Loading...
HomeMy WebLinkAboutPW1996-0212 - Original - Northwest Boring Company, Inc. - Mill Creek SR 167 Drainage Tunnel - 06/18/1996 6 ii+�I�I� Illy , '-77". I F ENT Ito ti I I_3 I tiI z,x ,q .ICI /v�pp�� [y ,+{ Tp9 y i t 1 h ISi.I-���,.1 5✓,Ll'U\3'Y V'1�:��"`5,,�:f'�Q.i l..lf�'k.J w� III I - I. ..9 a I: k ht'�l� �I�I��aIll��III�da�IC��II � � II I i Til nipICI. L I? t:3'dI �I� III I 'ICI bill�ll lil �If�: 1 YwJdvvil lh- ' h �j III�I III I BtD.S ACCEPTED LINTIL, � f III' 4 M. IwH ylll' , MAYlivip �I i BID OPENINGh '� I ��I 51 Ih ill 11��1 N ti � � ��:Iil II I II III �I, .I N I Ilil' III I Ib`4 i II IJ 14 10:0 �s 9 I i IV�i y� AY p 33 A 1 A �r a €I li �iR �I� III 'III rr I1u11 II I CITY OF�.1 "I"' ram„ , �I I K NT,.)A.SI-IINI:GT(­ —) I 1 �LI I s' I I , o II r DON E. Va'ICI S"I RON4. P. E. DIRECTOR OF PUBLI' WORKS CITY OF KENT KING COUNTY, WASHINGTON SPECIAL PROVISIONS FOR MILL CREEK/SR 167 DRAINAGE TUNNEL BIDS ACCEPTED UNTIL 9:45 A.M. MAY 159 1996 BID OPENING 10:00 A.M. � f MAY 1591996 �Qj c p ® cl z AT CITY OF KENT 493 O FCts?ER w-' CITY HALL EXPIRES 5/2 /6 q7 KENT, WASHINGTON w� DON E. WICKSTROM, P. E. DIRECTOR OF PUBLIC WORKS ORDER OF CONTENTS Call for Bids Contractor's Compliance Statement Proposal Subcontractor List Statement of Bidder's Qualifications Proposal Signature Sheet Bid Bond Form Performance Bond Form Contract Combined Affidavit& Certification Form: Non-Collusion and Minimum Wage (Non-Federal Aid) Bidders Check List Table of Contents Kent Special Provisions Kent Standard Details Prevailing Wage Rates BIDDER'S NAME - b P I/lb w f S f eDfZ 1A1 o1' py,� /Nc. CITY OF KENT KING COUNTY, WASHINGTON BID DOCUMENTS FOR MILL CREEK/SR 167 DRAINAGE TUNNEL BIDS ACCEPTED UNTIL 9:45 A.M. MAY 15, 1996 BID OPENING 10:00 A.M. " TMAY 15, 1996 AT CITY OF KENT .. CITY HALL KENT, WASHINGTON DON E. WICKSTROM, P. E. DIRECTOR OF PUBLIC WORKS ORDER OF CONTENTS FOR BID PACKAGE Call for Bids Contractor's Compliance Statement Proposal Subcontractor List Statement of Bidder's Qualifications Proposal Signature Sheet Bid Bond Form Combined Affidavit & Certification Form: Non-Collusion and Minimum Wage (Non-Federal Aid) Bidders Check List w.. CALL FOR BIDS Notice is hereby given that the City of Kent, Washington,will receive sealed bids at the City Clerk's office through �.. May 15, 1996 up to 9:45 A.M. as shown on the clock adjacent to the City Clerk's office located on the second floor of Kent City Hall, 220 4th Avenue South, Kent, Washington. All bids will be opened and read publicly aloud at 10:00 A.M. for the construction of the project for the City of Kent named as follows: MILL CREEK/SR 167 DRAINAGE TUNNEL The project consists of boring or tunneling 280 LF of 60" diameter steel casing under SR 167 adjacent to existing Mill Creek culverts. Riprap embankment, channel excavation, access roads, site dewatering and effluent treatment, and landscape restoration are included in the project. The Engineer's estimated range for this project is approximately $ 250,000.00. For technical questions, please call Tom Tazuma at 859-3383. Bid documents may be obtained by contacting City of Kent Engineering Department, Teresa Baim, Phone 859-3362. 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 bids that are sealed will be accepted. No facsimiles will be considered. Each bid shall be in accordance with plans and Kent Special Provisions and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the Plans and Special Provisions may be purchased at a non-refundable cost of 3$ 0.00 for each set. Copies of the Standard Specifications are available for perusal only. A cashier's check, postal money order or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids, or waive any informalities in the bidding, or determine which bid or bidder is the most satisfactory bid or 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 deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his bid for a period of nine (90) days after the day of bid opening. Dated this 30th day of April , 1996. BY Brenda Jacober, M City Clerk Published in Valley Dailv News on May 2nd and May 9th 1996 Daily Journal of Commerce on May 2nd and May 9th 1996 CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order rl 1246) Date s/1S- q e This statement relates to a proposed contract with the City of Kent named MILL CREEK/SR 167 DRAINAGE TUNNEL I am the undersigned bidder or prospective contractor. I represent that -- 1. I_ have, have not,participated in a previous contract or subcontract subject to the President's Executive Order 411246 (regarding equal employment opportunity) or a preceding similar Executive Order. w- /Y oK i H 0 e IT boo 0,AV Cowl 4q4/ NAME OF BIDDER Signature/Title r�oN�ILv �,), Go.✓Zi1c Es 1 324f *e 172 �� - cJVv 1)► 4-L r. C.), . 9, 672 ADDRESS (:dote to Bidders: The information required in this Compliance Statement is informational only) DRAINAGE TC\VEL.NVPD Hav 3,1996 I l PROPOSAL. To the City Clerk Kent. Washington Cite Hall Kent. Washington 98032 The undersigned hereby certifies that of 1W/Zf#r ffI-4X1^16 has personally examined the job site and construction details of the work as outlined on the Plans and described in the Kent Special Provisions for MILL CREEK/SR 167 DRAINAGE TUN`EL for the Cite of Kent. Washing==ton. and has read and thoroughly understands the Plans and Kent Special Provisions and Contract coveming the work embraced in this improvement and the method by which payment will be made for said work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents. and Contract and at the following schedule of rates and prices: NOTE TO BIDDERS: (1) All bid items are described in Section 10 of the Kent Special Provisions. (2) Proposal items are numbered in sequence but are noncontinuous. i.e. not all proposal items are used in this proposal. (3) Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs. the written or typed words shall prevail. (4) Should a particular bid item appear in more than one schedule of the proposal, the bidder must bid the sam unit price. Should the Contractor not bid the same unit price. the City reserves the right to revise the bid by using the lowest unit price submitted by the bidder for the item in question in each schedule where the item appears. EXAMPLE SCHEDULE I - STREET ITEM APPROX. Uti'IT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOtNT 1000 100 Roadway Excavation, S 14.00 $ 1,400.00 CY Including Haul Per CY Fourteen Dollars and no cents Any bids not filled out properly may be considered non-responsive. DIL4INAGE TUNNEL.NN PD .NIa% 3.1996 MILL, CREEK DRAINAGE Ti NNEL, ITEM APPROX. UNIT TOTAL NO QUANTITY ITEN/1 '\%1TH UNIT PRICED BID PRICF A!v10iNT 1000 1 Mobilization $ /S, 060,o0 `'� $ /S� o0 0. , LUMP SUM Per LS Q� F ( F) ESN Me4s�NO Lli(,�/�s 4 ANo No «Nir 2m3/ 000, oa 1005 1 60" I.D. Drainage Tunnel LUMP SUM Per LS (wD TOOc/lyN/v AVo N0 CLWI'f v 1015 450 Gravel Borrow Including Haul $ (0. Od S �/� .(-0d TONS 1� Per TON ( 6� +�0GG��-f 1 W. 90 A(& (,ANTS as 1020 15 Crushed Surfacing Top Course $ 21100 S 3 GD TONS 5/8" Minus Per TON Aqd No GFNV fW-P N S �04(S6.00 Minimum) 1025 100 Crushed Surfacing Base Course� nn S /S P-L" S /J -S-11 11 TONS 1 1/4" Nlinus Per TON (9, go- fA(VA No CAW 6.00 Nlinimum) ell1028 120 Streambed Gravel � $ y 0, 0 d S L1 g��-r TONS Per TON rOle'iy I'ui� �dl� 1031 25 12" Diameter HDPE Storm Pipe n f-�. Od S 3 pD-— LF �J Per LF �i,)F v� �ui.�AA s R/! n!6 C-E W7-1 1035 20 Cold Plant Mix for Temporary $ -- TONS Pavement Patch i� Per TON FoK-rY -)c OF VtjGLA,ij �lud No �EtiT1 1041 25 Saw Cut Existing 10" Reinforced S $ °= S �� v LF Cement Concrete Pavement Per LF t V v LL A& ANn ,vn C-6AIr ' DRAINAGE TCVYEL.NVI'D May 3.1996 two MILL CREEK DRAINAGE TUNNEL. ITEM APPROX. UNIT TOTAL NO QUANTITY ITEM WITH UNIT PRICED BID PRICE AMOUNT 1050 1 Hydroseeding, Fertilizing LUMP SUM and Mulchina Per LS oME T004fpsrD Wr di- 19rZO OoLLAfB AA( Ald GF.AiTY' 1062 40 Traffic Control Labor $ 24.00 S 960.00 HOURS Per FIR Twenty-Four Dollars and no cents 1120 >j Imported Topsoil $ 2 D. o S 1) CY Type A Per CY 'FL,)r_ I'try G6411"f 1130 1 Temporary Bridge $ 3, 2 Do.Dv $ 31 2 D o, oa LUMP SUM Per LS 1162 1,000 Shorina and Cribbing $ 1 . OJ $ tdz) SF Per SF b&, r Ooi LAR A,IP N0 CCrVr1 1181 200 Coir Netting with V $ 2, 00 S y pO SY Straw Mat y Per SY --W e OOLL, l+� s A1110 NL) Cr>�Li7"S 1201 1 Temporary Erosion Sediment Control $ 3, b v 0,°'$ 3 , o 0 0. LUMP SUM Per LS 7-149e T14 b4 ;Af1P P OLLIa )tS ANC Yo ct lyrl O� 1-305 200 Light Loose Riprap $ 10.00 $ LJ Doo, TONS Per TON i w n�Ty 0 Aof All M' �NrC 1320 1 Project Sian $ Z,OD. �-V $ 200, EACH Per EA T,) 0 14 khQRan P01.1.42J A,((A Nv CJN1f DRAINAGE TONNEL.1*N'PD Mav 3,1996 MILL CREEK DRAINAGE TtWNI FI. ITEM APPROX. UNIT TOTAL NO QUANTITY ITFNI %vITF1 UNIT PRICED BID PRICE AIVIOtrNT 1330 2 Pipe Grate, 60" $ i3O D EACH Per EA SAX PLi11P12EJ0 GIG1y Da�c/ynS adD ,vo 61 TOTAL $ 2Y 7 A— DRAINAGE TUNYELANTD May 3,1996 � ikw c k. s1/s1-ir6 SUBCONTRACTOR LIST Prepared in Compliance v�-ith RCS`' 39.30.060 Pursuant to RCW 39.30.060, list each subcontractor that shall perform the following listed subcontract work amounting to more than 10% of the total bid contract price. less applicable sales tax. List each bid item to be performed by each designated subcontractor in numerical sequence. This subcontractor list must be fully completed, signed and delivered no later than the time for bid opening. PROJECT NAME MILL CREEK/SR 167 RAINAGE TUNNEL CONTRACTOR'S SIGNATURE ^'► J Xx- Subcontractor Name _1.J � i l.�/� i F✓� 6,91KYrk 4 c n Item Numbers (oIj I 020 / oat- 101K ;,, �I /I2D II j ?- fib( rao/ i3aS � 32� Subcontractor Name Item Numbers Subcontractor Name Item Numbers LL Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers DRAINAGE TUNNELAVI'D 6 Ha r 3,199C, �r. .. Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Prime Contractor Name IV Ok TO w45 I do4 /MG M Al Al — Bid item numbers to be performed by the prime contractor Item Numbers fh b � I 1 3D 13 2 J K.. W.. DlUdNAGE TUNNELAN PD Ilay 3,I996 7 +ir STATEMENT OF BIDDER'S QUALIFICATION To be filled in by the Bidder. Each contractor hiddim,, on work included in these contract documents shall prepare and submit the data requested in the following schedule of information: This data sheet must be included in and made a part of these Bid Documents. 