Owner’s Representative. Do not begin work until unacceptable conditions have been resolved. Beginning of work constitutes Contractor acceptance of conditions. 3.2 LAYOUT A. Layout in accordance with plans and details as shown on the Drawings. Locate apparatus and equipment in planting areas where there is easy access for maintenance. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-10 Bid Set B. If minor changes in location of irrigation equipment are required, or are directed by the Owner’s Representative, work shall be accomplished by the Contractor at no additional cost to the Owner provided such changes are ordered before items or work directly connected to the same area are installed and provided no additional materials are required. 3.3 TRENCHING A. Trenches: Wide enough to allow a minimum of 12 inches between parallel PVC pipe lines. Prior to head installation trenches must be adequately tamped to prevent component separation due to settling. Pipe lines depths to provide the minimum cover from finished grade as follows: 1. 18” cover from top of main lines. 2. 12” cover from top of lateral lines. B. Exercise care when excavating trenches near existing trees. Where roots are one and a half inches (1-1/2") and greater in diameter are encountered hand excavate and tunnel. When large roots are exposed, wrap with heavy burlap for protection and prevent excessive drying. Trenches dug by machines adjacent to trees having roots one and a half inches (1-1/2") and less in diameter shall have the sides hand trimmed making a clean cut of the roots. Trenches having exposed tree roots shall be back-filled within twenty-four (24) hours unless adequately protected with moist burlap or canvas. C. The top six inches (6") of soil shall be kept separate from subsoil and shall be replaced as the top layer when backfill is made. D. Excavate trenches with vertical sides and no wider at any point than is necessary to lay the pipe or install equipment. Locate outside of paved areas wherever possible. E. Materials unsuitable for bedding of pipe to be removed to a depth 4" below trench bottom, and replaced with suitable bedding. F. All trenches must be straight, with appropriate pipe-fittings used to allow pipe to be laid without undue bending and not have abrupt changes in grade. G. The trench bottom must be free of rocks or sharp-edged objects. 3.4 BRASS PIPE AND FITTINGS A. Brass pipe shall be installed in accordance with the local Plumbing Code and as shown on the Drawings. B. Teflon tape all male threads to prevent leaks and corrosion. C. Wrap all brass pipes with black PVC tape where they pass through grouted openings in concrete vaults. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-11 Bid Set 3.5 PIPE AND FITTINGS A. Cut PVC pipe ends at 90 degrees to the pipe length and clean all cutting burrs prior to cementing. Use of a deburring tool is highly recommended. Wipe pipe ends clean. Apply primer to both fitting and pipe end. Apply a light coat of cement on the inside of the fitting and a heavier coat on the outside of the pipe. Insert pipe into the fitting and given a quarter turn to seat the cement. Wipe excess cement from the outside of the pipe. Test pipe as indicated elsewhere in these specifications. Backfill the center of the pipe lengths until the pressure test is complete. B. Cure all welded joints at least 15 minutes before moving and 24 hours before water is permitted in the pipe. C. Ensure that the inside of the pipe is absolutely clean. Protect any pipe ends not being worked on. Cleaning of cutting burrs is MANDATORY. D. Where possible install PVC lines and valves adjacent to planter bed edges. E. Provide pipe sleeves double the diameter of the enclosed irrigation line(s). Use Schedule 40 PVC pipe for sleeves. Install “link-seal” around interior pipe in sleeves to prevent soil erosion from planter bed. F. Exercise care in handling, loading, unloading and storing to avoid damage. The pipe and fittings shall be stored under cover, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat, so as not to be subject to undue bending or concentrated external load at any point. Any pipe that has been dented or damaged shall be discarded until such damage has been cut out and the pipe is rejoined with a coupling. G. Appropriate primer shall be used with solvent glue. Solvent welded joints shall be given at least fifteen (15) minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping. No water shall be permitted in pipe until a period of at least 24 hours has elapsed for solvent weld setting and curing. H. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. Use Teflon tape on all male threads. I. Great care must be taken to ensure the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 3.6 PIPE SLEEVES A. Place Schedule 40 main line in PVC Schedule 40 sleeves under all paved areas, drives and roads. Sleeve shall be at least 2x larger than pipe diameter. B. Place one pipe per sleeve. C. If sleeves are parallel to each other, offset minimum 18” from each other. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-12 Bid Set D. Place Schedule 40 lateral lines in PVC Schedule 40 sleeves at least 2x larger than the pipe diameter under all paved areas, drives and roads. E. Sleeve trenches shall be back-filled with approved backfill material (6 inches minimum above and 4 inches below the pipe) and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in firm unyielding condition. All trenches shall be left flush with the adjoining grade. F. Extend sleeves twelve inches (12”) minimum beyond back edge of curbs and pavement. Provide temporary seal for pipe ends and mark locations at grade with wood stakes. 3.7 RISERS AND SWING JOINTS A. All pop-up sprinkler heads and quick coupler swing joints must be constructed according to the Details. B. Minimum riser size shall be the pipe size of the sprinkler head. C. All threaded joints are to have Teflon tape (approved for PVC pipe) applied to male threads only. D. Risers are to be capped after installation in preparation for pressure testing. E. All pop-up sprinkler heads and quick couplers shall have swing joints that allow the head to be set perpendicular and flush with finish grades. 3.8 QUICK COUPLING VALVE A. Install in 10” diameter valve box as shown in the Details. 3.9 AUTOMATIC VALVES A. Flush supply lines before installing automatic valves. Install one union upstream of valve in manifold. Use valve box extensions to ensure that box extends a minimum of 5 inches below the bottom of the box valve. Leave valve pit with a clean layer of gravel in the bottom with 4-inch clearance (min.) between gravel and bottom of valve. 3.10 CONTROL WIRES A. Install in accordance with local code. B. Control wires shall be taped together at five (5) foot intervals with black electrical tape; then this bundle shall be snaked along the bottom of the supply lines to allow for slack in the line for repairs. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-13 Bid Set C. All splices must be contained within the valve box where a valve is installed. Allow 36” minimum expansion coils for each connection so that the valve bonnet may be removed and placed outside the box for maintenance. All splice to be made with vinyl insulated connectors and sealed in epoxy resin, Scotchlock No. 3570 or DBY connectors. D. Place control wires in trench prior to placing pipe. Cover control wires with minimum 2” of approved backfill. E. Tie a loose 36 inches long loop in all wiring at changes of direction greater than 30 degrees. Untie all loops after all connections have been made. F. One unconnected spare orange control wire (one spare wire for each 4 valves) is to be run from the controller through each intermediate control valve box. Provide a thirty- six inch (36") long, loop in each box. Where control valves run in opposite directions from the controller, run a separate spare wire in each direction. G. Minimum size of wire is to be determined strictly by the following chart: H. The control wires shall be color coded as follows: Neutral or common wire – White, Lead-in wire – Black, Extra wire – Orange. I. Control wires shall be installed in 2-inch minimum gray PVC schedule 40 sleeve under all paved areas. J. All wires shall be brought to the irrigation controller. Bring wires into the box through the conduit. 3.11 AUTOMATIC CONTROLLERS A. Final location of controller approved by Owner’s Representative. The 120-volt electrical power to the controller is to be furnished by a licensed electrician. Irrigation Contractor is responsible for the low voltage valve electrical hookup. B. Install irrigation controller & cabinet per manufacturer's specifications and details. C. A diagram of schedule shall be posted in the controller to facilitate the selection of the valves to be operated. D. Install all control equipment in controller cabinet per manufacturer's specifications. 3.12 RAIN SENSOR A. Install per manufacturer’s written specification. Final location shall be approved by Owner’s Representative. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-14 Bid Set 3.13 SYSTEM FLUSHING A. Flush entire system prior to the installation of valves and sprinkler heads components. 3.14 POP-UP SPRINKLER HEADS A. Install per details. Spacing of heads shall not exceed spacing shown on the Drawings for any reason. B. Heads along curbs, walks, paving, etc. shall be placed 1/2 inch above finish grade and no closer than 4 inches from paving edge. C. All heads shall be set perpendicular to finish grade unless otherwise designated on the Drawings. D. Backfill around heads per the Details. 3.15 BACKFILLING A. Back-filling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short time before back-fill, or by back-filling in the early part of the morning before the heat of the day. B. Mainlines shall be bedded in common builder’s sand. C. In refilling the trenches, the fill around, 4 inches below, and 6 inches above the pipe and fittings shall be suitable bedding material or sand, as required, and tamped. The remainder of the backfill shall contain no lumps or rocks larger than one inch. A twelve-inch separation is required between all pipes when more than one pipe occupies the trench. D. All roots, rocks and surplus excavation shall be removed from the site unless otherwise directed. Any turf areas buried under ditch excavation shall be raked clean of any excavated material. E. Trenches under roads or paved areas shall be back-filled and tamped with a mechanical tamper in successive six-inch (6") lifts. Paving shall be replaced to the satisfaction of the Owner’s Representative. F. Prior to completing backfill, place detectable marking tape directly above the installed lateral and supply mains and secure to pipe with tape for future line detection. Provide extra length to clearly expose ends in the valve boxes. G. If, for any reason, any part of the sprinkler system is back-filled before approved location, testing, or inspection is authorized, it must be completely uncovered and exposed until approved for back-filling by the Owner’s Representative. CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-15 Bid Set 3.16 PRESSURE TEST A. Notify the Owner’s Representative at least 72 hours prior to the test. B. Valves do not need to be installed for pressure test. Valve manifolds, quick couplers and drain valve swing joints may be capped. Purge all air from the mainline prior to testing. C. Hydrostatically test the mainline at a pressure of 150 psi. To be valid, all tests must be performed under the direction and supervision of the Owner’s Representative. Maximum allowable drop is 0 (zero) psi in a one-hour test. D. Hydro-static pressure test Lateral lines at test at existing static water pressure. Maximum allowable drop is 0 (zero) psi in a one-hour test. 3.17 CLEANING AND REPAIRS A. Repair or replace any damaged materials, surfaces, and finishes caused by Work of this Section to the satisfaction of the Owner and at no additional cost to the Owner. B. Clean up as each portion as Work progresses. Remove refuse and excess dirt from the site and legally dispose of it off-site. All walks and paving shall be swept down. 3.18 PERFORMANCE TEST A. Request Owner’s Representative attendance at the system coverage test. Give a minimum of one-week prior notice. Prior to performance test, adjust valves, check emitters, check for leaks and coverage. B. Perform a system coverage test for each zone, in the presence of the Owner’s Representative. Repair any clogged or damaged irrigation components. Correct all deficiencies, without additional cost, until the system is approved by the Owner’s Representative. Test system for both manual and fully automatic operation. 3.19 BALANCE AND ADJUSTMENT A. Balance and adjust the various components of the sprinkler system so the overall operation of the system is most efficient. This includes a synchronization of the controller, adjustments to pressure regulations, pressure relief valves, part circle sprinkler heads and individual station adjustments on the controller. 3.20 MAINTENANCE TRAINING A. Schedule a training session for the Owner’s maintenance personnel for the operation of the system. Furnish sufficient training to the Owner’s personnel in the operation, maintenance, and winterization of the system. The Owner’s Representative will be notified of this session at least 72 hours in advance and may be part of the training CITY OF KENT SECTION 32 84 00 WEST FENWICK PARK Irrigation 32 84 00-16 Bid Set session. The Contractor shall be liable for all damages or losses resulting from failure to comply with the provisions of this paragraph. 3.21 WINTERIZATION A. Deactivate and drain the system prior to the onset of the freezing season and reactivate at the onset of the spring season. Accomplish each at least once during the warranty period. If construction is completed when the system is not in use, winterize after testing. Certify by letter the dates of winterization/activation. Repair damage from failure to comply. B. When using compressed air to winterize the system, do so in short cycles at no more than 40-psi air pressure. Do not allow pipe close to the compressor to get hot to the touch. 3.22 FINAL APPROVAL A. Upon completion of all tests, final approval for the system will be contingent upon Contractor providing signed and approved sprinkler/plumbing/health/electrical permits as may be applicable, as well as reproducible “as-built” drawings and three-ring binders of all catalog cuts/manufacturer’s instruction/maintenance and operation information as well as complete sets of all tools and keys required. END OF IRRIGATION SECTION CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Description: 1. Furnish all materials, equipment, and labor necessary for preparation, seeding, fertilizing, mulching, and protection of hydroseeded areas. For type of seed and requirements for planting soil see the Drawings and/or other sections of these Specifications. B. Related Sections: 1. Section 31 12 00 Earthwork 2. Section 31 11 00 Clearing and Grubbing 3. Section 32 80 00 Irrigation 4. Section 32 19 13 Soil Preparation 5. Section 32 93 00 Landscape Plants 1.02 QUALITY ASSURANCE A. The seed shall be furnished in containers that show the following information: seed name, lot number, net weight, percentage of purity, germination, weed seed and inert material. Seed that has become wet, moldy, or otherwise damaged will not be accepted. Seed shall conform to the requirements of the Washington State seed law and when applicable the Federal Seed Act, and shall be "certified" grade or better. 1.03 SUBMITTALS A. Seed Mix: Complete analysis including purity test data and germination test dates for each cultivar used. B. Seed vendor's certification for required grass seed mixture, indicating percentage by weight and percentages of purity, germination and weed seed for each grass species. C. Seed vendor’s recommendations for fertilizer if available. D. Mulch and tackifier: Submit source and type to be used. E. Fertilizer: Source and type to be used. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver seed and fertilizer materials in original unopened containers showing weight, analysis, and name of manufacturer. Store the seed in such a manner that will prevent the wetting and deterioration of the seed. CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-2 Bid Set 1.05 FIELD QUALITY CONTROL A. Grading Inspection 1. Rough grading to be inspected and approved by the Owner’s Representative prior to placing planting soil. 2. Finish grading to be inspected and approved by the Owner’s Representative prior to seed application. B. Inspections 1. The contractor to request a Substantial Completion inspection upon completion of the work. Upon completion of punch list, documentation of Final Completion will be made in writing by the owner. 2. Final Acceptance will be at the end of the one year warranty period, and after all required repairs have been made. 1.06 GUARANTEE AND REPLACEMENT A. Hydroseeding to be guaranteed per the contract documents. B. Seeded areas must have a relatively uniform stand of grass with no bare spots over 6" square at the time of Final Completion. Reseed at the original rate and fertilize as recommended by seed manufacturer. All areas failing to vigorously establish within 90 days after germination or a growing season whichever is longest for any reason whatsoever to be redone. PART 2 - PRODUCTS 2.01 SOIL PREPARATION A. Soil Preparation shall be installed per the requirements of Section 32 19 13 - Soil Preparation. 2.02 FERTILIZER AND SOIL AMENDMENTS: A. Dolomite Lime shall be applied to all soil preparation for all seeded areas. B. Organic Amendment; See section 32 19 13 Soil Preparation. C. Lawn installation fertilizer, 15-22-15, including 50% slow release nitrogen, or mix as recommended by seed supplier. D. General lawn fertilizer, 25-5-15, or mix as recommended by seed supplier. 2.03 MULCH A. Mulch to be wood cellulose fiber from Alder, containing no growth or germination inhibiting substances; a soil binding agent (tackifier) is required; mulch to be dyed a suitable color to facilitate placement. CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-3 Bid Set 2.04 SOIL BINDING AGENT A. Soil binding agent to consist of non-toxic, biodegradable materials which are environmentally safe such as ESI - TAK or approved equal. 