1. Name of Bidder: Noribwect Rnri ng Cr mpanV, Tnr_ 2. Business Address: 13248 NE. 177th Place Woodinville, WA. 98072 3. How many years have you been engaged in the contracting business under the present firm name? 27 years 4. Contracts now in hand. Gross amount: $ Approx 3,000,000. 5. General character of work performed by your company: Tunnel, Pipejack, Microtunnel Auger Bore, Pipe Ram and various trenchless pipe installations �.. 6 a. Description of tunnel projects in Kent Valley successfully completed by the Contractor using the same means and methods as proposed for the Mill Creek/SR 167 project and involving similar geologic conditions. Including location, date, owner, owner's construction representatives with current telephone number, pipe size, length of tunnel, soil and groundwater conditions. amount of settlement, maximum line and grade deviation, ripe of tunneling equipment.contract amount (for tunneling component if part of larger project), and a description of litigation or unresolved claims. A)150 if of 84 concrete pipejack with shield for METRO/R.L. Alia Summer 1995 Lacation: Kent Valley Approx 3 mile north of this site. Rep: Jim Carlson969- "" Soil * sand and silts_ Groundwater- above tunnel manna SPtt],ament• none 2756 Equipment pipejack with shield No litigation Value of pipjeck Approx$170,000 B) Mill Creek Crossing for the same purpose as the proposed project. Approximate. for buri-Ington or ern othe- KPFF 622-5822 SIZE: 54" dia -Steel Eq: pipejack Water: in pipe zone. Soil �- b. References inclucil coSettlementa nd Pel��l� Pi TimIWA% �o� $3�d t4 r e'fi pfJet cf lignm that the Contractor has successfully completed within the past five (5) years in the P '000. Sound area. Tri State Construction, Joe Agostino, 206-455-2570 _METRO, Jim Carlson, 969-2756 City of Seattis,-11a—AnQersga, 296 684 7623 DRAIN,\GE TL'VNELANTD Slav 3. 1996 tS W+ 7 List your major equipment: Cranes , Trucks, Light duty Trucks, welding equip, generators_ de-watering q , Pumps9 exravatars, tunneling, Pi�n_o_iark, aiioarhnra, and pipe RAM equipment. 8. Bank references: U.S. Bank, Dave Jenson, 206-258-3479 9. Bonding Company: American Casualty Company of Reading , PA. 10. Additional information per Section 1-02 of the Kent Special Provisions will be required from the low bidder after the bid opening. DRAT\AGE TUNNELANTI) May 3,I996 9 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract. if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within thirty (30) 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 ninety (90) 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 �"N;15 , to the plans and/or Kent Special Provisions is hereby acknowledged. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents referenced in the "Order of Contents". whether set forth by the City or the Bidder. DATE: NA:T1E OF BIDDER �'II��/ �S� �9 �� BY: �ih � J - Signature/Title (ADDRESS) DRAINAGE TUNNELANI'D Mav 3,1996 10 BID BOND FORM Herewith find deposit in the form of a cashiers check, cash, or bid bond in the amount of$ 5 which amount is equal to five percent of the total bid. BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Northwest Boring Company, Inc. , as Principal, and American Casualty Company of Reading, Pennsylvania , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of N ve Percent of the -c*al Amt. Bid Dollars, for the payment of the 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 Mill Creek/SR 167 Drainage Tunnel according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 14th DAY OF MaY 19g6 . No west Boring VnyL By: PRINCIPAL American Casualty Company of Reading, Penn- sylvania SURET J Holly Ulfers, Attorrie -=in-Fact 19_ Received return of deposit in the sum of $ DRAINAGE TUNNEL\1PD I 1 Nln%l J,1996 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That CONTINENTAL CASUALTY COMPANY,an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,a Connecticut corporation,AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation(herein collectively called"the CNA Surety Companies"),are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signature and seals herein affixed hereby make,constitute and appoint Mary A. Dobbs,Steven W. Palmer, Geraldine C. Stewart, David J. Forsyth Holly Ulfers Individually of Seattle,Washington - their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given are hereby ratified and confirmed. ... This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions,printed on the reverse hereof, duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 6th day of February , 1996 YAWR CONTINENTAL CASUALTY COMPANY d "Q`4 NATIONAL FIRE INSURANCE COMPANY OF HARTFORD COWOFIAre AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA p • 2 a JULY 31, v SEAL e 1902 s la97 • M.C.Vonnahme Group Vice President State of Illinois, County of Cook,ss: On this 6th day of February 1996 , before me personally came M. C.Vonnahme ,to me known,who, being by me duly swom, did depose and say:that he resides in the Village of Darien , State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, ,.., and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. J NOTARY PUSUC c°Ok Co..\ LAWS& VV My Commission Expires October 19, 1998 Linda C. Dempsey Notary Public r.. CERTIFICATE 1,John M. Littler ,Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof,1 have hereunto subscribed my name and affixed the seals of the said corporations this / 4l-7 day of 71 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA o o JULY n. # SEAL { le97 +ma • (Rev.7/14/95) John M.Littler Assistant Secretary W ISSUE DATE (06/03/96) A-01111 CERTIFICATE OF LIABILITY INSURANC THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE PRODUCER CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED PARKER, SMITH & FEEK, INC. THE 700 First Interstate Center COMPANI ES ACCf1Qr1WC [`[IVFRaDGE "'999 3rd Avenue ND CASUALTY COMPANY A VALIANT INSURANCE COMPANY (MARYLA ) Seattle, Washington 98104 COMPANY T1RED....................................................... IS Y7ORTHWEST BORING COMPANY, INC. COMPANY 13248 N.E. 177th Place C foodinville, Washington 98072 COMPANY D _ ...........................nu-:w::::::::::::::::x::••-:-.,. :.::in}::iti':.....:}}:-}:}}}}':::..L::::�.v+,C�::i:j4i{vti:O.tii+�"}:"Hv ri1S:��:i::%::��ii:<+k?2�:: .......................... .. ::.•.x•::::::::::::•u...n:.v•:::.v:-n.....::v.:...v..v:.v::::::.v::n-nv}}:v}:.}::m:v::.:i:..\ ...v......4'�.. .Y.:.}+..h}} t.. :t:U?.:ii:; ...... ..... .................:............ ........:. :..nv .............:...t:•....t....::•x�•.-..:....•...................}.,.:::••.:.:.:....:•:..:. h:ni}•}•:¢•.•}-.•::::..;p;n•? ..+....�{t.. \v+•.{''�'::t. I.M............... ........ :vv-.w.......v..... t......--.v:::•.+.......... tt... .::m:L�:•..:v2v...................t.....:.....: ..t..t:p:tv.:.................. .: MS:.\U�.t•..:�:•... .L^�v0...,-+. v;},i+�.. . .t ..+\..............O.....,.,...{..+........+...nt..}.. .....v ........ v....t.. +•{..;}}�n.t.+w..+•yv;}t:.. ................•......... .:...t......+.n.. ..,..+�.t.... ................n.t..,-•:.•:..v.•.•1.::fi}}:-}}}:?:•:•}::i•}:Yt+\.:t+:n}:.}y{:::+,•:•• :r}:• .{.:bryvY.b :b}v.:.}�3{Ob}tIi'i>Ol ..;>..nv"t.+•:v:x:.-.•}...:C+v.:+:•:•..v.+:.:::\\:. \++t v.}..tv�•::v::::::+:......t....::::•:::+ .+:h.t h t.}}t:,ty:\.;.,{,•.1.�:.}v.::p:{.}i}....:%3:.}:?O}}:5:. ..t}•.\.;...:ht.;{•n:i.•t;+.•tt+:4:v}.w.�_:t:?{{?:?.vi.iv,.}{??hu:,•...:n:x};2`r:}::::}.Y..`:...r.Y.�h'i.{.}:??{:::.v{.:a �f1NRy1lJ4JY„[.I.....::v:rl vtiY3v}]t,C+•i.:•}':Svt �{�:tit�ti}}v{vvii:.}.y}>::xv.6!t..ih..:.\...... Y THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY HICHH THIS f DILATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CGNDITION OF ANY CONTRACT OR OTHER DOCUMENT WrrH RESPECT TO WHIS RTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS `>~1'JD CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co Type of Insurance Policy Policy Effective Policy Expiration Limits Ltr Number Date(MM/DD/YY) Date(MM/DD/YY) IIA General Liability EPA 04/01/96 04/01/97 General Aggregate $2,000,000 I X Commercial General Liability 28371863 Products/Comp Ops Agg. . $1,000,000 Pers. &Adv. Injury $1,000,000 _Claims Made X Occur. O Each Occurrence $1,000,000 Owners&Contractors Prot. Fire Damage (any one fire) $ 50,000 II — Med. Expense(any one person) $ 5,000 A Automobile Liability ECA 04/01/96 04/01/97 Combined Single Limit $1,000,000 X Any Auto 28371989 X All Owned Autos Bodily Injury(per person) $ _Scheduled Autos X Hired Autos Bodily Injury(per accident) $ II� X Non-Owned Autos Property Damage $ Garage Liability Auto Only-Each Accident $ IIµ Other Than Auto Only: —Any Auto Each Accident $ Aggregate $ Excess Liability Each Occurrence $ _Umbrella Form Aggregate $ _Other Than Umbrella Form A EPA 04/01/96 04/01/97 _WC STATUTORY LIMITS Employers' Liability 28371863 X OTHER Washington Stop Gap EL Each Accident $1,000,000 The Proprietor/Partners/ _Incl. EL Disease-Policy Limit $2,000,000 Executive Officers are: Excl. EL Disease-Each Employee $1,000,000 Other .ascription of operabonsAocations/vehicles/special items Solely with respect to Mill Creek SR167 Drainage Tunnel Project-The City of Kent, its officers, officials, employees, agents, and olunteers are included as Additional Insureds per Form 930018, Edition Date 10/93 attached with respect to operations of the sured- Severability of Interest Clause- X, C, U Included- Per Project/Location Aggregate ,.., :--•.t {.}-:•}•:•}--.:r.}}••-*1.0:days_for non-payment.$of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE CITY OF KENT EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 4S* 220 4th Avenue South DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT Kent, h A enue 5895 FAILURE TO M IL SUCH NOTI OBLIGATION OR LIABILITY OF Attn: City Clerk ALIT EP TIVE ... ........... .............. .v:::-..w:wn•.:.:.,vw:::::.vrvv:::::::.v?::.vn.}y..:::0}:•}}ri•}}}}::<"+U::•..":.v::::n........•• 4 .: :.: -,. 61 ..........................v ..v .+.. .t.............rt.....nt...n.........t.........+-:..:::::n::::n.:::::n }}:i.:..:t+.::::::::...::... .:.}}•... .::iv ... .. .... ................... ........... ....................::v:..v:;•;•:::•-:::}}}Yfi:•}:.i}:•}nv.}'::::...............+..... O:{...t.:.. x.:n .. t :• ............ . ... ..: .. ........:w::.w:......:.....tt......••w::::}.:t+......4t....t.. ..v::.v:•:x:::.::v.::::::.....v:......,.... ,..v.•.v...-.w::, .�.. .v.}•:: v. ::. ... .. VBORING\CERT96(Ml) n THE MARYLAND INSURANCE GROUP CONTRACTOR'S POLICY COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. (2) The 'bodily injury' or'property damage' Read the entire policy carefully to determine rights, occurs during the policy period. duties and what is and is not covered. G. Damages because of 'bodily injury' include Throughout this policy the words 'you' and 'your' damages claimed by any person or refer to the Named Insured shown in the organization for care, loss of services or Declarations, and any other person or organization death resulting at any time from the 'bodily qualifying as a Named Insured under this policy.The injury word: true,' 'us' and our refer to the company 2. Exclusions. providing this insurance. This insurance does not apply to: The word 'insured' means any person or organization qualifying as such under WHO IS AN a. Expected or Intended Injury - INSURED (SECTION II). 'Bodily injury'or property damage'expected Other words and phrases that appear in quotation or intended from the standpoint of the marks,have special meaning. Refer to DEFINITIONS insured. This exclusion does not apply to (SECTION V). 'bodily injury' resulting from the use of reasonable force to protect persons or SEC"f10N I - COVERAGES property. COVSRAGE A. BODILY INJURY AND PROPERTY b. Contractual Liability DAMAGE LIABILITY 'Bodily injury'or'property damage'for which i. 'Insuring the insured is obligated to pay damages by 9 Agreement. reason of the assumption of liability in a it. We will pay those sums that the insured contract or agreement. This exclusion does becomes legally obligated to pay as not apply to liability for damages: damages because of 'bodily injury' or (1) Assumed in a contract or agreement 'property damage' to which this insurance that is an 'insured contract', provided applies. We will have the right and duty to the 'bodily injury' or 'property damage' defend any 'suit' seeking those damages. occurs subsequent to the execution of We may at our discretion investigate any the contract or agreement; or 'occurrence' and settle any claim or 'suit' (2) That the insured would have in the that may result. But: absence of the contract or agreement. (1) The amount we will pay for damages is limited as described in LIMITS OF c. Liquor Liability INSURANCE (SECTION HI): AND -Bodily injury'or'property damage'for which (2) Our right and duty to defend and when any insured may be held liable by reason of: we have used up the applicable limit of (1) Causing or contributing to the insurance in the payment of judgments intoxication of any person; or settlements under Coverages A or B (2) The furnishing of alcoholic beverages to or medical expenses under Coverage C. a person under the legal drinking age or under the influence of alcohol; or No other obligation or liability to pay sums or (3) Any statute, ordinance or regulation perform acts or services is covered unless relating to the sale, gift, distribution or explicitly provided for under 9 SUPPLEMENTARY PAYMENTS - use of alcoholic beverages. COVERAGES A AND B. This exclusion applies only if you are in the b. This insurance applies to 'bodily injury' and business of manufacturing, distributing, selling, serving or furnishing alcoholic 'property damage' only if: beverages. (1) The 'bodily injury' or'property damage' is caused by an 'occurrence'that takes place in the 'coverage territory;' and 930018 ED 11/93 (Includes copyrighted hted material of the Insurance Page 1 of 13 O Services Office, Inc., with its Permission) Z00[n HDal u 3'8Sd SC1TZ9C90ZT TVA FZ:CT alll 96/CT/90 d. Workers Compensation and Similar Laws (1) it the 'pollutants' are brought on or to the premises,she or location Any obligation of the insured under a in connection with such workers'compensation, disability benefits or operations by such insured, unemployment compensation law or any contractor or subcontractor; or similar law. e. Employer's Liability (ii) rf the operations are to test for, monitor, clean up, 'Bodily injury' to: remove, contain, treat, (t) An'employee'of the insured arising out detox-hy or neutralize, or inany way respond to, or of and in the course of: assess the effects of (a) Employment by the insured; or 'pollutants`. (b) Performing duties related to the Subparagraphs (a) and (d)(i) do not conduct of the insured's apply to 'bodily injury* or 'property business; or damage' arising out of heat, smoke or (2) The spouse, child, parent, brother or fumes from a hostile fire. sister of that 'employee' as a As used in this exclusion, a hostile fire consequence of (1) above. means one which becomes uncontrollable or breaks out from where This exclusion applies: it was intended to be. (1) Whether the insured may be liable as an employer or in any other capacity; and (2) Any loss, cost or expense arising out of any: (2) To any obligation to share damages with (a) Request, demand or order that or repay someone else who must pay damages because of the injury. any insured or others test for, monitor, clean up, remove. This exclusion does not apply to liability contain, treat, detoxify or assumed by the insured under an 'insured neutralize, or In any way respond contract.' to, or assess the effects of 1. Pollution 'pollutants'; or (1) 'Bodily injury' or 'property damage' (b) Claim or suit by or on behalf of a arising out of the actual, alleged or governmental authority for threatened discharge, dispersal, damages because of testing for, seepage,migration, release or escape of monitoring, cleaning up, pollutants': removing, containing, treating, (a) At or from any premises, site or detoxifying or neutralizing, or in location which is or was at any any way responding to, or •• time owned or occupied by, or assessing the effects of rented or loaned to, any insured; pollutants . (b) At or from any premises, site or 9• Aircraft, Auto or Watercraft location which is or was at any 'Bodily injury' or 'property damage' arising " time used by or for any insured or out of the ownership, maintenance, use or others for the handling, storage, entrustment to others of any aircraft, 'auto' disposal, processing or treatment or watercraft owned or operated by or , of waste; rented or loaned to any Insured. Use (c} Which are or were at any time includes operation and loading or ' transported, handled, stored, unloading.' treated, disposed of, or This exclusion does not apply to: processed as waste by or for any (1) A watercraft while ashore on premises insured or any person or you own or rent; .- organization for whom you may be legally responsible: or ( ) A watercraft 2 you do not own that is: (d) At or from any premises, site or (a) Less than 51 feet long; and location on which any insured or (b) Not being used to carry persons any contractors or subcontractors or property for a charge; working directly or indirectly on (3) Parking an 'auto' on, or on the ways any insured's behalf are next to, premises you own or rent, performing operations: provided the -auto- is not owned by or rented or loaned to you or the insured; Page 2 of 13 (Includes copyrighted material of the insurance 930018 ED. 11193 ❑ Services Office, Inc., with its permission) C00n Hi3.I, u 3VSd SCTTZSC90ZT M SVCT alll 96/CT/90 (4) Liability assumed under any 'insured k. Damage to Your Product contract'forthe ownership,maintenance 'Property damage' to 'your product' arising or use of aircraft or watercratt. out of rt or any part of it. h. Mobile Equipment I. Damage to Your Work 'Bodily injury' or 'property damage' arising ■Property damage'to'your work, arising out out of: of it or any part of it and included in the (1) The transportation ofmobile equipment' 'products-completed operations hazard.' by an 'auto' owned or operated by or This exclusion does not apply it the rented or loaned to any insured; or damaged work or the work out of which the (2) The use of •mobile equipment' in, or damage arises was performed on your while in practice for, or while being behalf by a subcontractor. prepared for, any prearranged racing, m. Damage to Impaired Property or Property speed, demolition. or stunting activity. Not Physically Injured 1. War 'Property damage' to 'impaired property' or 'Bodily injury' or 'property damage' due to property that has not been physically war, whether or not declared, or any act or injured, arising out of: condition incident to war. War includes civil (1) A defect, deficiency, inadequacy or war, insurrection,rebellion or revolution.This dangerous condition in'your product'or exclusion applies only to liability assumed 'your work;' or under a contract or agreement. (2) A delay or failure by you' or anyone ), Damage to Property acting on your behalf to perform a 'Property damage'to: contract or agreement in accordance with its terms. �. (1) Property you own, rent, or occupy; 2 Premises you sell, give away or This exclusion does not apply to the loss of ( ) Y 9 use of other property arising out of sudden abandon,if the'property damage'arises and accidental physical injury to your out of any part of those premises; product' or your work' after it has been put (3) Property loaned to you; to Its intended use. (4) Personal property in the care, custody or n. Recall of Products, Work or Impaired control of the insured; Property (5) That particular part of real property on Damages claimed for any loss, cost or which you or any contractors or expense incurred by you or others for the subcontractors working directly or loss of use, withdrawal, recall, inspection, indirectly on your behalf are performing repair, replacement, adjustment, removal or —" operations, if the 'property damage' disposal of: arises out of those operations; or (1) 'Your product:' (6) That particular part of any property that (2) Your work;' or must be restored, repaired or replaced 3 'Im aired property;* because 'your work' was incorrectly ( ) p performed on it. if such product, work, or property is Paragraph (2) of this exclusion does not withdrawn or recalled from the market or apply if the premises are 'your work' and from use by any person or organization were never occupied, rented or held for be , a o causcyf a known r suspected dangerous rental by you. Paragraphs (3), (4), (5) and (6) of this condiRion in it. I b exclusion do not apply to liability assumed Exclusions c.through n. do not apply to damage 9 y under a sidetrack agreement. 