2.05 SEED A. Approved sources: 1. Direct Seed Sales, Issaquah, 425.466.1350, www.directseedsales.com 2. Sunmark Seeds, 503.241.7333, www.sunmarkseeds.com 3. Or approved equal. B. Seed to be the following: 1. Hydroseed: ‘Meadow Mix’ a. Mix as indicated on Drawings. b. Mixes shall be applied in accordance with manufacturers written directions which shall be submitted for Owner’s Representative’s approval, a minimum of 2 Working Days prior to application. Written directions shall include rate of application and the incorporation of specific species of grass seed components when appropriate to achieve adequate erosion control protection while maximizing flower display and regeneration. 2. Hydroseed: ‘Turf Mix’ a. Mix as indicated on Drawings. 3. Hydroseed: ‘Pond Mix’ a. Mix as indicated on Drawings. C. Seed mixes to meet the following: 1. 98% minimum purity 2. 90% minimum germination rate 3. 0.5% maximum weed seed PART 3 - EXECUTION 3.01 PREPARATION: A. All soil preparation operations, compaction and clean-up of debris to be done prior to seeding per Section 32 19 13 - Soil Preparation. 3.02 CULTIVATION: A. Cultivation shall be executed in conjunction with the requirements of Section 32 19 13. Cultivation may be done by farm disc, harrow or other suitable equipment approved by the Owner’s Representative. Prior to cultivation apply dolomite limestone at the rate of 50 lbs. per 1,000 square feet and cultivate to a depth of 4 inches (if required by soil test or as directed by the Owner’s Representative). CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-4 Bid Set 3.03 SOIL PLACEMENT: A. Soil placement shall be executed in conjunction with the requirements of Section 32 19 13. When specified, amendments or prepared soils shall be evenly spread in the locations and to the depths shown on the Drawings. After soil has been spread, all large clods, rocks and debris greater than 1" in any dimension, shall be removed. Soil shall not be placed when the ground is frozen, wet or in a condition detrimental to the work. 3.04 COMPACTION: A. Compact with sheeps foot roller, cleated crawler tractor, vibratory roller, or equipment approved by owner. Equipment must produce 150-300 pounds per square inch of ground pressure. B. Compaction shall produce a uniform rough textured surface free of tire ruts, depressions and low spots, and be ready for seeding and mulching. A minimum of four passes is required. After compaction, finish grade shall be flush with the top of curbs, catch basins and other structures.Watering: C. If required by the owner, water to be provided to condition the soil for compaction or to provide dust control. Water to be furnished and applied from on-site supply or by watering truck if necessary. 3.05 SEEDING: A. Ensure equipment has been flushed and is free of any previous seed. B. Seed, Lawn Starter Fertilizer and Hydromulch shall be applied in slurry in one operation with approved hydraulic equipment. Apply materials at the following rates: 1. Mulch - 3000 lbs. per acre. 2. Seed – 8-10 lbs. per 1,000 square feet. 3. Soil Binding Agent - 1 lb. per 1,000 square feet. 4. Lawn Starter Fertilizer - 1 lb. of N per 1,000 square feet of blended materials. C. Seeding shall not be done during windy weather (above 25 mph) or when the ground is overly wet (saturated) or frozen. Contractor shall give the Owner 48 hours notice of seeding operations. Seeding, fertilizing, and mulching of prepared areas shall be performed during the following time frames: 1. Hydroseeding shall be done from April 1 to May 31 or from September 1 to October 31. 2. No hydroseeding shall be done before or after these dates without the Owner’s Representative’s written approval. Written permission to seed from June 1 to August 31 may be granted only if automatic irrigation is available and operational at the site. Permission to seed from November 1 CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-5 Bid Set to March 31 will only be given when completion of the Project is imminent and the environmental conditions are conducive to acceptable growth. No seeding shall be done on weekends or legal holidays without written approval of the Owner’s Representative. 3. Application of pre-germinated seed, moisture retention agents and/or provision for supplemental watering may be required by the Owner’s Representative should the Contractor schedule this portion of the Work outside the time frames listed in item 1 immediately above. 4. All areas that are partially completed to grade, shall be prepared and seeded during the first available planting period and shall not be allowed to sit idle for long periods of time without receiving the erosion control specified in the Contract. 5. When environmental conditions are not conducive to acceptable results from seeding operations, the Owner’s Representative may order the Work suspended, and it shall be resumed only when the desired results are likely to be obtained. D. Equipment to utilize water as carrying agent utilizing continuous built-in agitation system. Equipment with a gear pump is not acceptable. E. Pump a continuous, non-fluctuating supply of homogenous slurry to provide a uniform distribution of material over designated areas. 3.06 MAINTENANCE AND ESTABLISHMENT A. Maintain seeded areas until grass is well established and exhibits a vigorous growing condition. B. Maintenance to include protection and watering until Final Completion. C. Maintenance: ‘Meadow Mix’ 1. A maximum of one mowing cycle only if weed control is necessary. 2. Establishment fertilizer as recommended by manufacturer. D. Maintenance: ‘Turf Mix’ 1. A minimum of four mowing cycles. 2. Weed suppression as needed, verify method with Owner’s Representative. 3. After the first mowing, turf shall be fertilized with specified Lawn Maintenance Fertilizer for lawns and athletic fields, at the rate of 1 lb. of N per 1,000 square feet of blended materials. E. Maintenance: ‘Pond Mix’ 1. No mowing required. 2. Provide weed suppression by hand as needed. 3. Establishment fertilizer as recommended by manufacturer. CITY OF KENT SECTION 32 92 19 WEST FENWICK PARK Hydroseeding Lawn Areas 32 92 19-6 Bid Set F. All weeds and grass clippings shall be removed from the site if requested by the Owner’s Representative. 3.07 ACCEPTANCE A. Inspection to determine Substantial Completion of seeded areas will be made by the Owner’s Representative upon Contractor’s request. Provide notification at least five (5) working days before requested inspection date. 1. Seeded areas will be accepted provided all requirements, including maintenance, have been complied with and grass is well established and exhibits a vigorous growing condition. 2. Areas failing to show a uniform stand of grass to be reseeded at the contractor’s expense. 3. Seeded areas that germinate with un-specified seed varieties shall be remedied at contractor’s expense including but not limited to removing germinated grass and re-applying hydroseed. B. Upon Final Completion, the owner will assume lawn maintenance. 3.08 CLEAN UP A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris, and equipment. Repair damage resulting from seeding operations. 3.09 WARRANTY AND REPLACEMENT A. All seeded areas must have a relatively uniform stand of turf grass or other seed mixes as specified with no bare spots over 6" square at the time of Substantial Completion. Reseed at the original rate and fertilize at the rates as for all blended materials. All areas failing to vigorously establish within 90 days after germination or one growing season (whichever is longest), shall be redone at the Contractor’s expense. END OF HYDROSEEDING LAWN AREAS SECTION CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-1 Bid Set PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Trees. 2. Shrubs. B. Related Sections: 1. Section 31 11 00 Clearing and Grubbing 2. Section 31 12 00 Earthwork 3. Section 32 19 13 Soil Preparation 4. Section 32 80 00 Irrigation 5. Section 32 92 19 Hydroseeding Lawn Areas C. Drawings, general provisions of the Contract, and Division 01 Specification sections, apply to this section. 1.02 REFERENCES A. Plant Grading: 1. American Association of Nurserymen. 2. American National Standards Institute (ANSI): ANSI-Z 60.l-l980 American Standard for Nursery Stock. B. Plant Material Identification: 1. Sunset Western Garden Book, current edition. 2. Hortus Third, L.H. Bailey, 1976. 3. Standardized Plant Names as adopted by the American Joint Committee on Horticultural Nomenclature, current edition. C. American Society for Testing and Materials (ASTM): 1. D75: Standard Practice for Sampling Aggregates. 2. D422: Standard Test Method for Particle-Size Analysis of Soils. 3. D1557: Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort. 4. D5268: Standard Specification for Topsoil Used for Landscaping Purposes. 1.03 SUBMITTALS A. Make submittals in accordance with Division 01. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-2 Bid Set B. Plant procurement list: 1. Not less than 60 days prior to installation, furnish a written schedule of the location, root condition, and size of all plants indicated on the drawings. Indicate plants that must be reviewed, approved, and dug while dormant. 2. Only plants grown in Hardiness Zone 1 through 6b as established by the USDA Plant Hardiness Zone Map, latest edition, will be accepted. C. Mulch Sample: Deliver in large size Ziploc bags to the project site for review at the Pre-Landscaping Conference. Include material source and sieve analysis. Samples shall be unaltered and of quantity sufficient to allow for proper inspection and review. D. Tree Ties and Stakes: Provide source and manufactures cut sheet. 1.04 QUALITY ASSURANCE A. Qualifications of Landscaping Subcontractor: Landscaping firm shall be active and experienced in landscape work of the type specified, and able to show evidence of successful completion of projects of similar scope. B. Comply with referenced standards for identification and grading of plant materials. All plants shall conform to the American Standard for Nursery Stock as to: 1. Health and vitality. 2. Condition of foliage. 3. Root system. 4. Freedom from pest or mechanical damage. 5. Plant form according to the accepted normal shape of the species. C. Pre-Landscaping Conference: 1. In conjunction with the procurement of plants specified herein, meet with the Owner’s Representative to discuss and verify contract requirements, schedule, local materials, and local planting methods. D. Planting Conditions: Do not install plants during excessive weather conditions including: frozen soil, overly saturated soil, high winds or extreme heat. 1.05 DELIVERY, STORAGE AND HANDLING A. Store plant materials from time of approval until delivery to job site for installation. B. Take adequate precautions to protect the plants during delivery, handling, and storage, and replace damaged plants at no additional cost to the Owner. C. Maintain all stored plants until delivery to job site for installation. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-3 Bid Set 1.06 SEQUENCING AND SCHEDULING A. Coordinate landscaping with work of other trades specified elsewhere. B. Do not perform landscaping work in areas subject to the subsequent work of other sections, unless approved otherwise. C. Perform work in accordance with the approved schedule specified in Submittals. If a schedule delay occurs, immediately notify the Owner’s Representative and revise and resubmit schedule. 1.07 SUBCONTRACTOR GUARANTEE A. In accordance Division 01 Specification sections, guarantee materials and workmanship for a period of one year following final acceptance. B. During the warranty period, the Subcontractor will not be held responsible for damage to properly installed plants resulting from excessive weather conditions, or other factors beyond the Subcontractor’s control. C. For plants requiring replacement, reinstate a one year warranty beginning from the date of replacement. D. Replacement: 1. Plants found in unsatisfactory condition, as determined by the Owner’s Representative, shall be removed from the site. All removed plants shall be replaced as soon as conditions permit within the normal planting season, at no additional cost to the Owner. 2. Perform all corrective procedures in accordance with contract requirements. 3. Exceptions: During the Warranty period, Contractor will not be held responsible for damage to properly installed plants resulting from vandalism, excessive weather conditions, negligence on the part of the Owner, or other factors beyond the Contractor’s control. 4. Warranty shall not include damage or loss of trees, plants, or groundcovers caused by fires, floods, freezing rains, lightning storms, or winds over seventy-five (75) MPH, winter kill caused by extreme cold and severe winter conditions not typical of the planting area as classified by the 2012 USDA Plant Hardiness zone map 5. Replacement plants shall be of the same variety, size and root condition as existing adjacent plant materials and shall include new growth that may have occurred since planting, such that replacement plants match existing plants of the same variety. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-4 Bid Set 1.08 MAINTENANCE A. Maintain the landscape work until 30 days after final acceptance. After that time, the Owner will become responsible for maintenance. B. Planting area maintenance work includes checking irrigation operation, weeding, cultivating, removing dead materials, resetting plants to proper grades or upright position, mowing, edging, and other operations necessary to the proper care of the landscape work. Minimum of one site visit every two weeks is required. PART 2 - PRODUCTS 2.01 EXTERIOR PLANTS A. Plant materials: Furnish nursery-grown trees, shrubs, groundcovers, vines, perennials and grasses complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Provide balled and burlapped, fabric bag-grown, or container-grown plant material as specified in the plant schedule. 2.02 PLANTING MATERIALS A. Slow Release Organic Fertilizers: See Section 32 19 31 Soil Preparation B. Mulch: 1. Mulch products must meet the following criteria: a. 100 percent shall pass through a 1-inch sieve when tested in accordance with WSDOT Test Method 602 and 603 (AASHTO T87 and T88). b. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test. c. Foreign material (plastic, mineral soils, concrete, metal etc.) shall be no more than 2 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material d. Compost material to a temperature adequate to kill weeds and weed seeds 2. Mulch Source: a. Mulch from recycled site debris: Coordinate with Clearing and Grubbing Section 31 11 00 to identify and prepare suitable organic debris for use as mulch on site. Submit sample for testing and apply nitrification agent as recommended. b. Cedar Grove or approved substitute. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-5 Bid Set 2.03 PLANTING ACCESSORIES A. Tree Stakes: 1. 2” diameter Lodgepole Pine doweled tree stakes, 8 feet long. B. Tree Ties: 1. “Chainlock” Tree Tie, 1” thick, black. PART 3 - EXECUTION 3.01 EXTERIOR PLANTING A. Install per locations indicated on Drawings. B. Bed Establishment: 1. Loosen subgrade of planting beds to a minimum depth of 8 inches. 2. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 3. Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. 4. Spread planting soil mix to a depth of 8 inches, but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. 5. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Trees and Shrubs: 1. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. Excavate approximately three times as wide as ball diameter. 2. Set trees and shrubs plumb and in center of pit or trench with top of root ball flush with adjacent finish grades. a. Balled and Burlapped: Remove burlap and wire baskets from tops of root balls and partially from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-6 Bid Set b. Container grown: Carefully remove root ball from container without damaging root ball or plant. Loosen girdled or circling roots and scarify rootball. c. Fabric Bag Grown: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. d. Bare root: Carefully remove packing materials and soak roots in water 3 to 6 hours. Prune dead or damaged roots. Do not allow roots to dry out. Mound soil in the bottom of the planting hole to near ground level and gently spread roots to cascade down over the sides of the mound. e. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. D. Tree and Shrub Pruning: Prune and thin trees and shrubs according to standard horticultural practice. Do not over prune. Prune trees to retain required height and spread. Do not cut tree leaders; remove only injured or dead branches from trees. Prune shrubs to retain natural character. Shrub sizes indicated are sizes after pruning. E. Ground Covers, vines, perennials and grasses: 1. Set out and space ground cover and plants as indicated. 2. Dig holes large enough to allow spreading of roots, and backfill with planting soil. 3. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. 4. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. 5. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. F. Planting Bed Mulching: 1. Mulch backfilled surfaces of planting beds and other areas indicated. Apply average thickness of mulch as indicated in the Drawings, and taper level with adjacent finish grades. Taper mulch to 1” depth at trunks or stems. G. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. CITY OF KENT SECTION 32 93 00 WEST FENWICK PARK Landscape Planting 32 93 00-7 Bid Set H. Properly protect all plantings from the harmful effects of wind, unusual weather, construction activities, and abuse until final acceptance. I. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property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±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¶VUHFRPPHQGDWLRQV 75(1&+'5$,16 $7UHQFKGUDLQVVKDOOEHLQVWDOOHGLQFRQIRUPDQFHZLWKWKHFRQWUDFWGUDZLQJVDQG WKHPDQXIDFWXUHU¶VUHFRPPHQGDWLRQV )5(1&+'5$,1 $,QVWDOOGUDLQSLSHSHDJUDYHODQGJHRWH[WLOHILOWHUIDEULFLQFRQIRUPDQFHZLWKWKH FRQWUDFWGUDZLQJV &/($12876 $&OHDQRXWVVKDOOEHSHUFRQWUDFWGUDZLQJVDQGVKDOOEHLQVWDOOHGLQFRQIRUPDQFH ZLWK6HFWLRQRIWKH:6'276WDQGDUG6SHFLILFDWLRQV ,1),/75$7,216<67(06 $'U\ZHOOVKDOOEHLQVWDOOHGLQFRQIRUPDQFHZLWK6HFWLRQRIWKH:6'27 6WDQGDUG6SHFLILFDWLRQVDQGWKHPDQXIDFWXUHU¶VUHFRPPHQGDWLRQV %7KH LQILOWUDWLRQ FKDPEHU V\VWHPV VKDOO EH LQVWDOOHG DFFRUGLQJ WR WKH PDQXIDFWXUHU¶V UHFRPPHQGDWLRQV DW HOHYDWLRQV DQG ORFDWLRQV VKRZQ RQ WKH FRQWUDFWGUDZLQJV ,'(17,),&$7,21 $,QVWDOOGHWHFWDEOHZDUQLQJWDSHDQGWUDFHUZLUHGLUHFWO\RYHUSLSLQJDQGDWRXWVLGH HGJHVRIXQGHUJURXQGVWUXFWXUH6HH6HFWLRQ³(DUWKZRUN´IRUGHWHFWDEOH ZDUQLQJWDSHDQGWUDFHUZLUHPDWHULDOUHTXLUHPHQWV &/($1,1*$1'7(67,1* $$OOVWRUPGUDLQSLSHVDQGVWUXFWXUHVVKDOOEHFOHDQHGDQGWHVWHGLQDFFRUGDQFH ZLWKWKHORZSUHVVXUHDLUPHWKRGVSHFLILHGLQ6HFWLRQRIWKH:6'27 VWDQGDUGVSHFLILFDWLRQV (1'2)67250'5$,1$*(6(&7,21 5IJTQBHFJOUFOUJPOBMMZMFGUCMBOL KENT SPECIAL PROVISIONS WEST FENWICK PARK RENOVATION 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public ................. 1-14 1-08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-26 DIVISION 2 EARTHWORK .......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-5 2-06 Subgrade Preparation ...................................................... 2-5 2-07 Watering ....................................................................... 2-6 2-12 Construction Geosynthetic ................................................ 2-6 DIVISION 4 BASES .................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 4-06 Asphalt Treated Base ...................................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment .......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 5-05 Cement Concrete Pavement ............................................. 5-19 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-01 Drains ........................................................................... 7-1 7-02 Culverts ........................................................................ 7-1 7-04 Storm Sewers ................................................................ 7-2 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-3 7-08 General Pipe Installation Requirements .............................. 7-9 7-09 Water Mains ................................................................... 7-15 7-12 Valves for Water Mains .................................................... 7-21 7-13 Adjusting Water Mains ..................................................... 7-24 7-14 Hydrants ....................................................................... 7-25 7-15 Service Connections ........................................................ 7-27 7-17 Sanitary Sewers ............................................................. 7-33 7-18 Side Sewers ................................................................... 7-39 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-6 8-04 Curbs, Gutters, and Spillways ........................................... 8-14 8-06 Cement Concrete Driveway Entrances ................................ 8-14 8-09 Raised Pavement Markers ................................................ 8-15 8-12 Chain Link Fence and Wire Fence ...................................... 8-17 8-13 Monument Cases ............................................................ 8-18 8-14 Cement Concrete Sidewalks ............................................. 8-19 8-18 Mailbox Support ............................................................. 8-20 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ............................... 8-21 8-21 Permanent Signing .......................................................... 8-24 8-22 Pavement Marking .......................................................... 8-25 8-23 Temporary Pavement Markings ......................................... 8-28 8-26 Bollards ......................................................................... 8-28 8-27 Handrails ....................................................................... 8-29 8-28 Pothole Utilities .............................................................. 8-30 8-30 Project Signs .................................................................. 8-31 8-31 Bored or Jacked Crossings................................................ 8-32 8-32 Undergrounding of Electrical Facilities ................................ 8-34 DIVISION 9 MATERIALS ............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-16 Fence and Guardrail ........................................................ 9-9 9-28 Signing Materials and Fabrication ...................................... 9-9 9-29 Illumination, Signal, Electrical ........................................... 9-10 9-30 Water Distribution Materials ............................................. 9-20 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 1 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 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 Standard Specifications”). Otherwise all 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 Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the 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, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 2 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder’s 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. The current edition of the “National Electrical Code.” Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, “DEFINITIONS” IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms “incidental to the project,” “incidental to the involved bid item(s),” etc., 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 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 includes the City’s review of the qualification information in the bid documents. The City will use this qualification data in its decision to WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 3 determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, 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 a “Bid Proposal” for the advertised project by downloading at no charge at KentWA.gov/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 bidder’s or the City’s technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder’s sole 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: 1-02.7 Bid Deposit WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 4 A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier’s check, or a proposal bond (Surety bond). Any proposal bond shall be on the City’s bond form and 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 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 accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 5 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: 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 REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 6 1-04 SCOPE OF THE WORK 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 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. 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: WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 7 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 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 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: 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 Contractor’s use. 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 Contractor’s sole responsibility 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 8 The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work 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 1. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 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 Contractor’s failure to promptly 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 9 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 Contractor’s unauthorized work. 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 City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 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 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 10 Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 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 parties’ contract, the Contractor shall furnish to the Contracting 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 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 support of the Engineer’s effort to 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 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 2020 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 City evaluates the Contractor’s qualifications or pre- qualifications 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 11 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, 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 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. Contractor’s name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 12 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 of 21 days for the Engineer’s 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, 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 following for the Engineer’s review: 1. Shop Drawings: 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. 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 manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 13 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 Contractor’s letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, 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. 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. “APPROVED AS SUBMITTED” – Accepted 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. 2. “APPROVED AS NOTED” – 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. “AMEND AND RESUBMIT” – 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 14 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 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and 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 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply 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 SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 1-07.4(2) COVID-19 JOB SITE REQUIREMENTS A. Before commencing any work on the Project site, the Contractor shall develop and post at each job site a comprehensive COVID-19 exposure control, mitigation, and recovery plan that complies with the Phase 1 Construction Restart COVID-19 Job Site Requirements issued by the Governor, or subsequent modifications or phase amendments as the Governor may issue. Contractor must further meet and maintain all requirements of the plan, including providing materials, schedules, and equipment required to comply with those job site requirements or any future adjustments that may be made to job site requirements by the Governor or any applicable federal or state agency during the COVID-19 emergency. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 15 B. A copy of the COVID-19 job site safety plan, along with the identification and contact information for the COVID-19 Supervisor, shall be provided to the Engineer. 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 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. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 16 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 Contractor shall submit an “Apprentice Utilization Plan” within 30 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 submit a “Monthly Apprentice Reporting Form” on 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 Contractor’s 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, 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). WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 17 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 Contractor’s 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 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 18 SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the “SPCC Plan” bid item is present in only one bid schedule, the lump sum payment item for the “SPCC Plan” in that one schedule will 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 costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 19 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 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 Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Puget Sound Energy Electric Hong Nguyen 425-449-6609 (cell) Hong.Nguyen@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 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 20 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 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. 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 21 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. 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 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 22 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 the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 23 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. 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: 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 24 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 receives the Contractor’s written notice to protest. In any event, no protest will be allowed later than the date of the Contractor’s signature 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. 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: 1-09.9(2) City’s Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 25 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 Contractor’s failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the 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 Contractor’s right to seek an appeal of the City’s decision. The City’s decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor’s right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 26 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 SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” 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 Control Devices” includes: 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 27 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for “Portable Changeable Message Sign (PCMS)” per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item “Traffic Control Labor.” The unit contract price for “Sequential Arrow Sign (SAS)” per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item “Traffic Control Labor.” The unit contract price for “Traffic Safety Drum” per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 28 Drums damaged by the Contractor, due to the Contractor’s operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item “Traffic Control Labor.” The unit contract price for “Transportable Attenuator” per each shall be full pay for furnishing a truck with transportable attenuator attached, transporting the transportable attenuator to and from the project, and when the transportable attenuator is in use but not manned. The unit contract price for “Operation of Transportable Attenuator” per day shall be full pay for each hour the transportable attenuator is manned and operated. All costs for repairing or replacing transportable attenuators damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for “Repair Transportable Attenuator” and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Transportable attenuators damaged due to the Contractor’s operation shall be repaired or replaced by the Contractor at no expense to the City. The unit contract price for “Type III Barricade” per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP’s), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item “Traffic Control Labor”. The unit contract price for “Temporary Barrier” per linear foot will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP’s), or as ordered by the Engineer, or moving barriers to or from temporary storage, as approved by the Engineer, will be paid under the item “Traffic Control Labor.” All costs for providing, repairing or replacing temporary (static) “Impact Attenuator” damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for temporary “Impact Attenuator” and has entered the amount in the Proposal to become a WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 1 PAGE 29 part of the total bid by the Contractor. Impact Attenuators damaged due to the Contractor’s operation shall be repaired or replaced by the Contractor at no expense to the City. 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 Contractor’s contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City’s Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 1 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 Contractor’s operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. 2. The salvaged materials 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 Contractor’s operations shall be replaced, restored, or repaired at the Contractor’s sole expense. The Engineer’s determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor’s removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 2 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 pavement, or within the City’s stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 3 The unit contract price per square yard for “Remove Existing Asphalt Concrete Pavement” constitutes 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: 8 100’ x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for “Remove Existing Cement Concrete Pavement” constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete 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: 8 100’ x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for “Remove Cement Concrete Sidewalk” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Curb and Gutter” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Extruded Curb” constitutes complete compensation for furnishing all WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 4 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. “Removal of Traffic Islands and/or Traffic Curb,” lump sum. The unit contract price per lineal foot for “Remove Existing Storm Sewer Pipe or Culvert” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for “Remove Existing Catch Basin or Manhole” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, 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. “Saw Cut Existing Asphalt Concrete Pavement” “Saw Cut Existing Cement Concrete Pavement” The unit price contract price per lineal foot for the above items 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 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 costs of other types of pavement cutting, such as “wheel cutting”, shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 5 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 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 6 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. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 2 PAGE 7 drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for “Geotextile Fabric, Non- Woven” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 1 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 ton for “Gravel Borrow, Including Haul and Compaction” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 2 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 “Crushed Surfacing Top Course, 5/8 Inch Minus” “Crushed Surfacing Base Course, 1-1/4 Inch Minus” The unit contract price per ton for the above items 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. DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-06 ASPHALT TREATED BASE 4-06.3 Construction Requirements SECTION 4-06.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-06.3(6) Spreading and Finishing WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 3 ATB shall be compacted in lifts not to exceed 4 inches unless otherwise directed. SECTION 4-06.3(7) IS REVISED BY REPLACING THE FIRST SENTENCE WITH THE FOLLOWING: 4-06.3(7) Density ATB shall be compacted to a density of at least 85 percent of maximum theoretical density (rice density). SECTION 4-06.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 4-06.5 Payment The unit contract price per ton for “Asphalt Treated Base” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the asphalt treated base as shown on the plans and described in the specifications. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 4 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 LQδWKHδ3ODQV7KHPDQXIDFWXUHRI+0$PD\LQFOXGHZDUPPL[DVSKDOW:0$ 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 EHδUHTXLUHGPL[HGLQWKHSURSRUWLRQVVSHFLILHGWRSURYLGHDKRPRJHQHRXVVWDEOH DQGδZRUNDEOHδPL[WXUH 5-04.2 Materials 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) WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(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 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: x Develop the mix design in accordance with WSDOT SOP 732. x Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 6 x Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. x Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. x Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. x Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. x 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. x 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. The Contracting Agency’s basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture [see Section 5-04.3(9)] Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC-8 The Contracting Agency will 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 for compliance with Sections 9-03.8(2) and 9-03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC-8, at 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 days of receipt of the Contractor’s certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 7 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. Nonstatistical 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; x The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. x 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. x 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 Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource 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). WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 8 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 Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of 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 (ESAL’s) specified 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: x Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. x Before using additives, obtain the Engineer’s 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 October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface 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 (Feet) Wearing Course Other Courses Less than 0.10 Ń) Ń) 0.10 to 0.20 Ń) Ń) More than 0.20 Ń) Ń) WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 9 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section VKDOOδDSSO\ 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 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 10 the drier to automatically register or indicate the temperature of the heated DJJUHJDWHV7KLVδGHYLFHVKDOOEHLQIXOOYLHZRIWKHSODQWRSHUDWRU 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 process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with DQδLQWHUQDOO\heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving VHFWLRQVKRZQLQδWKHδ3ODQV 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 11 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 screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the PL[WXUH$δFRS\RIWKHPDQXIacturer’s 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 YLEUDWRU\VFUHHGVKDOOQRWEHXVHGLQWKH7UDYHOHGδ:D\ 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. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD/V is not required for HMA placed in irregular shaped and minor areas such as tapers and turn lanes. The MTD/V shall 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 12 length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. 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. Additionally, a material transfer device or vehicle (MTD/V) is not required at the following locations: 1. 2. 3. 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. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 13 Preleveling of uneven or broken surfaces over which HMA is to be 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. 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 Contractor’s operation damages 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 the HPXOVLILHGDVSKDOWδPDQXIDFWXUHU 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 14 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 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 the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, 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 Contractor’s method of sealing the cracks with 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. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 15 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 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 the Contractor’s operations shall be repaired by the Contractor to the 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. 5-04.3(5)A Vacant WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 16 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. 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 IDFLOLW\LVEHLQJHPSWLHGDWWKHHQGRIWKHZRUNLQJδVKLIW 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: HMA Class 1” wearing course/final lift 0.17 feet other courses 0.35 feet WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 17 HMA Class ¾” and HMA Class ½” wearing course/final lift 0.17 feet other courses 0.25 feet +0$&ODVVƘ´ 0.17 feet 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. 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: WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 18 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 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 Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 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 –SHUFHQWIRUWKHDJJUHJDWHSDVVLQJWKHòļļôļòļ ƘļDQGWKH1RVLHYHVSHUFHQWIRUDJJUHJDWHSDVVLQJWKH1R 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 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 19 HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 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 one day’s 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 Contractor’s request after the Engineer is satisfied that material 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: x If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. x If test results are found not to be within specification 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 20 Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. 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 Factor “f” All DJJUHJDWHSDVVLQJòļļôļòļƘļDQG1RVLHYHV 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 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 21 If a constituent is not measured in accordance with these Specifications, LWVδLQGLYLGXDOSD\IDFWRUZLOOEHFRQVLGHUHGLQFDOFXODWLQJWKH&RPSRVLWH 3D\δ)DFWRUδ&3) 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, Va. The results of the retest 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 Specifications, LWVδLQGLYLGXDOSD\IDFWRUZLOOEHFRQVLGHUHGLQFDOFXODWLQJWKH&RPSRVLWH 3D\δ)DFWRUδ&3) 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 22 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 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. If the Contract includes the Bid item “Roadway Core” the cores shall be 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 the Contract does not include the Bid item “Roadway Core” the 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 Contractor’s request after the Engineer is satisfied that 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 for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 23 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. 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 compaction sequence shall generally be the Contractor’s option, 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 density. At the Engineer’s discretion, the Engineer may evaluate the 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 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 24 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 one day’s 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 at the Contractor’s request after the Engineer is satisfied that 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 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 DVWKHSURGXFWRI&3)WKHTXDQWLW\RI+0$LQWKHFRPSDFWLRQFRQWUROORWLQδWRQV and the unit Contract price per ton of mix. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 25 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 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 statistically evaluated as an independent lot in accordance with Section 1-06.2(2). WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 26 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 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. 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 27 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 manufacturer’s application procedure. 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 manufacturer’s application procedure. 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 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 RIWKHZHDULQJFRXUVHVKDOOQRWYDU\PRUHWKDQƗLQFKIURPWKe lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 28 When deviations in excess of the above tolerances are found that result from DδKLJKSODFHLQWKH+0$WKHSDYHPHQWVXUIDFHVKDOOEHFRUUHFWHGE\RQHRIWKH IROORZLQJδPHWKRGV 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 Engineer shall deduct from monies due or that may EHFRPHGXHδWRWKH&RQWUDFWRUWKHVXPRIIRUHDFKDQGHYHU\VHFWLRQRI VLQJOHWUDIILFODQHδIHHWLQOHQJWKLQZKLFKDQ\H[FHVVLYHGHYLDWLRQVGHVFULEHG 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 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 29 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 Contractor must repair any damage to the surface by the Contractor’s 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. 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 resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 30 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. 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’s activity start date. These plans must show how the moving 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 provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 31 scale 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 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 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 for each day’s work, must include the directions of proposed 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. 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. 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 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 32 operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they 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 part of that day’s operations, must meet with the Engineer and discuss 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. 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. 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. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 33 d. Description of contingency plans for that day’s operations 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 accordance ZLWKδ6HFWLRQδ-04. 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 34 The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1. TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3. Roadmat RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed below in Table 2.01. Submittals shall include independent confirmation of the material properties. Table 2.01 – Physical Properties of the asphalt interlay fabric Property ASTM Test Method Units Min. Avg. Roll Value Tensile Strength @ 0º Tensile Strength @ 90º D5035 lbs/in 200 200 Tensile Elongation % < 5.0 Melting Point (glass) D276 °F (°C ) 450º (232º) Asphalt Retention D6140 gal/yd² 0.10 Mass per Unit Area D5261 oz/yd² 4.0 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 °F) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. SURFACE PREPARATION All areas of base failure shall be removed and replaced to acceptable industry standards for the specific traffic loads and condition of the project. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 35 Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under “Crack Sealing.” In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks ¼” or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for e.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than ¼” depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the ¼” depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. B. Asphalt Binder 1. A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H –22 (PG64 -22) or higher. Sustained ambient temperatures (above 90º) may require a stiffer binder gradation like PG58V –22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 36 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Temperature of the hot asphalt binder shall be sufficiently high enough to permit uniform spray pattern and shall be between 350º F and 400º F. The air temperature shall be 50º F and rising for placement of the hot asphalt binder coat. C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. 1. Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4. Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1” height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 37 5. To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. No other material, such as asphalt release agents or diesel, shall be used for this purpose. 8. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10. Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1.5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1.5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11. Paving interlayer should never be installed when it or the pavement surface is wet. 13. The Contractor shall not place more interlay fabric on the roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric, WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 38 except that which is required for normal lapped joints, shall be exposed to traffic. 14. In the event of breakdown of the paving operation, the interlay fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor’s personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. 1. Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer’s approval. 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. 5-04.4 Measurement HMA Cl. ½” PG 58V-22, HMA for Pavement Repairs Cl. ½” PG 58V-22, and &RPPHUFLDO+0$ZLOOEHδPHDVXUHGE\WKHWRQLQDFFRUGDQFHZLWK6HFWLRQ-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or DQ\RWKHUFRPSRQHQWRIδWKHPL[WXUH If the Contractor elects to remove and replace mix as allowed by Section δ5-04.3(11), the material removed will not be measured. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 39 Asphalt Interlay Fabric will be measured by the square yard of asphalt surface area, which is satisfactorily covered, sealed and accepted. PG Tack for Pavement Reinforcement will be measured by the gallon of material for the installation of Asphalt Interlay Fabric, which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. 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 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. $VSKDOWIRUSULPHFRDWZLOOEHPHDVXUHGE\WKHWRQLQDFFRUGDQFHZLWK6HFWLRQδ- 09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, 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: “HMA Cl. ½” PG 58V-22”, per ton. “HMA for Pavement Repair Cl. ½” PG 58V-22”, per ton. “Commercial HMA”, per ton. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 40 The unit contract price per ton for the above items shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the Contract. The unit contract price per square yard for “Asphalt Interlay Fabric” constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed, furnishing and placing the interlay fabric and sand, and sand removal, in accordance with the requirements of these specifications. The unit contract price per gallon for “PG Tack For Pavement Reinforcement” constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in furnishing, applying, and documenting application of the hot asphalt binder, in accordance with the requirements of these specifications. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. The unit contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit contract price per ton for “HMA for Pavement Repair Cl. ½” PG 58V-22”, per ton. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. The unit contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(14). The unit contract price per square yards shall also include all costs incurred to stockpile or dispose of the bituminous pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. WEST FENWICK PARK RENOVATION, PK20-03 KENT SPECIAL PROVISIONS DIVISION 4 PAGE 41 “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)B. 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-05.5 Payment The unit contract price per cubic yard for “Cement Concrete Pavement - Including Dowels” shall include furnishing and installing epoxy coated dowel bars and tie bars, except those tie bars drilled into cement concrete pavement will be paid under the item “Epoxy-Coated Tie Bar with Drill Hole”. DIVISION 7 PAGE 1 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. 7-02 CULVERTS SECTION 7-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-02.2 Materials Pipe material for culverts shall be in accordance with Section 7-04.2 of the Kent Special Provisions except that PVC pipe cannot be used for culvert pipe. SECTION 7-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-02.5 Payment The unit contract price per lineal foot for “Culvert Pipe, Inch Diameter” shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. Costs to furnish and install pipe grates or trash screens at the end of the culverts shall be included in the bid item price. Reference Kent Standard Plan 5-20. DIVISION 7 PAGE 2 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 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. 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 foot for “Storm Sewer Pipe, Inch Diameter” shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe DIVISION 7 PAGE 3 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. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron 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. DIVISION 7 PAGE 4 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: “OUTFALL TO STREAM, DUMP NO POLLUTANTS” SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the 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 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. DIVISION 7 PAGE 5 On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED 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 Contractor’s sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. DIVISION 7 PAGE 6 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’s sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. 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: 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 “Special Shallow Manhole, Inch Diameter” DIVISION 7 PAGE 7 “Manhole Under 12 Feet, Type 1 Inch Diameter” “Manhole 12 Feet to 20 Feet, Type 1 Inch Diameter” “Manhole Over 20 Feet, Type 1 Inch Diameter” The unit contract price per each for the above items constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. The unit contract price per vertical feet for “Sewer Drop Connection, 8 Inch Diameter” constitutes complete compensation to install the complete outside non-encased drop connection (or inside drop when specified on the Drawings or special details), including, but not limited to: excavation, placing and compacting selected backfill materials; the concrete footing; the ductile iron pipe for the drop; ductile iron spool and fittings at the outside and inside drop connections; pipe supports; channeling; the ductile iron pipe to span to undisturbed soil; and cleanup and restoration. “Catch Basin, Type 1” “Catch Basin, Type 2 Inch Diameter” “Concrete Inlet” The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; 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 “Abandon Existing Catch Basin or Manhole” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging any remaining pipes, 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. “Adjust Existing Manhole Cover to Finished Grade” “Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade” The unit contract price per each for the above items 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 DIVISION 7 PAGE 8 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. “Standard Manhole Frame and Cover” “Locking Manhole Frame and Cover” “Watertight Manhole Frame and Cover” The unit contract price per each for the above items 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. “Solid Locking Catch Basin Frame and Cover” “Bolt Down Catch Basin Frame and Grate” “Vaned Catch Basin Frame and Grate” “Thru-Curb Inlet Frame and Grate” The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for “Thermoplastic Storm Drain Stenciling” constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 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, manufacturer’s 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 and the manufacturer’s recommended installation DIVISION 7 PAGE 9 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 Culverts ................................ 7-02.2 Storm Sewers ........................ 7-04.2 Manholes, Inlets and Catch Basins 7-05.2 Sanitary Sewer ....................... 7-17.2 Side Sewers ........................... 7-18.2 Crushed Surfacing ................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding 9-03.12(3) Gravel Borrow ........................ 9-03.14(1) 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: 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. DIVISION 7 PAGE 10 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal 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. DIVISION 7 PAGE 11 SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer’s recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing 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. DIVISION 7 PAGE 12 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 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: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 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. DIVISION 7 PAGE 13 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 Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and 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 for “Pipe Zone Bedding” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for “Foundation Material, Class I and II” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for “Bank Run Gravel for Trench Backfill” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. DIVISION 7 PAGE 14 The unit contract price per each for “Abandon Existing Storm Sewer Pipe” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. 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: 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 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 DIVISION 7 PAGE 15 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 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 “pig” drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Also see Appendix New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days’ notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: DIVISION 7 PAGE 16 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 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. 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 DIVISION 7 PAGE 17 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 overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable “HACH” kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to 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 DIVISION 7 PAGE 18 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 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for “Pipe Zone Bedding for Water Main” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for “Foundation Material, Class I and II for Water Main” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for “Bank Run Gravel for Trench Backfill for Water Main” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected native materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per lineal foot for “ Inch Diameter Ductile Iron, Cl 52 Water Main Pipe” shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the DIVISION 7 PAGE 19 specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The unit bid price per each for “ Inch Connection to Existing Water Main” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per each for “2 Inch Blowoff Assembly” shall be full pay for all work to install the blowoff assembly, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, meter box, testing, and cover and cleanup. Reference Kent Standard Plan 3-2, Temporary Hydrant Connection. The unit contract price per lump sum for “Abandon Existing Water Main” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials DIVISION 7 PAGE 20 The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves .......................... 9-30.3(1) Valve Boxes ......................... 9-30.3(4) Valve Marker Posts ................ 9-30.3(5) Valve Stem Extensions ........... 9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED 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. 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. DIVISION 7 PAGE 21 All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 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 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 contract price per each for “Adjust Existing Valve Box Top Section and Lid to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. The unit price bid per each for “Replace Existing Valve Box Top Section and Lid” constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The costs of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7. DIVISION 7 PAGE 22 The unit bid price per each for “Replace Existing Valve Box Base Section” constitutes complete compensation for all labor, materials, tools, materials and equipment required to furnish and install the valve box base section per Kent Standard Plan 3-7. The costs of excavating, dewatering, removing and disposing of the existing valve box base section are included in this item. The unit bid price per each for “Valve Operating Nut Extender” constitutes complete compensation for all labor, materials, tools, supplies and equipment required to furnish and install the valve nut extension per Kent Standard Plan 3-7. Valve nut extensions shall be placed where designated on the drawings or as directed by the Engineer. The cost of valve nut extenders for new 6” or 8” gate valves shall be included in the cost of the valves. The unit bid price per each for “ Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL” constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials; jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. The unit contract price bid per each for “2 Inch Air Release Valve with Chamber” shall be full pay for all work to supply and install the air release valve with chamber, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, discharge riser, vault, testing, and cover and cleanup. Reference Kent Standard Plan 3-20. Payment for valve marker posts shall be incidental to the installation of new water valves, unless a specific bid item is included in the project proposal. The unit contract price per each for “Valve Marker Post” constitutes complete compensation for all labor, materials and equipment necessary or incidental to the installation of water valve marker posts. Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-13 ADJUSTING WATER MAINS 7-13.1 Description DIVISION 7 PAGE 23 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. 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. 7-13.4 Measurement The actual length of water main to be adjusted as a result ofconstructing 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. 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 linear foot for “Adjusting Water Main” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the adjustment of water mains including but not limited to scheduling water main shutdowns, costs for after hours or weekend work as required, trench excavation, bedding, laying and jointing pipe, standard fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, restoration and cleanup. DIVISION 7 PAGE 24 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. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Fire Hydrants................... 9-30.5 Hydrant Dimensions ......... 9-30.5(2) Fire Hydrant Guard Posts .. 9-30.5(6) 7-14.3 Construction Requirements SECTION 7-14.3(1) IS REVISED BY DELETING THE FOURTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. The white hydrant paint shall be Farwest Wonderglow Quickset 1100 white high gloss, oil base fast drying paint or equal approved by the Water Department. SECTION 7-14.3(2)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet (3’). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.3(3) IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(3) Resetting Existing Hydrants DIVISION 7 PAGE 25 Where existing hydrants are shown on the plans for adjustments to conform to new street alignment or grade or installation of new utilities or all three, the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. SECTION 7-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price per each for “Hydrant Assembly” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnishing and installing fire hydrant assemblies, including, but not limited to: the 6-inch fire hydrant, the 6-inch resilient wedge gate valve, the valve box, the 6-inch diameter ductile iron pipe joining the gate valve to the fire hydrant, furnishing and installing the main line tee, all costs for shackles, rods, concrete blocking, gravel backfill, painting, guard posts and anything else required for the complete installation and testing of the hydrant assembly as specified. Reference Kent Standard Plan 3-1. The unit contract price per each for “Resetting Existing Hydrants” constitutes complete compensation for all labor, material, and equipment necessary or incidental to the resetting of existing hydrants, including, but not limited to new pipe, fittings, flushing, guard posts, disinfecting, testing, shackling, painting, and reconnecting to the main. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer’s service meter including meter setter; from the customer’s service meter to the property or easement line; and where shown on the plans, from the service meter to the customer’s service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. DIVISION 7 PAGE 26 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 Pipe ........... 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 customer’s responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. DIVISION 7 PAGE 27 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 not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall include a “tail run” section of service pipe two feet long from the water meter setter to the property or easement line. This “tail run” section shall have a union fitting on the end of the “tail run”, shall be indicated with a 2 x 4 stake marked with the legend “WATER” and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from DIVISION 7 PAGE 28 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 connection to the customer’s service lateral when they exist. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults Water meter boxes shall be installed directly opposite the main line connection; shall be 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 DIVISION 7 PAGE 29 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 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 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for “Service Connection Inch Diameter” constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service DIVISION 7 PAGE 30 connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plans 3-10 and 3-11. The unit contract price per each for “Adjust Existing Meter Box to Finished Grade” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to adjust the meter box to final grade at the locations shown on the plans and described in the specifications. The unit contract price per each for “Relocating Water Meter Assembly” constitutes complete compensation for relocation of existing water meter assembly including, but not limited to, removing and cleaning the meter assembly, reinstalling the meter assembly at the location shown on the plans, reconnecting to the service line pipe, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection and testing of the service connection. The unit contract price per each for “Abandon Existing Water Service” shall be full pay for performing the work as specified including excavation, backfill and compaction. The Contractor shall expose, shut off, and plug the corporation stop at the main, and cap the service line. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. The unit contract price per linear foot for “Water Service Line Inch Diameter” constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of “tail runs”, testing, flushing, and disinfection. The unit contract price per each for “ Inch Water Meter” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new water meters including, but not limited to excavation, backfill, fittings and adaptors, testing, flushing and disinfection. The unit contract price per each for “ Inch Meter Setter” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the service lines, connecting to “tail runs”, excavation, backfill, fittings and adaptors, testing, flushing and disinfection. The unit contract price per each for “Meter Box for Inch Diameter Service” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box DIVISION 7 PAGE 31 and cover including, but not limited to excavation, backfill, and setting to grade. The unit contract price per each for “ Inch Compound Meter Assembly” constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of the compound meter assembly including, but not limited to excavation, bedding, meter supports, ductile iron pipe, pipe fittings and adaptors, gate valves, water meter, utility vault, connection to the service lateral, connection to the customer’s service line, testing, flushing, and disinfection. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9-05.13 of the WSDOT Standard Specifications. All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council acceptance. 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)A General All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City. DIVISION 7 PAGE 32 The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. SECTION 7-17.3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the WSDOT Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe - The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for its own purposes. However, the acceptance air test shall be made after backfilling has been completed and compacted. All wyes, tees, or ends of side sewer stubs shall be plugged with flexible-joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures. Such plugs or caps shall be readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. Immediately following pipe cleaning, the pipe installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) DIVISION 7 PAGE 33 z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution – When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring. Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector’s discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 8 INCH PIPE (FEET) 0 00 50 00 50 00 50 00 0 0 18 58 98 38 78 16 0 0 10 50 90 28 68 08 48 56 00 40 80 20 60 00 38 74 72 68 50 12 50 90 30 70 90 86 82 78 00 82 22 60 00 04 98 94 90 86 50 52 92 28 18 10 04 00 96 92 00 22 40 30 22 16 10 04 00 96 50 54 42 34 26 20 14 10 04 02 00 54 44 36 28 22 18 12 08 04 Time in seconds required for decompression from 3.5 psig to 3.0 psig. DIVISION 7 PAGE 34 LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 10 INCH PIPE (FEET) 0 00 50 00 50 00 50 00 0 0 18 58 98 38 78 16 0 10 50 90 28 68 08 48 84 80 00 20 60 00 38 78 18 20 14 06 50 30 70 10 48 66 54 44 34 28 00 40 80 14 96 82 70 60 50 44 50 50 42 22 06 94 82 72 64 56 00 66 44 28 14 02 92 82 74 66 50 66 48 34 20 08 94 90 82 74 00 66 50 38 26 14 04 96 88 82 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 12 INCH PIPE (FEET) 0 00 50 00 50 00 50 00 0 0 18 58 98 38 78 16 0 58 98 38 78 16 56 96 16 08 00 16 56 96 36 76 92 76 64 54 50 76 14 54 66 44 26 10 96 86 00 34 42 12 84 66 50 34 22 10 50 80 50 24 02 82 66 52 40 28 00 80 54 32 12 96 80 66 54 44 50 80 58 38 20 04 90 78 66 56 00 80 60 42 26 12 00 88 76 66 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) EN0 00 50 00 50 00 50 00 DIVISION 7 PAGE 35 0 0 18 58 98 38 78 16 0 48 88 26 76 06 46 86 76 62 00 96 34 74 14 24 96 72 52 30 50 42 82 42 04 72 46 24 04 86 00 50 04 66 32 04 80 58 40 24 50 50 12 80 52 26 04 84 66 52 00 50 18 90 66 42 22 04 88 72 50 50 22 98 76 56 36 20 04 90 00 50 26 04 84 66 48 32 18 04 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) LENGTH OF 18 INCH PIPE (FEET) 0 00 50 00 50 00 50 00 0 0 18 58 98 38 78 16 0 56 96 36 76 14 54 66 44 26 00 12 52 92 94 48 10 80 54 32 50 020 52 96 50 10 78 48 22 00 00 020 68 22 84 50 20 94 70 48 50 020 78 40 06 76 50 26 04 84 00 020 84 52 22 96 72 50 30 10 50 020 90 60 16 12 90 68 50 32 00 020 92 68 44 22 02 84 66 50 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) EN0 00 50 00 50 00 50 00 DIVISION 7 PAGE 36 0 0 18 58 98 38 78 16 0 34 74 12 52 92 94 48 10 80 00 268 246 156 082 020 68 22 84 50 50 360 282 214 156 106 060 020 84 52 00 360 300 246 200 156 118 082 050 020 50 360 312 268 228 190 156 124 096 068 00 360 320 282 246 214 184 156 130 106 50 360 324 292 262 232 206 180 156 134 00 360 330 300 272 246 222 200 178 156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. All retests after failure shall be at the Contractor’s expense. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the actual or overtime costs of city crew for additional vacuum testing to verify the correction of deficiencies. DIVISION 7 PAGE 37 SECTION 7-17.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment “PVC Sewer Pipe, Inch Diameter” “Ductile Iron Sewer Pipe, Inch Diameter Class 52 Unlined” The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on other than normal working hours, and any sewage bypass systems used. 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.3(1) General For new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field. Such locations shall be marked by a stake or other suitable marker. The Contractor shall be responsible for locating a “tee” in the main line opposite each marker and shall construct a side sewer to terminate, as nearly as practical at the property line or permanent easement line as shown on the plans. All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer. In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor’s responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. DIVISION 7 PAGE 38 Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections. All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for the side sewer pipe of the various kind and size specified shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. DIVISION 7 PAGE 39 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 state and the city’s 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: Tackifier ............................... 8-01.3(2)E and 9-14.5(7) Seed .................................... 8-02.3(9)B and 9-14.3 Fertilizer ............................... 8-02.3(9)B and 9-14.4 Mulch and Amendments .......... 8-02.3(11)A and 9-14.5 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 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 sensitive area. During the DIVISION 7 PAGE 40 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 for the Engineer’s review and 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 Contractor’s CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria 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 4. Construction Stormwater General Permit – WA Department of Ecology 8-01.3(1)G Water Quality Monitoring DIVISION 7 PAGE 41 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: 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 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. DIVISION 7 PAGE 42 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) Payment The unit contract price per acre for “Seeding, Fertilizing, and Mulching” shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for “Filter Fabric Fence” constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for “Inlet Protection” shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for “Straw Mulch” constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for “Clear Plastic Covering” (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. DIVISION 7 PAGE 43 The unit contract price per hour for “ESC Lead” shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. The unit contract lump sum price for “Temporary Sediment Trap” shall be full pay for furnishing all labor, tools and equipment necessary to construct, maintain, and restore to final grade this erosion control measure. No other further compensation will be made. The unit contract price per lump sum for “Stormwater Pond” shall constitute complete compensation for all labor, materials, tools and supplies and equipment necessary to construct the stormwater pond as shown on the plans and described in the specifications. This includes but is not limited to, excavation of bottom surface area and grading to required elevation, off site haul of unsuitable material, compaction, cultivation, and construction of berms. Construction and seeding of the pond shall be performed early in the sequence of the project such that when the pond is seeded and stabilized, as determined by the Engineer, it will be available for stormwater collection, storage and treatment during construction. Seeding shall be paid for under the appropriate bid item. The unit contract price per each for “Flow Control Structure, Type 2 Inch Diameter” shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the flow control structure as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to: metal pipe, shear gate, restrictor plate, elbow restrictor, frames, grates, lids, vertical bars for the emergency overflow spillway, steps and ladders, all connections, brackets and gaskets for a complete and fully operational system. The unit contract price per force account for “Tanker Truck” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. The unit contract price per force account for “Baker Tank” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide, maintain, and remove the baker tank for stormwater storage and disposal. The unit contract price per force account for “Sand Filtration System” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to operate and maintain the sand filtration system. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description DIVISION 7 PAGE 44 Drawings and Specifications: Definitions: The word “provide” means “furnish and install” (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these 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 “Hortus Third” or superseding editions and amendments. DIVISION 7 PAGE 45 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5)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 relation to finished grade as it bore to the grade of the ground DIVISION 7 PAGE 46 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 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 root ball 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. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. DIVISION 7 PAGE 47 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 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 dealer’s guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer’s guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in 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 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 DIVISION 7 PAGE 48 before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(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 170 lbs/acre of “Mix A” unless otherwise 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 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: DIVISION 7 PAGE 49 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 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 Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to “wood chip mulch.” Add “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.” DIVISION 7 PAGE 50 SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a 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 The unit contract price per each for “Street Tree Planting and Staking” constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, DIVISION 7 PAGE 51 fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per cubic yard for “Topsoil Type A” constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per cubic yard for “Wood Chip Mulch” constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the wood chip mulch 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 the wood chip mulch and cleanup. 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 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 “Asphalt Extruded Curb” “Pedestrian Curb” “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. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements DIVISION 7 PAGE 52 Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. 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 yard for “Cement Concrete Driveway, 6 Inch Depth” constitutes complete compensation for all materials, labor and equipment required to install 6” thick cement concrete driveway in accordance with the plans and specifications. Reference Kent Standard Plan 6-42. The unit contract price per square yard for “Cement Concrete Driveway, 8 Inch Depth, Reinforced” constitutes complete compensation for all materials, labor and equipment required to install 8” thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 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 and/or 6-74. 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. DIVISION 7 PAGE 53 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’s stormwater management system, 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. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, 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. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for “Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE DIVISION 7 PAGE 54 SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 8-12.3 Construction Requirements SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18” wide, 6” thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8- 12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its DIVISION 7 PAGE 55 convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment “Remove Fence,” per linear foot. “Remove and Relocate Fence,” per linear foot. “Remove and Restore Fence,” per linear foot. “Temporary Fencing,” per linear foot. “Install New Fence,” per linear foot. “Install New Chain Link Fence,” per linear foot. 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for “Adjust Existing Monument, Case and Cover to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72. The unit contract price per each for “Install New Monument, Case and Cover to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6-72. 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- DIVISION 7 PAGE 56 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. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of “Standard Interstate Yellow” paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. 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: “Cement Concrete Sidewalk,” per square yard “Cement Concrete Sidewalk Ramp Type ,” per each The unit bid per square yard or per each for the above items 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 DIVISION 7 PAGE 57 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. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. Contractor shall note that some power poles will need to remain in-place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. DIVISION 7 PAGE 58 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: 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. 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. DIVISION 7 PAGE 59 THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS “Galvanized steel conduit shall be installed at the following locations:” Item 1. Change to read “All State highway roadbed crossings” 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) 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. 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: Loop sealant shall be CrafcoTM Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer’s recommendations. DIVISION 7 PAGE 60 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: 8. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for “Adjust Existing Junction Box 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: 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 lump sum contract price for “Traffic Signal at ,” shall be full pay for the construction of the complete signal system, modifying existing systems, and removal of existing systems, as shown in the Plans as described in Section 8-20.1 of the Kent Special Provisions and as herein specified including but not limited to: excavation, backfilling, concrete foundations, conduit, controller, controller cabinet, service cabinet, battery backup unit and cabinet, signal interconnect, conduit, wiring, loops, junction boxes, restoring facilities destroyed or damaged during construction, removing the existing signal system including demolishing of the existing pole foundations, salvaging existing materials, making all required tests, and Labor and Industries electrical inspection. All additional materials and DIVISION 7 PAGE 61 labor, not shown in the plans or called for herein and which are required to complete the signal system, shall be included in the lump sum contract price. The contract price shall also include equipment, tools, materials and labor necessary for the temporary operation of the existing traffic signal system during installation of the new system as well as removal and disposal/salvage of the existing traffic signal system. The lump sum contract price for “Illumination System” constitutes complete compensation for all materials, labor and equipment required to install the illumination system as shown on the plans including but not limited to: aluminum lighting standard, luminaire including hardware, photoelectric control, conduit, wiring to the fuse holder, fuse kits, breakaway coupling, concrete foundation, excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, connection to the service cabinet, modifying and removal of existing systems. Labor and Industries electrical, and any 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. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor’s operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: DIVISION 7 PAGE 62 8-21.5 Payment The unit contract price per lump sum for “Removal of Traffic Signs” constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 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 broken or “skip” pattern shall be based upon the City’s 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as “Temporary Pavement Marking Paint – Low VOC Solvent Based.” Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. DIVISION 7 PAGE 63 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(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer’s decision to adjust the method of payment for damaged paint stripes. The Engineer’s decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. DIVISION 7 PAGE 64 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 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. 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: “Painted Yellow Curb,” per linear foot. “White Edge Line Paint Stripe,” per linear foot. “Double Yellow Center Paint Stripe,” per linear foot. “Two Way Left Turn Paint Stripe,” per linear foot. The unit contract price per lump sum for “Permanent Channelization” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. DIVISION 7 PAGE 65 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 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. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description This work shall consist of pick-up and transport of the City supplied fixed or removable bollards from the City Parks Maintenance Office at 5821 South 240th Street 253-856-5120, then installing them at the locations shown on the plans and described by the specifications and details. The Contractor shall notify and make arrangements for pickup with the Parks Department a minimum of 2 weeks prior to installing the bollards. 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall be 5/8 inch crushed gravel. If the Contractor damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the design detail. 8-26.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced a minimum of 3 feet or a maximum of 5 feet apart. The foundation shall not be less than 12 inches in diameter and 24 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. DIVISION 7 PAGE 66 8-26.5 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 each for “Install City Supplied Fixed or Removable Bollard” shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and details. 8-27 HANDRAILS 8-27.1 Description Aluminum handrails shall be installed at locations as shown on the plans or as directed by the Engineer. 8-27.2 Materials The handrail shall be constructed of 1–1/2 inch I.D. Schedule 40 #6063-T6 Aluminum structural pipe. All connections shall be joined together by using Nu-rail or equivalent fittings with cadmium-plated steel alloy screws. 8-27.3 Construction Requirements The handrail posts shall be placed in a vertical position and shall be spaced 8 feet (center-to-center) apart. Spacing shall be measured parallel to the slope of the sidewalk. Post shall be slipped into the 2 inch barrel in the foundation and held secured with 1/4 inch galvanized bolt and nut. See Kent Standard Plan 6-41. The foundation shall be of 5 sack Cement Concrete mix (Class 3000) and the diameter shall not be smaller than a post-hole digger and at least two feet deep. The 2 inch I.D. barrel shall be cast at the center of the foundation. 8-27.5 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 “Handrail” shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the handrail as shown on the plans and described in the specifications. Reference Kent Standard Plans 6-4. 8-28 POTHOLE UTILITIES 8-28.1 Description DIVISION 7 PAGE 67 This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for “Pothole Utilities” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone 253-856-5600. Contractor shall provide two weeks’ notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials DIVISION 7 PAGE 68 Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in Kent Standard Plan . Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs, as determined by the Engineer, shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the Proposal: The unit contract price per each for “Project Sign Installation” constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer’s discretion. 8-31 BORED OR JACKED CROSSINGS 8-31.1 Description DIVISION 7 PAGE 69 The Contractor shall jack, drive or auger a casing pipe where shown on the plans in accordance with applicable portions of the following specifications except as herein modified or supplemented: “Jacking Culvert Pipe Through Fills”, prepared by the American Railway Engineering Association and published in 1962 (or current edition). The specified utility pipe shall then be installed within the casing pipe. 8-31.2 Materials The casing pipe shall be watertight and capable of withstanding an H20 highway load or an E80 railroad load and the backfill load. Minimum inside diameter of the casing pipe shall be as shown on the plans. Exact wall thickness and diameter shall be determined by the Contractor and approved by the City. The joints of the steel casing shall be welded 360q. 8-31.3 Construction Requirements The casing pipe shall be jacked, driven or augered through the grade at a distance below the surface of the ground as shown on the plans. The casing pipe shall extend to the limits as shown on the plans. During jacking, augering, or tunneling operations, care shall be exercised to prevent caving ahead of the pipe which will cause voids outside the pipe. If voids occur, the Contractor shall backpack the voids with sand and pea gravel and fill the voids with a pumped Portland cement grout. All voids shall be filled to the satisfaction of the Engineer. If the liner plates are used, they shall be assembled and installed in accordance with the manufacturer’s instructions and specifications and in accordance with accepted tunneling methods using poling plates or shield of a strength equal to that of the liner plates. The pipe shall be skidded into position inside the casing pipe and blocked into position. The annular space between the pipe and the casing pipe or tunnel liner shall be filled by sluicing or blowing sand, pea gravel or fly ash into the space. Care shall be exercised to insure that the entire space is filled and that the pipe is not disturbed during the placement of the backfill between the pipe and the casing. The Contractor shall remove the pipe and reinstall it if the pipe is not within the tolerances shown on the drawings and as specified. 8-31.5 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 lump sum price bid for the “Bored or Jacked Crossing of ” for the location specified shall constitute complete compensation for all work, materials, and equipment required for installing the crossing as shown on the plans. Specifically DIVISION 7 PAGE 70 included, but not limited to, the cost of the casing pipe and its installation and any costs involved in setup and receiving pits, shoring, maintaining and/or protecting traffic, vehicular and pedestrian detours, pavement or other improvements, private or public utilities or structures which may be affected in any way by construction. The cost of installing the utility pipe shall be paid under the appropriate bid item. 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.2 Materials The backfill material for trench and vault excavations shall conform to the requirements of Gravel Borrow except, the maximum size stone shall not exceed 4 inches. 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications. 8-32.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV The excavation required for the installation of electrical, telephone and TV conduit and cable to be installed by the serving utility shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use the native trench excavation for backfill when in the opinion of the Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. DIVISION 7 PAGE 71 It shall be the Contractor’s responsibility to coordinate its work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-32.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(5) Trench Restoration For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these WSDOT Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, sidewalks, curbs and other underground utilities, etc., which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 8-32.3(6) Removal of Overhead Electrical Distribution System The Contractor should be aware that once the underground electrical distribution system is energized, the adjacent property owners have ninety (90) days from date of their notification to convert to the underground system. Removal of the overhead electrical distribution system cannot take place until all respective service conversions have been completed. No compensation will be granted to the Contractor for delays attributed to the conversion. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per cubic yard for “Utility Trench and Vault Excavation” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches and vaults as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench and vault excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. Cost to coordinate with utilities to place their facilities in the trench or vault shall be included in this bid item. DIVISION 7 PAGE 72 The unit contract price per ton for “Gravel Borrow for Backfill for Utility Trench and Vault Excavation” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for furnishing, hauling, placing, and compacting the material as shown on the plans and described in the specifications. The bid item price includes but is not limited to: preparing the gravel base in the excavated trench for placement of conduits at their appropriate depths, and preparing the gravel base in the excavated pits for placement of utility vaults to the final finished grade. Cost to coordinate with utilities to place their facilities in the trench or vault shall be included in this bid item. DIVISION 9 PAGE 1 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 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. DIVISION 9 PAGE 2 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 6” square 100 --- 4” square --- 100 2” square 0 65-85 1” square --- 40-70 1/4” square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. DIVISION 9 PAGE 3 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12” 95 to 100 6” 40 to 60 3” 10 to 20 3/4” 0 to 5 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 version of ASTM D2974 “Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils,” and TMECC 05.07A “Loss-On-Ignition Organic Matter Method.” 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, clematis, knotweed, Scot’s broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor’s expense. A. The soil shall meet the following requirements. 1. The mixed soil shall meet the following gradation: Screen Size * Percent Passing 2 inch 100 1 inch 99-100 5/8” 90 – 100 1/4" 75-100 DIVISION 9 PAGE 4 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be 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 soil 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 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 shall be “Blue Tag” or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. DIVISION 9 PAGE 5 Grasses used shall meet the following specifications: Use Seed Mix B if your project is on or adjacent to a park Mix A (Roadside and Erosion Control Grass): Weight Proportion Seed Mix “A” Ingredient Min.% Pure Seed Min.% Germination Max. % 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 (Pre-inoculated) 98% 90% 0.5% Mix B (Landscaped Area Grass): Weight Proportion Seed Mix “B” Ingredient Min.% Pure Seed Min.% Germination Max.% Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 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 DIVISION 9 PAGE 6 Total available Potassium ................ 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous ............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trademark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 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. DIVISION 9 PAGE 7 9-14.7 Plant Materials 9-14.7(1) Description SECTION 9-14.7(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height (feet) Width (feet) Shape Min. Spacing (feet) Small Street Trees For planting under powerlines 30’ or less Trident Maple Acer buergeranum 20’ 20’ Round, low spreading 30’ Flame Maple Acer ginnala ‘Flame’ 20’ 20’ Round w/ spreading low branches 30’ Flamingo Box Elder Acer negundo ‘Flamingo’ 20’ 15’ Oval to round 25’ Apollo Maple Acer saccharum 25’ 10’ Narrow to columnar 20’ Tatarian Maple Acer tataricum 25’ 20’ Oval to round, often low branched 30’ Lavalle Hawthorn Crataegus x lavallei 28’ 20’ Irregular vase shaped 30’ Washington Hawthorn Crataegus phaenopyrum 25’ 20’ Broadly oval to round 30’ Golden Desert Ash Fraxinus excelsior ‘Aureafolia’ 20’ 18’ Rounded, compact 30’ Leprechaun Ash Fraxinus pennsylvanica ‘Johnson’ 18’ 16’ Dense, compact, round 25’ Amur Maackia Maackia amurensis 25’ 20’ Vase shaped becoming round 30’ Golden Raindrops Crabapple Malus transitoria ‘Schmidt cutleaf’ 20’ 15’ Upright, vase shaped 25’ Red Barron Crabapple Malus ‘Red Barron’ 18’ 8’ Narrow, columnar 20’ Red Jewel Crabapple Malus ‘Jewelcole’ 15’ 12’ Upright, pyramidal 25’ Tschonoskii Crabapple Malus tschonoskii 28’ 14’ Upright, narrowly oval 25’ Cascade Snow Cherry Prunus ‘Berry’ 25’ 14’ Upright, spreading 25’ Amanogawa Cherry Prunus serrulata ‘Amanogawa’ 20’ 6’ Columnar, fastigiate branches 20’ Red Cascade Mountain Ash Sorbus Americana ‘Dwarfcrown’ 18’ 8’ Compact oval 20’ Fragrant Snowbell Styrax obassia 25’ 15’ Pyramidal to upright narrow oval 25’ Ivory Silk Japanese Syringa reticulata ‘Ivory Silk’ 20’ 15’ Upright spreading becoming round 25’ Medium Street Trees Plant when powerlines are not present 30’ to 45’ trees Armstrong Maple Acer rubrum ‘Armstrong’ 45’ 15’ Narrow, upright columnar 25’ Queen Elizabeth Maple Acer campestre ‘Evelyn’ 35’ 30’ Upright, becoming round 40’ DIVISION 9 PAGE 8 Medium Street Trees Plant when powerlines are not present 30’ to 45’ trees Sensation Box Elder Acer negundo ‘Sensation’ 30’ 25’ Rounded 35’ Pacific Sunset Maple Acer truncatum x Acer plantanoides ‘Warrenred’ 30’ 15’ Upright spreading, rounded crown 25’ Frans Fontaine Hornbeam Carpinus betulus ‘Frans Fontaine’ 30’ 15’ Columnar 25’ American Hornbeam Carpinus caroliniana 25’ 25’ Oval 35’ Tricolor Beech Fagus sylvatica ‘Roseo – Marginata’ 30’ 20’ Pyramidal when young, rounding w/ age 30’ Raywood Ash Fraxinus oxycarpa ‘Raywood’ 35’ 25’ Oval, dense crown 35’ Imperial Honeylocust Gleditsia triacanthos ‘Impcole’ 35’ 35’ Rounded 45’ Galaxy Magnolia Magnolia ‘Galaxy’ 30’ 15’ Pyramidal to oval 25’ Edith Bogue Southern Magnolia Magnolia grandiflora ‘Edith Bogue’ 30’ 15’ Pyramidal tight 25’ American Hophornbeam Ostrya Virginiana 40’ 25’ Upright oval 35’ Spire Cherry Prunus x hillieri ‘Spire’ 30’ 10’ Upright columnar, narrowly vase shaped 20’ Columnar Sargent Cherry Prunus sargentii ‘Columnaris’ 35’ 15’ Upright columnar, narrowly vase shaped 25’ Edgewood Pear Pyrus calleryana x betulaefolia ‘Edgewood’ 30’ 25’ Rounded 35’ Capital Pear Pyrus calleryana ‘Capital’ 35’ 12’ Columnar 20’ Chanticleer Pear Pyrus calleryana ‘Glen’s Form’ 40’ 15’ Columnar, narrowly pyramidal 25’ Crimson Spire Oak Quercus alba x Quercus robur ‘Crimschmidt’ 45’ 15’ Columnar, tightly fastigiated 25’ Skyrocket Oak Quercus robur ‘Fastigiata’ 45’ 15’ Narrow, fastigiated 25’ Musashino Zelkova serrata ‘Musashino’ 45’ 20’ Very narrow, upright vase shaped 30’ 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 Tree ties shall be patent “Tre-Ties” sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856-5127. 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric DIVISION 9 PAGE 9 Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 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, EXCEPT “NO PARKING ANYTIME” SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. “NO PARKING ANYTIME” signs shall have 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 manufacturer’s identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign DIVISION 9 PAGE 10 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 1’-0” at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. 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 Replace “AWG 22” with “#AWG 19”. DIVISION 9 PAGE 11 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 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, streetlight 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 streetlight 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 DIVISION 9 PAGE 12 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. 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 following moisture-blocking insulation. ScotchTM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped DIVISION 9 PAGE 13 layers of vinyl plastic electrical tape, and a final layer of consistently applied ScotchkoteTM 054007-14853 Electrical Coating. 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 wrapped with Scotch™#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 an Econolite Corp. Cobalt Controller. DIVISION 9 PAGE 14 SECTION 9-29.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(4) Traffic-Signal Controller Software Controller shall be provided with the most current software release that operates fully with the City’s Central System Software. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. 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 “at the beginning of major street green” 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: DIVISION 9 PAGE 15 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 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 LMD624H or Reno A+ETM 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 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 an 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 DIVISION 9 PAGE 16 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 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 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 Opticom™. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two-channel or four- channel Opticom™ cards. 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 DIVISION 9 PAGE 17 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be –35 C to +70 C. d. LED Types: Red balls shall be Dialite TM, part number 433- 1210-003XL15, or approved equal; red arrows shall be DialiteTM, part number 432-1314-001XOD15, or approved equal; green balls shall be DialiteTM, part number 433-2220- 001XL15, or approved equal; green arrows shall be DialiteTM, part number 432-2324-001XOD15, or approved equal; yellow balls shall be DialiteTM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteTM, 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 manufacturer’s warranty 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. SECTION 9-29.16(2)B MODIFIES THE 3RD AND 4TH 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 “stabilized polycarbonate plastic” shall be deleted. The fourth sentence in paragraph 5 is replaced with “Visors shall 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. ADA push buttons shall be Campbell Company, AdvisorTM (AGPS) or Campbell Company, GuardianTM type assemblies or approved equal. DIVISION 9 PAGE 18 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: 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 Delete the words “12 inch 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 DIVISION 9 PAGE 19 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 streetlight testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM 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. 