'specific perils' to premises while rented to you or Paragraph (6) of this exclusion does not temporarily occupied by you with permission of the apply to -property damage' included in the owner. A separate limit of insurance applies to this 'products - completed operations hazard.' SECTIONa I)described in LIMITS OF INSURANCE ( 9:30018 ED 11193 (includes copyrighted material of the Insurance Page 3 of 13 ❑ Services Office, Inc., with its permission) f'00[n H3H1 K 3'8Sd SCTTZ8C90ZT TF3 SZ:CT alll 96/CT/90 COVERAGE B. PERSONAL AND ADVERTISING (4) For which the insured has assumed ,.. INJURY LIABILITY liability in a contract or agreement. This exclusion does not apply to liability for 1. Insuring Agreement. damages that the insured would have in a. We will pay those sums that the insured the absence of the contract or becomes legally obligated to pay as agreement. damages because of 'personal injury' or (5) 'Personal injury' arising out of any: 'advertising injury' to which this insurance applies. We will have the right and duty to (a) Wrongful eviction from: defend any 'suit' seeking those damages. (b) Wrongful entry into; or We may at our discretion investigate any Other invasion of the right of 'occurrence" or offense and settle any claim (c) private occupancy of g or'suit' that may result. But: (1) The amount we will pay for damages is any room, dwelling or premises that a limited as described in LIMITS OF person or organization occupies if caused INSURANCE (SECTION III); and by the actual, alleged or threatened discharge, dispersal, seepage, migration, (2) Our right and duty to defend end when release or escape of 'potiutants.' we have used up the applicable limit of insurance in the payment of judgments b. 'Advertising injury' arising out of: or settlements under Coverage A or B or (1) Breach of contract, other than medical expenses under Coverage C. misappropriation of advertising ideas No other obligation or liability to pay sums or under an implied contract; perform acts or services is covered unless (2) The failure of goods, products or explicitly provided for under services to conform with advertised SUPPLEMENTARY PAYMENTS - quality or performance; COVERAGES A AND B. (3) The wrong description of the price of b. This insurance applies to: goods, products or services; or (1) 'Personal injury' caused by an offense (4) An offense committed by an insured arising out of your business, excluding whose business is advertising, advertising, publishing, broadcasting or broadcasting, publishing or telecasting. telecasting done by or for you: (2) 'Advertising injury'caused by an offense COVERAGE C. MEDICAL PAYMENTS committed in the course of advertising 1. Insuring Agreement. your goods, products or services; but only N the offense was committed in the a- (1) We will pay medical expenses as ' 'coverage territory'during the policy period. described below for bodily injury caused by an accident: 2. Exclusions. (a) On premises you own or rent; This insurance does not apply to: (b) On ways next to premises you a. 'Personal injury' or'advertising injury:' own or rent; or (1) Arising out of oral or written publication (c) Because of your operations. of material, if done by or at the direction (2) This applies only 9: of the insured with knowledge of its - falsity: (a) The accident takes place in the (2) Arising out of oral or written publication "coverage territory'and during the of material whose first publication took policy period; place before the beginning of the policy (b) The expenses are incurred and period; reported to us within three years (3) Arising out of the willful violation of a of the date of the accident; and penal statute or ordinance committed by (c) The injured person submits to or with the consent of the insured; or examination, at our expense, by _ physicians of our choice as often as we reasonably require. .. Page 4 of 13 (includes copyrighted material of the Insurance 93001 a ED. 111g3 ❑ Services Office, Inc., with its permission) w� S001 ] H03,L N AVSd SCTTZPV90ZT TYd 9Z:CT alll 96/CT/90 �. C, I). We will make these payments regardless of c. We will make these payments regardless of fault. These payments will not exceed the fault. These payments will not exceed the applicable limit of insurance. We will pay limits shown in the LIMITS OF INSURANCE reasonable expenses for: (SECTION 111), subject to the Per Claim Deductible. (1) First aid at the time of an accident; 2. Exclusions. (2) Necessary medical, surgical, x-ray and dental services, including prosthetic o 'cWe ovlered not ppropertyay ages for'property damage' devices; and (3) Necessary ambulance, hospital, a. Eligible for coverage under Coverage A. professional nursing and funeral b. On premises owned, leased, rented or services. occupied with permission, by the insured. 2. Exclusions. c, Excluded under Coverage A., except for —W We will not pay expenses for'bodily injury': items (4) and (5) of exclusion j, a. To any insured. d. Which are tools or equipment of others in b. To a person hired to do work for or on the care, custody or control of the insured. behalf of any insured or a tenant of an SUPPLEMENTARY PAYMENTS • COVERAGES A insured. AND B c. To a person injured on that part of premises We will pay, with respect to any claim or 'suit' we you own or rent that the person normally defend: occupies. 1. All expenses we incur. d. To a person, whether or not an 'employee' Z The cost of bail bonds required because of of any insured, If benefits for the 'bodily accidents or traffic law violations arising out of injury• are payable or must be provided the use of any vehicle to which the Bodily Injury under a workers' compensation or disability Liability Coverage applies. We do not have to benefits law or a similar law, furnish these bonds. e. To a person injured while taking part in 3. The cost of bonds to release attachments, but athletics. w. only for bond amounts within the applicable limit f. Included within the 'products-completed of insurance. We do not have to furnish these operations hazards'. bonds. g. Excluded under Coverage A. 4. All reasonable expenses incurred by the insured h. Due to war, whether or not declared, or any at our request to assist us in the investigation or act or condition incident to war. War defense of the claim or 'suit,' including actual includes civil war, insurrection rebellion or loss of earnings up to $250 a day because of revolution. time off-from work. CCVERAGE D. LIMITED CARE, CUSTODY OR 5. All costs taxed against the insured In the 'suit.' CCNTROL 6. Prejudgment interest awarded against the 1. Insuring Agreement. insured on that part of the judgment we pay. If a. We will pay for 'property damage' to we make an offer to pay the applicable limit of i Insurance, we will not pay any prejudgment •covered property in the care, custody, interest based on that period of time after the control of the in caused by ann offer. 'occurrence'to which this insurance applies. Ines to'pro a llama e' 7, All interest on the full amount of any judgment b. This insurance applies P rty g that accrues after entry of the judgment and to'covered property' only if: before we have paid, offered to pay, or (1) The 'property damage' to 'covered deposited in court the part of the judgment that `~ property' is caused by an 'occurrence• is within the applicable limit of insurance. that takes place in the 'coverage These payments will not reduce the limits of territory•; Insurance. .� (2) The 'property damage' to 'covered property' occurs during the policy period; and (3) The damages are incurred and reported .. to us within one year of the date of the 'occurrence.' S M 9. 30018 ED 11193 (includes copyrighted material of the Insurance Page 5 of 13 O Services Office, Inc., with its permission) 900[n HDS.L X AVSd SCTTZSC90ZT TVA 99:CT 110, 96/CT/90 .» C.) SECTION if - WHO IS AN INSURED b. Any person (other than your 'employee'), or 1. If you are designated in the Declarations as: any organization while acting as your real a. An individual, you and spouse are estate manager. your p insureds, but only with respect to the c. Any person or organization having proper conduct of a business of which you are the temporary custody of your property if you sole owner. die, but only: b. A partnership or joint venture, you are an (1) With respect to liability arising out of the insured. Your members, your partners, and maintenance or use of that property; their spouses are also insureds, but only and �» with respect to the conduct of your (2) Until your legal representative has been business. appointed. c. An organization other than a partnership or d. Your legal representative if you die, but only joint venture, you are an insured. Your with respect to duties as such. That '~ 'executive officers' and directors are representative will have all your rights and insureds,but only with respect to their duties duties under this Coverage Part. as your officers or directors. Your stockholders are also insureds, but only with e. Your subsidiaries, and subsidiaries of your �- respect to their liability as stockholders. subsidiaries, are insureds if: 2. Each of the following is also an insured: (1) and are legally incorporated entities; a. Your'employses',other than your'executive 2 You own more than 50°� of the voting w officers', but only for acts within the scope of stock w them as a a the effective date of their employment by you or while performing duties related to the conduct of your this policy. business. However, no •employee' is an If such subsidiaries are not shown in the insured for: Declarations, you must report them to us (1) •Bodily injury' or'personal injury% within 180 days of the inception of your (a) To you. to your partners or original policy. members(if you are a partnership f. Any person or organization other than an or joint venture), or to a co- architect, engineer, or surveyor, which 'employee' while in the course of requires in a 'work contract' that such his or her employment or while person or organization be made an insured performing duties related to the under this policy. However, such person or -- conduct of your business; organization shall be an insured only with respect to covered •bodily injury', 'property (b) To the spouse, child, 'parent, damage,, 'personal injury' and 'advertising brother or sister of that co- injury' which results from'your work' under •employee- as a consequence of that'work contract'. " paragraph (1)(a) above; obligation The coverage afforded to such person or (c) For which there is any o es with bl a organization shall continue only for a period to share damages repay y of thirty (30) days after the effective date of someone else who must pay the applicable 'work contract' or until the "- damages because of the injury end of the policy term, whichever is earlier. described in paragraphs (1)(a) or However, if you report to us within this (b) above; or period the name of the person or �. (d) Arising out of his or her providing organization, as well as the nature of the or failing to provide professional 'work contract' involved, the coverage health care services. afforded under this coverage form to such (2) 'Properly damage,to property: person or organization shall continue until the expiration of this policy. (a) Owned, occupied or used by; or 9. Any person or organization to whom fou are (b) Rented to, in the care,custody,or obligated by virtue of a written 'insured control of, or over which physical contract' to provide insurance such as is .. control is being exercised for any afforded by this policy, but only with respect purpose by to liability arising out of the ownership, you, any of your 'employees' or, if you maintenance, or use of that pan of any are a partnership or joint venture, any premises leased to you. • partner or member. Page 6 of 13 (Includes copyrighted material of the Insurance 93001a ED. 11193 ❑ Services Office, Inc., with its permission) LOOZ Mal K Avsd GCTTZSC90ZT IVA 9Z:CT alll 96/CT/90 This does not apply to: k. Any manager, owner, lessor, mortgagee. ... (1) Any 'occurrence' that takes place after assignee, or receiver of premises, including you cease to be a tenant on those land leased by you but only with respect to premises; or liability arising out of the ownership, (2) Structural alterations, new construction maintenance or use of that part of the or demolition operations performed by or premises or land leased to you subject to on behalf of such insured. the following additional exclusions: h. Any state or political subdivision but only as This insurance does not apply to: respects legal liability incurred by the state (1) Any'occurrence'which takes place after or political subdivision solely because it has you cease to be a tenant in that issued a permit with respect to operations premises, or cease to lease the land: or performed by you or on your behalf. (2) Structural alterations, new construction This insurance does not apply to: or demolition operations performed by or "Bodily injury', property damage', on behalf of that person or organization. 'personal injury' or 'advertising injury 3. With respect to'mobile equipment'registered in arising out of operations performed for your name under any motor vehicle registration the state or municipality; or law, any person is an insured while driving such (2) 'Bodily injury' or 'property damage' equipment along a public highway with your included within the'products-completed permission. Any other person or organization operations hazard'. responsible for the conduct of such person is I. Any person or organization who is the lessor also an insured, but only with respect to liability of equipment leased to you, but only with arising out of the operation of the equipment, respect to their liability arising out of the and only if no other insurance of any kind is maintenance, operation or use by you of available to that person or organization for this " such equipment subject to the following liability. However, no.person or organization is additional exclusions: an insured with respect to: This insurance does not apply to: a. 'Bodily injury' to a co-'employee' of the person driving the equipment: or �- (1) Any occurrence'which takes place after b. 'Property damage' to property owned by, the equipment lease expires; or rented to, in the charge of or occupied by (2) 'Bodily injury' or 'property damage' you or the employer of any person who is an arising out of the sole negligence of that insured under this provision. person or organization. 4. Any organization you newly acquire or form, j. Any architect,engineer,or surveyor engaged other than a partnership or joint venture, and by you but only with respect to liability over which you maintain ownership or majority arising out of your premises or'your work'. interest, will qualify as a Named Insured if there This insurance, with respect to such is no other similar insurance available to that architects,engineers,or surveyors,does not organization. However: apply to 'bodily injury', 'property damage', a. Coverage under this provision is afforded .. 'personal injury,or"advertising injury'arising only until the 180th day after you acquire or out of the rendering of or the failure to form the organization or the end of the render any professional services by or for policy period, whichever is earlier; you, including: b. Coverage A does not apply to bodily injury' •"' (1) The preparing, approving, or failing to or 'property damage' that occurred before prepare or approve maps, drawings, you acquired or formed the organization; opinions, reports, surveys, change c. Coverage B does not apply to 'personal orders, designs or specifications; or injury'or•advertising injury'arising out of an (2) Supervisory, inspection, or engineering offense committed before you acquired or services. formed the organization; and 930018 ED 11/93 (Includes copyrighted material of the Insurance Page 7 of 13 O Services Office, Inc., with as permission) `'" goo 113al u AVSd SCTTZRC90ZT lyd LZ:CT M 96/CT/90 .� C' d. Coverage D does not apply to "property 7. Subject to S. above, the Medical Expense Limit damage'that occurred before you acquired is the most we will pay under Coverage C for all .., or formed the organization. medical expenses because of 'bodily injury' No person or organization is an insured with respect sustained by any one person. to 1he conduct of any current or past partnership or 8. Subject to S. above, the Limited Care, Custody, joint venture that is not shown as a Named Insured or Control Limit shown in the SCHEDULE below in the Declarations. is the most we will pay under Coverage D. for SECTION III • LIMITS OF INSURANCE damages for any one 'occurrence'. 1. The Limits of Insurance shown in the SCHEDULE: — Declarations, or shown below. and the rules Per Occurrence Limit: $1,500 below fix the most we will pay regardless of the Per Claim Deductible: $ 250 number of: Annual Aggregate Limit: $2,500 a. Insureds; The deductible amount indicated in the SCHEDULE b. Claims made or 'suits' brought; or above is on a per claim basis. That deductible applies to property damage to covered property' c. Persons or organizations making claims or for all damages sustained by any one person or bringing 'suits.' organization. 2. The General Aggregate Limit is the most we will The limits of this Coverage Part apply separately to pay for the sum of: each consecutive annual period and to any a. Medical expenses under Coverage C; remaining period of less than 12 months, starting b. Damages under Coverage A, except with the beginning of the policy period shown in the Declarations, unless the policy period is extended damages because of 'bodily injury' or 'property damage•included in the'products- after issuance for an additional period of less than 12 completed operations-hazard;' and months. In that case, the additional period will be deemed part of the last preceding period for c. Damages under Coverage 5- purposes of determining the Limits of Insurance. d. Damages under Coverage D. SECTION IV-COMMERCIAL GENERAL LIABILITY 3. The Products-Completed Operations Aggregate CONDITIONS -- Limit is the most we will pay under Coverage A 1. Bankruptcy. for damages because of •bodily injury' and Bankruptcy or insolvency of the insured or of the 'property damage- included in the 'products- insured's estate will not relieve us of our completed operations hazard.' obligations under this Coverage Part 4. Subject 2 above, the Personal and 2. Duties In The Event Of Occurrence, Claim Or Advertisingg Injury Limit is the most we will pay Suit_ under Coverage B for the sum of all damages Suit- because of all 'personal injury' and all a. You must see to it that we are notified as -- 'advertising injury'sustained by any one person soon as practicable of an'occurrence' or an or organization. offense which may result in a claim. To the 5. Subject to 2.or 3. above,whichever applies, the extern possible, notice should include: Each Occurrence Limit is the most we will pay (1) How, when and where the moccurrencel for the sum of: or offense took place; a. Damages under Coverage A; and (2) The names and addresses of any injured b. Medical expenses under Coverage C; and persons and witnesses; and c, Damages under Coverage D (3) The nature and location of any injury or damage arising out of the occurrence' or because of all 'bodily injury' and 'property offense. damage* arising out of any one*occurrence., b. If a claim is made or'suit' is brought against 6. Subject to 5. above,the 'Specific Perils•Liability any insured, you must: Limit is the most we will pay under Coverage A (1) Immediately record the specifics of the for damages arising out of 'specific perils' resulting in 'property damage' to premises claim or*suit'and the date received; and rented to you. .W. Palle 8 of 13 (Includes copyrighted material of the Insurance 93001E ED. 11/93 0 Services Office, Inc., with its permission) 6000 Ml N 3VSd SCTTZPC90ZT TF3 LZ:CT alll 96/CT/90 Q (2) Notify us as soon as practicable. 