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 version of 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) DIVISION 9 PAGE 20 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. 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 cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word “WATER” cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the 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 DIVISION 9 PAGE 21 (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) 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. 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 Service Connections 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle DIVISION 9 PAGE 22 body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitrile gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The “U” straps shall conform to the outside diameter of the range stamped on the saddle. 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 model numbers shall be used for the respective sizes stated. Connection to service pipes shall be by Ford pack joints (Section 9- 30.6(4)) only. 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 DIVISION 9 PAGE 23 SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer’s product literature. The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED 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 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. Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 DIVISION 9 PAGE 24 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. 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 DIVISION 9 PAGE 25 2 inch Ford VFH77-15B-11-77 L/BP 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 3/4 inch 1Planters Carson 1220-12 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM29 Meter Box Meter Size Location Type 1 inch 1Planters Carson 1220-12 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM30 1 1/2 inch to 2 inch 1Planters Carson 1730-15 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM30 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 all PRV’s Carson 1324-15G Green solid lid 1324-2L Extension Boxes - 6 inch Carson 1324B-1L 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1B for 18 inch high Green solid lid 1730-P2L DIVISION 9 PAGE 26 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 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 5IJTQBHFJOUFOUJPOBMMZMFGUCMBOL KENT STANDARD PLANS WEST FENWICK PARK RENOVATION 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN 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.HQW6WDQGDUG3ODQV PD\EHIRXQGRQOLQHDWZZZNHQWZDJRYFLW\KDOOSXEOLFZRUNVFRQVWUXFWLRQSURMHFWV DQGSURMHFWGHVLJQNHQWGHVLJQFRQVWUXFWLRQVWDQGDUGVPDQXDO WATER 3-1 3-2 3-3 3-4 3-5 3-6 3-7 3-8 3-9a 3-9b 3-10 3-11 3-12a 3-12b 3-13 3-14a 3-14b 3-15 3-16 3-17 Standard Fire Hydrant Temporary Hydrant Connections Guard Post Valve Marker Post Connection to Concrete Cylinder Main (4” to 12”) 2” Connection to Concrete Cylinder Main Valve Box and Operating Nut Extender Not used Concrete Blocking (sheet 1 of 2) Concrete Blocking (sheet 2 of 2) Service Connection 1” Service Service Connection 1 ½” and 2” Service Compound Water Meter with By-Pass (sheet 1 of 2) Compound Water Meter with By-Pass (sheet 2 of 2) New or Retrofit Pressure Reducing Valve with Box for ¾”, 1”, 1-1/2”, or 2” Service Lines Premises Isolation Reduced Pressure Backflow Assembly Less Than 3” Diameter Premises Isolation Reduced Pressure Backflow Assembly 3” Diameter and Larger Irrigation Service Installation Single-Family Residential Domestic Waterline/Fireline Multi-Family Residential Domestic Waterline/Fireline Up to 2” Demand 6L]H 3-18a Double Check Detector Assembly Above Ground (Demand Greater than 2”) (sheet 1 of 5) 3-17b Double Check Detector Assembly and Vault (Demand Greater than 2”) (sheet 2 of 5) 3-18c Double Check Detector Assembly Inside Building (Demand Greater than 2”) (sheet 3 of 5) 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 Standard 6” Blowoff Assembly 3-20 2”, 4” and 6” 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 Type 1 48” & 54” 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 6” Cleanout 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 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 20”x24” Catch Basin Frame 5-5 20”x24” Vaned Grate 5-6 20”x24” Bi-Directional Vaned Grate 5-7a Through–Curb Inlet Frame 5-7b Through-Curb Inlet Installation 5-8 18”x24” Solid Catch Basin Cover 5-9 20”x24” Solid Catch Basin Cover 5-10 Not used 5-11 Private Round Catch Basin Cover 5-12 15”x22” Rolled Curb Frame and Grate 5-13 Beehive Grate 5-14 20”x24” Rectangle Beehive Grate and 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 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) 6-40 Stormwater Pond Sign 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) 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 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 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 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 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 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 5IJTQBHFJOUFOUJPOBMMZMFGUCMBOL WASHINGTON STATE PREVAILING WAGES WEST FENWICK PARK RENOVATION 7KLVSDJHLQWHQWLRQDOO\OHIWEODQN Page 1 of 19 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, VIA 98504-4540 Washington State Prevailing Wage The PREI+AILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 5l912020 Chun Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level S54.86 5D 1H View King Boilermakers Journey Level S69.29 5N 1C View King Brick Masan Journey Level S58.82 5A iM View King Brick Mason Pointer -Caulker -Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 55 2F View King Building Service Employees Traveling WaxerfShampooer $26.03 5S 2F View King Building Service Employees %-Vindow Cleaner (Non- Scaffold) $29.33 5S 2F View King Building Service Employees Vlindow Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers Ir< ShoW Journey Level $22.74 1 View King Carpenters AcousticaL Worker $62.44 7A 4C View King Carte Carpenter $62.44 7A 4C View King Carte Carpenters an Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material. $62.47 7A 4U View King Cement Masons Application of all Plastic Material. $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underiayment S62.97 7A 4U View King Cement Masons Building General S62.47 7A 4U View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb 0 Gutter Machine $62.97 7A 4U View King Cement Masons Curb 0 Gutter, Sidewalks $62.47 7A 4U View 5f9)2024 Page 2 of 19 King Cement Masons Curing Concrete 1 $62.471 7A I 4U I View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding{Polisher 562.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt -up Panels 562.47 7A 4U View King Cement Masons Gunite Nozzleman $62.971 7A 4U View King Cement Masons Hand Powered Grinder 562.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View Icing Cement Masons Power Chipping EL Brushing 562.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed I3 Roddirig Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete 562.47 7A 4U view King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel V-1orkers 562.97 7A 4U view King Divers a Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers a Tenders Dive Supervisor IMaste r $79.23 7A 4C view King Divers a Tenders Diver $116.20 7A 4C 8V View King Divers a Tenders Diver On Standby $74.23 7A 4C View King Divers a Tenders Diver Tender $67.31 7A 4C View King Divers & Tenders Manifold Operator $67.31 7A 4C View King Divers a Tenders Manifold Operator Mixed Gas 572.31 7A 4C View King Divers a Tenders Remote Operated Vehicle O pe ratar f Techni cia n $67.31 7A 4C View King Divers a Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5❑ 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5❑ 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Vielder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic 558.67 5❑ 3F View King Dredge Workers Mates $56.44 5❑ 3F View King Dredge Workers Oiler $56.00 5❑ 3F View King Drywall. Applicator Journey Leve-L $62.44 5❑ 1H View King Drywall Tapers Journey Leve-L $62.81 5P 1E View King Electrical Fixture Maintenance Workers Journey Leve-L $31.99 5L 1E View 5.012020 Page 3 of 19 Kfng Electricians - Inside Cable Splicer $87.221 7C I 4E I View Kfng Electricians - Inside Cable Splicer (tunnel) $93.74 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder tunnel $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level tunnel 587.22 7C 4E View King Electricians - M2tor Shoe Journey Level $47.53 5A 1 B View Kfng Electricians - Powertine Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line I-Velder $75.64 5A 4D View Kfng Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powertine Construction Heavy Line Equipment Operator $75.64 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View Kfng Electricians - Powerline Construction Lfne Equipment Operator $64.54 5A 4D View King Electricians - Powertine Construction Meter Installer $49.17 5A 4D 8w )Aew King Electricians - Powerline Construction Pale Sprayer $75.64 5A 4D Aew King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic 597.31 7D 4A )Aew King Elevator Constructors Mechanic In Charge $105.06 7D 4A Aew Kfng Fabricated Precast Concrete All Classifications - In- Factory Work Only $18.25 5B 1R View Products King Fence Erectors Fence Erector $43.11 7A 4V BY View King Fence Erectors Fence Laborer $43.11 7A 4V BY View King LLa�ers Journey Level $43.11 7A 4V BY )Aew King Glaziers Journey Level $66.51 7L 1Y View King Heat a Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey LeveL $85.88 7F 1E View Kfng Hod Carriers a Masan Tenders Journey Level $52.44 7A 4V BY View King Industrial Power Vacuum Journey Level $13.50 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View Kfng Inland Boatmen Launch Operator $58.89 5B I 1K View 5!912020 Page 4 of 19 King Inland Boatmen IMate $57.311 5g I 1K I View King Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 View Of Sewer it Water Systems By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $13.50 1 View C1f Sewer It Water Systems By Remote Control King InspectionlCleanin2lSealine Head Operator S24.91 1 View Of Sewer it Water Systems By Remote Control King ImpectionlCleaning {Sealine Technician 519.13 1 View Of Sewer it Water Systems By Remote Control King InspectionlCleaning lSealinia Tv Truck Operator $20.45 1 View Of Sewer it Water Systems By Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 10 View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y Laborers Brush Hog Feeder $50.86 7A 4V 8Y lv=iewKing King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper -paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (3D Lbs. And Over)- 551.80 7A 4V - 8Y - View King Laborers Chipping Gun Under 34 Lbs.y $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader 551.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete DumperJChute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew 551.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers 550.86 7A 4V 8Y View 5012020 Page 5 of 19 demolition: Virecking & Moving {Intl. Charred Material) King Laborers Ditch Digger $50.86 7A 4V BY Viiew King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View King Laborers Dry Stack Vialls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View Kfng Laborers Erasion Control Worker $50.86 7A 4V BY View King Laborers Faller $ Bucker Chain Saw $51.80 7A 4V BY View King Laborers Fine Graders $50.86 7A 4V BY View King Laborers Firewatch $43.11 7A 4V BY View King Laborers Form Setter $50.86 7A 4V BY View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V BY View King Laborers Grade Checker @ Transit Person $52.44 7A 4V BY View King Laborers Grinders $50.86 7A 4V BY View King Laborers Grout Machine Tender $50.86 7A 4V BY View King Laborers Groutmen (Pressure) Including Past Tension Beams $51.80 7A 4V BY View King Laborers Guardrail Erector $50.86 7A 4V BY View King Laborers Hazardous Waste Worker Level Aj $52.44 7A - 4V - BY - View King Laborers Hazardous Waste Worker (Level B) $51.80 77A 4V 8Y View King Laborers Hazardous Waste Worker Level Cj $50.86 7A - 4V - BY - View King Laborers High Scaler $52.44 7A 4V BY View King Laborers Jackhammer $51.80 7A 4V BY View King Laborers Laserbeam Operator $51.80 7A 4V BY View King Laborers Maintenance Person $50.86 7A 4V BY View King Laborers Manhole Builder-Mudman $51.80 7A 4V BY View King Laborers Material Yard Person $50.86 7A 4V BY View King Laborers Motorman -Dinky Locomotive $51.80 7A 4V BY View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air $ Water On Concrete a Rock, Sandblast, Gunfte, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V BY View King Laborers Pavement Breaker $51.80 7A 4V BY View King Laborers Pilot Car $43.11 7A 4V BY View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View 519QO20 Page 6 of 19 King Laborers lPipe Pot Tender $51.801 7A I 4V 8Y I View King Laborers Pipe Refiner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Poderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V BY View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Seale Person $50.86 7A 4V BY View King Laborers Sloper 'Over 2D" $51.80 7A 4V BY View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader Concrete $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stack Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $51.80 7A - 4V - 8Y - View King Laborers Tamper (Multiple & Self- propelled) $51.80 7A 4V - 8Y View - King Laborers Timber Person - Sewer {Lagger. 5horer Et Cribber) $51.80 7A 4V BY View King Laborers Toolroom Person (at iGbsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker30.01-44.00 psi $125.64 7A - 4V - 9B - View King Laborers Tunnel Work -Compressed Air Worker44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $135.02 7A - 4V - 9B - View King Laborers $137.14 7A 4V 9B View 5M2020 Page 7 of 19 Tunnel Mork -Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel V-fork-Compressed Air Worker 64.01-68.00 psi $142.24 7A - 4V - 9B - View King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B View King Laborers Tunnel Mork -Compressed Air Worker 70.01-72.00 psi $146.14 7A - 4V - 9B - View King Laborers Tunnel Vfork-Compressed Air Worker 72.01-74.00 psi $148.14 7A dV 9B View King Laborers Tunnel Mork-Guage and Lack Tender $52.54 7A 4V BY View King Laborers Tunnel Work -Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V BY View King Laborers Well Point Laborer 551.80 7A 4V 8Y View King Laborers Window Washer/Cleaner 539.18 7A 4V BY View King Laborers - Underground Sewer & Water General Laborer t} Topman $50.86 7A 4V BY View King Laborers - Underground Sewer & Water Pipe Layer $51.80 7A dV 8Y View King Landscape Construction Landscape Constructi an I Land scapi ng or Planting Laborers 539.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K SX View King Landscape Maintenance Groundskeeper 517.87 1 View King Lathers Journey Level $62.44 5D iH View King Marble Setters Journey LeveL $58.82 5A im View King Metal Fabrication Jn Shop) Fitter $15.86 1 View King Metal Fabrication in ShoW Laborer $13.50 1 View King Metal Fabrication in ShoW Machine Operator $13.50 1 View King Metal Fabrication in ShoW Painter $13.50 1 View King Metal Fabrication Lin ShoW Welder $15.48 1 View King Miillwrivht Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 i View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings TooL Maintenance $13.50 1 View King Modular Buildings Utility Person 513.50 1 View King Modular IBuildiM Welder $13.50 1 View King Painters Journey Level $43.40 62 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View 1912020 -aase3a=:4 King Pile Driver Hyperharic Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4 View King Pile Driver Hyperharic Worker - Compressed Air Worker 30.01 - 44.00 PSI $82.93 7A 4C `,"iew King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI S86.93 7A 4C `,Iew King Pile Driver Hyperharic Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $99.43 7A 4C View King Pile Driver Hyperharic Worker - Compressed Air Worker 68.01 - 70.00 PSI $101.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $103.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $105.43 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level 559.42 7L 1ft View King Playiyound I} Park Equipment Installers Journey Level $13.50 1 View King Plumbers I} Pipefitters Journey Level $89.19 62 1G View King Power Equipment Operators Asphalt Plant Operators 569.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer 565.05 7A 3K. 8X View King Power Equipment Operators Barrier Machine zipper $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator- concrete $68.55 7A 3K. 8x View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter S68.551 7A 3K 8X View King Power Equipment Operators Cableways 569.16 7A 3K 8X View King Power E uipment Operators Chipper $68.55 7A 3K $X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed 565.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K. 8X View King Power Equipment Operators $69.16 7A 3K 8X View 5./W2020 Masa 9 o =9 Concrete Pump; Truck Mount With Boom Attachment Over 42 lv{ King Power Equipment Operators Concrete Pump; Truck Mount I-Ath Boom Attachment Up To 42 m 568.55 7A 3K 8X View King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction; 200 tans and over $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tans through 199 tons, or 150' of boom {including jib with attachments $69.85 7A 3K 8X View King Power E ui ment Operators Cranes: 20 Tons Through 44 Tons With Attachments 568.35 7A 3K. 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments 570.57 7A 3K 8X View King Power Equipment Operators Cranes. 300 tons and over or 30fl' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators Cranes. 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 71 3K 8X View King Power Equipment Operators Cranes: A -frame - 10 Tans And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes. Friction cranes through 199 tons 570.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tans with attachments, A -frame over 10 tons 568.02 7 3K. 8X View King Power Equipment Operators Crusher 568.55 7n 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Vlork 569.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under 568.02 7A 3K 8X View King