4, Other Insurance. You must see to it that we receive written If other valid and collectible insurance is notice of the claim or 'suit' as soon as available to the insured for a loss we cover practicable. under Coverages A or B of this Coverage Part, c. You and any other involved insured must: our obligations are limited as follows: (1) Immediately send us copies of any a. Primary Insurance demands, notices, summonses or legal This insurance is primary except when b. papers received in connection with the below applies. If this insurance is primary, �- ttaim or suit; our obligations are not affected unless any of (2) Authorize us to obtain records and other the other insurance is also primary.Then,we will share with all that other insurance by the information; method described in C. below, (3) Cooperate with us in the investigation, b, Excess Insurance settlement or defense of the claim or 'suit;' and This insurance is excess over any of the (4) Assist us, upon our request, in the other insurance, whether primary, excess, enforcement of any right against any contingent or on any other basis: person or organization which may be (1) That is Fire, Extended Coverage, liable to the insured because of injury or Builder's Risk, Installation Risk or similar damage to which this insurance may also coverage for your work;' �. apply. (2) That is 'Specific Perils' insurance for d. No insureds will, except at their own cost, premises rented to you; or voluntarily make a payment, assume any (3) If the loss arises out of the maintenance obligation, or incur any expense, other than or use of aircraft, 'autos' or watercraft to �. for first aid, without our consent. . the extent not subject to Exclusion g. of e. Knowledge of an'occurrence', claim or'Suits Coverage A (Section 1). by the agent, servant or 'employee' of an When this insurance is excess, we will have insured shall not in itself constitute your no duty under Coverage A or S to defend knowledge unless your officer, manager, or any claim or•suit'that any other insurer has partner has received notice of the a duty to defend. If no other insurer defends. 'occurrence', claim, or 'suit'. we will undertake to do so, but we will be f. Failure by an agent, servant or employee'of entitled to the insured's rights against all an insured(other than an officer,manager,or those other insurers. partner) to notify us of an 'occurrence' will When this insurance is excess over other not be considered a failure to comply with insurance, we will pay only our share of the - paragraphs a_ and b. above. amount of the loss, if any, that exceeds the 3. Legal Action Against Us. sum of: No person or organization has a right under this (1) The total amount that all such other Coverage Part: insurance would pay for the loss in the a. To join us as a parry or otherwise bring us absence of this insurance; and .into a 'suit' asking for damages from an (2) The total of all deductible and self- Insured: or Insured amounts under all that other �.. b. To sue us on this Coverage Part unless all of insurance. its terms have been fully complied with. We will share the remaining loss, if any, with A person or organization may sue us to recover any other insurance that is not described in on an agreed settlement or on a final judgment this Excess Insurance provision and was not ~� against an insured obtained after an actual trial; bought specifically to apply in excess of the but we will not be liable for damages that are Vmits of Insurance shown in the Declarations not payable under the terms of this Coverage of this Coverage Part. Part or that are in excess of the applicable limit c. Method of Sharing of insurance. An agreed settlement means a If all of the other insurance permits settlement and release of liability signed by us, contribution by equal shares, we will follow the insured and the claimant or the claimant's this method also. Under this approach each legal representative. insurer contributes equal amounts until It has �— paid its applicable limit of insurance or none of the loss remains, whichever comes first. 9:3001 B .ED 11l93 (Includes copyrighted material of the Insurance Page 9 of 13 ❑ Services Office, Inc., with its permission) Own Hou 11 3vsd 5£TTZS£90ZT TF3 SZ:£T alll 96/£T/90 n if ,any of the other insurance does not permit g, When We Do Not Renew. contribution by equal shares, we will contribute by 9 we decide not to renew this Coverage Part,we limits. Under this method, each insurer's share is will mail or deliver to the first Named Insured bared on the ratio of its applicable limit of insurance shown in the Declarations written notice of the to the total applicable limits of insurance of all nonrenewat not less than 30 days before the insurers. expiration date. S. Premium Audit. If notice is mailed, proof of mailing will be a. We will compute all premiums for this sufficient proof of notice. Coverage Part in accordance with our rules 10. Unintentional Errors And Omissions. and rates. a. Premium shown in this Coverage Part as Any unintentional error or omission in the advance premium is a deposit premium only. description of, or failure to completely describe, At the close of each audit period we will any premises or operations imended to be ` compute the earned premium for that period. covered by this Coverage Part will not invalidate Audit premiums are due and payable on or affect coverage for those premises or notice to the first Named Insured. If the sum operations. However,you must report such error of the advance and audit premiums paid for or omission to us as soon as practicable after its the policy term is greater than the earned discovery. premium,we will return the excess to the first SECTION V - DEFINITIONS Named Insured. 1. 'Advertising injury' means injury arising out of c. The first Named Insured must keep records one or more of the following offenses: of the information we need for premium a. Oral or written publication of material that computation, and send us copies at such slanders or libels a person or organization or times as we may request. disparages a person's or organization's .., 6. Representations. goods, products or services; By accepting this policy, you agree: b. Oral or written publication of material that a. The statements in the Declarations are violates a person's right of privacy; accurate and complete; c. Misappropriation of advertising ideas or style b. Those statements are based upon of doing business; or representations you made to us; and d. Infringement of copyright, title or slogan. c. We have issued this policy in reliance upon 2. 'Auto' means ' your representations. a. A land motor vehicle, trailer or semitrailer T. Separation Of Insureds. designed for travel on public roads,including Except with respect to the Limits of Insurance, any attached machinery or equipment. - and any rights or duties specifically assigned in b. Self-propelled vehicles with the following this Coverage Part to the first Named Insured, types of permanentlyattached equipment: this insurance applies: (1) Equipment designed primarily for: a. As 4 each Named Insured were the only (a) Snow removal. Named Insured; and b. Separately to each insured against whom (b) Road maintenance, but not claim is made or 'surf' is brought. construction or resurfacing; B. Transfer Of Rights of Recovery Against (c) Street cleaning; Others To Us. (2) Cherry pickers and similar devices If the insured has rights to recover all or pact of mounted on automobile or truck chassis any payment we have made under this and used to raise or lower workers; and Coverage Part, those rights are transferred to (3) Air compressors, pumps and generators, us. The insured must do nothing after loss to including spraying, welding, building Impair them. At our request, the insured will cleaning,geophysical exploration,lighting bring 'suit' or transfer those rights to us and and well servicing equipment. help us enforce them. c. 'Auto, does not include 'mobile equipment'. Page 10 of 13 (includes copyrighted material of the Insurance 930019 ED. 11/93 ❑ Services Office, Inc., with its permission) TTO[n H3al 11 d'NSd SCTTZSC90ZT XV,4 SZ:CT 11HI 96/CT/90 n a. The repair, replacement, adjustment or 3. 'Bodily injury' means bodily injury, sickness or removal of 'your product' or'your work:' or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or b' agreement.oilthe terms of the contract or fulfilling death resulting from bodily injury, sickness or disease. 9. 'Insured contract' means: a. 'Coverage territory' means: a. A contract for a lease of premises. However, a. The United States of America (including its that portion of the contract for a lease of territories and possessions),Puerto Rico and premises that indemnities any person or organization for damage by'specific perils'to Canada; .... premises while rented to you or temporarily b. International waters or airspace,provided the occupied by you with permission of the injury or damage does not occur in the owner is not an 'insured contract'. course of travel or transportation to or from b. A sidetrack agreement; � any place not Included in a. above; or c. All parts of the world It: c. Any easement or license agreement, except in connection with construction or demolition (1) The injury or damage arises out of; operations on or within 5o feet of a railroad; (a) Goods or products made or sold by d. An obligation, as required by ordinanr•.e, to you in the territory described in a. indemnify a municipality, except in above; or connection with work for a municipality; (b) The activities of a person whose e. An elevator maintenance agreement; home is in the territory described in pan rt of an other contract or agreement a. above, but is away for a short time f. y on your business; and pertaining to your business (including an indemnification of a municipality in (2) The insured's responsibility to pay connection with work performed for a damages is determined in a'suit* on the municipality ) under which you assume the merits, in the territory described in a. tort liability of another parry to pay for bodily above or in a settlement we agree to. injury'or'property damage*to a third person S. 'Covered property' means: or organization. Tort liability means a liability that would be imposed by law in the absence a. Personal property in the care, custody or of any contract or agreement. control of the insured; or Paragraph f. does not include that part of b. That particular part of real property on which any contract or agreement: you or any contractors or subcontractors working directly or indirectly on your behalf (1) That indemnities a railroad for bodily are performing operations, if the 'property injury"or'property damage'arising out of damage' arises out of those operations. construction or demolition operations, 6. 'Employee' includeswithin so feet of any railroad property a 'leased worker'. and affecting any railroad bridge or 'Employee' does not include a 'temporary trestle. tracks, roadbeds, tunnel, worker. underpass or crossing; 7. 'Executive officer' means a person holding any (2) That indemnifies an architect,engineer or of the officer positions created by your charter, surveyor for injury or damage arising out constitution, by-laws or any other similar of: governing document. ' means tangible property, (a) Preparing, approving or falling to a. 'Impaired property g prepare or approve maps, drawings, other than your product! or your work,' that opinions, reports, surveys, change cannot be used or is less useful because: orders, designs or specifications; or a. It incorporates your product' or your work' (b) Giving directions or instructions, or that is known or thought to be defective, failing to give them, if that is the deficient, inadequate or dangerous; or primary cause of the injury of b. You have failed to fulfill the terms of a damage; or contract or agreement; it such property can be restored to use by: 93001a ED 11/93 (includes copyrighted material of the Insurance page 11 of 13❑ Services Office, Inc., with its permission) ZTO Z Mal u aysd GCTTZSC90ZT IVd 6Z:CT alll 96/CT%90 O (1) Air compressors, pumps and generators, (3) Under which the insured, 9 an architect, including spraying, welding, building engineer or surveyor,assumes liability for cleaning,geophysical exploration,lighting an injury or damage arising out of the and well servicing equipment; or insured's rendering or failure to render Cher pickers and similar devices used professional services, including those (2) Cherry p listed in (2) above and supervisory, to raise or lower workers; inspection or engineering services. f. Vehicles not described in a., b., c. or d. 10. 'Leased worker' means a person leased to you above maintained primarily for purposes by a labor leasing firm under an agreement other than the transportation of persons or between you and the labor leasing firm, to cargo. perform duties related to the conduct of your 13. 'Occurrence' means an accident, including business. 'Leased worker does not include a continuous or repeated exposure to substantially 'temporary worker. the same general harmful conditions. 11. 'Loading or unloading' means the handling of 14. •Personal Injury'means injury,other than'bodily property: injury; arising out of one or more of the a. After it is moved from the place where it is following offenses: accepted for movement into or onto an a. False arrest, detention or imprisonment: aircraft, watercraft or'auto;' b. Malicious prosecution: b. While it is in or on an aircraft, watercraft or a Any: 'auto;' or c. While it is being moved from an aircraft, {1) Wrongful eviction from; watercraft or 'auto' to the place where it is (2) Wrongful entry into; or finally delivered; (3) Invasion of the right of private occupancy but'loading or unloading' does not include the of any room, dwelling or premises that a movement of property by means of a person or organization occupies by or on mechanical device,other than a hand truck,that behalf of its owner, landlord or lessor. is not attached to the aircraft, watercraft or d. Oral or written publication of material that 'auto.' slanders or libels a person or organization or 1:'_ 'Mobile equipment' means any of the following disparages a person's or organization's types of land vehicles, including any attached goods, products or services; or machinery or equipment: e. Oral or written publication of material that a. Bulldozers,farm machinery,forklifts and other slanders or libels a person's right of privacy. vehicles designed for use principally off 15. "Pollutants' means any solid, liquid, gaseous or public roads: thermal irritant or contaminant, including smoke, w- b. Vehicles maintained for use solely on or next vapor,soot,fumes, acids. alkalis,chemicals and to premises you own or rent; waste.Waste includes materials to be recycled, c. Vehicles that travel on crawler treads; reconditioned or reclaimed. d. Vehicles. whether self-propelled or not, 16. a. 'Products-completed operations hazard` includes all 'bodily injury' and 'property maintained primarily to provide mobility to damage' occurring away from premises you permanently mounted: own or rent and arising out of Nour product' (1) Power cranes, shovels, loaders, diggers or yrour work' except: -- or drills; or (1) Products that are still in your physical (2) Road construction or resurtacing possession; or equipment such as graders, scrapers or rollers; (2) Work that has not yet been completed or W abandoned. e. Vehicles not described in a., b., c. or d. b, *Your work'will be deemed completed at the above that are not self-propelled and are earliest of the following times; maintained primarily to provide mobility to permanently attached equipment of the (1) When all of the work called for in your following types: contract has been completed. Page 12 of 13 (includes copyrighted material of the Insurance 930018 ED, 11/93 O Services Office, Inc., with its permission) rr. CTOln H331 11 AVSd 5£TTZSC90ZT TV3 6Z:CT 11111 96/CTi90 O (2) When all of the work to be done at the b. Any other alternative dispute resolution .� site has been completed if your contract proceeding in which such damages are calls for work at more than one site. claimed and to which you submit with our (3) When that part of the work done at a job consent. rson who is site has been put to its intended use by 20' furnished t worker' ou to substitute forea permanent any person or organization other than 'employee, on leave or to meet seasonal or another contractor or subcontractor short-term workload conditions, working on the same project. Work that may need service, maintenance, 21. 'Water damage' means accidental discharge or correction, repair or replacement, but which leakage of water or steam as the direct result the breaking or cracking of any part of a system is otherwise complete, will be treated as or appliance containing water or steam. completed. c, This hazard does not include 'bodily injury' 22. 'Work Contract'means a written agreement Into or•property damage' arising out of: which you enter for work to be performed by (1) The transportation of property,unless the you or on your behalf. �- injury or damage arises out of a condition 23. a. Your product' means: in or on a vehicle created by the'loading (1) Any goods or products, other than real or unloading' of it; property, manufactured, sold, handled, (2) The existence of tools, unlnstalled distributed or disposed of by: equipment or abandoned or unused (a) You: materials; (b) Others trading under your name; or (3) Products or operations for which the (�} A person or organization whose classification in this Coverage Pan or in business or assets you have our manual of rules includes products or acquired; and completed operations. (2) Containers (other than vehicles), 17. 'Property damage' means: materials,parts or equipment furnished in a, Physical injury to tangible property,including connection with such goods or products. all resulting loss of use of that property. All b. 'Your product' includes: such loss of use shall be deemed to occur at the time of the physical Injury that caused it; (1) Warranties or representations made at -- or any time with respect to the fitness, quaitty, durability, performance or use of b. Loss of use of tangible property that is not your product,' and physically injured. All such loss shalt be of or failure to provide deemed to occur at the time of the (2) The providing •occurrence'that caused it. warnings or instructions. is. •Specific perils' means: ,Your product' does not include vending explosion; windstorm or hail; Fly rented to or Fire; lightning; exp machines or other prope located for the use of others but not sold. '- smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire 24. a. 'Your work' means: extinguishing equipment; weight of snow, ice or (1) Work or operations performed by you or sleet; or'water damage.' on your behalf; and 19. 'Suit'means a civil proceeding in which damage (2) Materials,parts or equipment furnished in because of 'bodily injury.' 'property damage. connection with such work or operations. 'personal injury' or•advertising in ury' to which b. 'Your work' includes: this insurance applies are alleged. 'Suit' (1) Warranties or representations made at includes: any time with respect to the fitness, a. An arbitration proceeding in which such quality, durability, performance or use of damages are claimed and to which you must your work,' and submit or do submit with our consent; or (2) The providing of or failure to provide warnings or instructions. 9311018 ED 11/93 (Includes copyrighted material of the Insurance page 13 of 13❑ Services office. Inc., with its permission) fiTOIA H331. 9 3'8Sd SCTTZSC90ZT I1'3 6Z:CT AH1. 96/CT/90 —Executed in triplicate PERFORMANCE BOND Bond #142307694 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned, Northwest Boring Company Inc 13248 NE 177th Place,Woodinville, WA 98072, (206) 483 9191/fax (206) 487-2895 asPrincipal, and American Casualty Company of Reading, Pennsylvania 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$ 246,760.00 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, the 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 said Northwest Boring Company,Inc. the above bounden Principal, a certain contract, the said contract providing for Mill Creek/SR 167 Drainage Tunnel w (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS,the said Principal has accepted, or is about to accept, the said contract, and undertake to -. perform the work therein provided for in the manner and within the time set forth: DRAINAGE TUNNEL.WPD 12 "" May 22,1996 PERFORMANCE BOND PAGE 2 NOW, THEREFORE, for non-FHWA projects only if the Northwest Boring Company, Inc. -� 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 said Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, then and in the 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. (SIGNATURES ON FOLLOWING PAGE) DRAINAGE TUNNEL.WPD 13 May 3,1996 PERFORMANCE BOND PAGE 3 TWO WITNESSES: Northwest Boring Company, Inc. PRINCIPA ._ �i•'=s TITLE: 10K PRINT NAME DATE: 1 � 5�/ i�.� D. Al tu PRINT NAME - DATE: American a u lty Company of Reading, Pennsylvania SURETY CORPORATE SEAL: ... BY: Holly(/Ulfers DATE: May 31 , 1996 TITLE: Attorney-in-Fact ADDRESS:P• 0. Box 240111 Seattle, WA 98124 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 1, N. A) A who signed the said bond on behalf of the Principal ) of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY DRAINAGE TUNNEL.WPD May 3,1996 14 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That CONTINENTAL CASUALTY COMPANY,an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,a Connecticut corporation,AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA,a Pennsylvania corporation(herein collectively called"the CNA Surety Companies"),are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signature and seals herein affixed hereby make,constitute and appoint Mary A. Dobbs,Steven W. Palmer,Geraldine C. Stewart, David J. Forsyth, Holly Ulfers, Individually of Seattle,Washington their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given are hereby ratified and confirmed. ~ This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 6th I day of February , 1996 CONTINENTAL CASUALTY COMPANY C0004mft r tl � NATIONAL FIRE INSURANCE COMPANY OF HARTFORD t, AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA J°isi1' 1MM1`' • M.C.Vonnahme Group Vice President State of Illinois, County of Cook,ss: On this 6th day of February 1996 before me personally came M. C.Vonnahme ,to me known,who,being by me duly sworn,did depose and say:that he resides in the Village of Darien , State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. rc. D 20 NOTARY "• PUBLIC x+a ��� ok co.. .. My Commission Expires October 19, 1998 Linda C. Dempsey Notary Public CERTIFICATE ... I,John M. Littler ,Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations -, this 3 day of /ll�i , 19�&. . bnwos CONTINENTAL CASUALTY COMPANY t NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA 1` 10 1887 N • (Rev.7/14/95) John M.Littler Assistant Secretary - CONTRACT THIS AGREEMENT, made in triplicate is entered into between the CITY OF KENT, a Washington Municipal Corporation("City"), and Northwest Boring Company Inc., located at 13248 NE 177th Pl. Woodinville,WA 98072 (206) 483-9191 fax(206) 487-2895 hereinafter called the Contractor. ~~ WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for Mill Creek/SR 167 Drainage Tunnel in the amount of$246-760 00 The project consists of boring or tunneling 280 LF of 60" dia steel casing under SR 167 adjacent to existing Mill Creek culverts Rjprap embankment channel excavation access roads site dewatering and effluent treatment and landscape restoration are included in the project. in accordance with and as described in the attached Kent Special Provisions and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after Notice to Proceed and be completed in thirty (30) calendar days. The City shall suffer damages if said work is not completed within the time specified. »- Therefore, the Contractor agrees to pay to the City liquidated damages in accordance with the formula published in Section 1-08.9 of the Standard Specifications. DRAINAGE TUNNEL.WPD 15 " ' May 22,1996 CONTRACT PAGE TWO 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 this contract and every part thereof, except such as are mentioned in the ,., Kent Special Provisions to be furnished by the CITY OF KENT. 2. The CITY OF KENT 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 attached plans and Kent Special Provisions and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached Kent Special Provisions and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. 3. The Contractor for himself, and for his 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 OF KENT 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 and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the 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. DRAINAGE TUNNEL.WPD 16 +yam May 3,1996 CONTRACT PAGE THREE 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 -y- 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 to make all books and records available to the CITY OF KENT for inspection, review, photocopying and audit in the event of a contract related dispute, claim, modification or other contract related action at reasonable times and at places designated by the CITY OF KENT. r 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 below 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, its agents. representatives, employees, subconsultants and/or subcontractors. Before beginning work on the project described in this contract. the Contractor shall provide a Certificate of Insurance evidencing: DRAINAGE TUNNEL.WPD 17 r.. May 3,19% CONTRACT PAGE FOUR 1. Automobile Liability insurance with limits no less than$1,000,000 combined single limit per accident for bodily injury and property damage; and 2. Commercial General Liability insurance written on an occurrence basis with limits no less than$1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, °�- collapse and underground (XCU) if applicable; and employer's liability. The insurance must refer to the project name,project location and contain a brief description of the project. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor. The City, its officers, officials, employees, agents and volunteers shall be named as an additional insured on the insurance policy, 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. W-- The Contractor's insurance shall 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. The Contractor's insurance shall be primary insurance as respects the City, and the City shall be given thirty (30) calendar days prior written notice by certified mail, return receipt requested, of any cancellation, suspension or material change in coverage. DRAINAGE TUNNEL.WPD 18 err May 3,1996 CONTRACT PAGE FIVE The City also reserves its unqualified right to require, at any time and for any reason, proof of coverage in the form of a duplicate of the insurance policy with all endorsements as evidence of coverage. Proof of coverage shall be provided to the City in the form of a Certificate of Insurance with all the endorsements as evidence of coverage. The City also reserves its unqualified right to require, at any time and for any reason, proof of coverage in the form of a duplicate of the insurance policy with all endorsements as evidence of coverage. Approval of required insurance is a condition precedent to the execution of this contract. 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 W- 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 OF KENT. (SIGNATURES ON FOLLOWING PAGES) DRAINAGE TUNNEI..WPD 19 May 3,1996 r� CONTRACT PAGE SIX IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed �- the day and year first hereinabove written. The City of Kent OWNER BY: JI ITE, MAYOR DATE: z — ATTEST: -Q BRENDA JACO R, C TY CLERK Approved as to Form: 2 j .ROGER LUBOVICH, CITY ATTORNEY .. ------------------------------------------------------------------------------ Northwest Boring Company, Inc. CONT TOR / `. BY: A I.� •� TITLE DATE: WITNESS, if INDIVIDUAL or PARTNERSHIP: DRAINAGE TUNNEL.WPD 20 r., May 3,1996 .. CONTRACT PAGE SEVEN STATE OF WASHINGTON ) ss COUNTY OF KING ) .. On this-�-' day of 1� il , 199L, before me personally appeared and to me known to be - W of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand the day and year first above written. tiVILLIAM R. JOHjqSON STATE OF WASHIA'GTO11 IOTT PUBLIC Notary Public in and for the a of Washington, residing at .wwY DRAINAGE TUNNEL.WPD 21 May 3,1996 City of Kent Combined Affidavit & Certification Form: Non-Collusion, Minimum Wave (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid. or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/ herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned. having duly sworn. deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract, that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT AND MNIMUM WAGE AFFIDAVIT MILL CREEK/SR 167 DRAINAGE TUNNEL NAME OF PROJECT A�OATH l,b��f Ale1WZ— e!�A"&NV /A16. NAME OF BIDDER'S FIRM xv 0" &:.-. SIGNATURE OF AUTHORIZED RE RESENTAIT OF BIDDER Subscribed and sworn to before me this gay of�, 1 �WHIt�,o �c NOTARY ; * Notary Public in and for the State of Washington, v, PUBLIC Z residing at F,2 1 I 04Q - 9�,�a 15 �OF WAS��� DRUNAGE TCNNEL.NVI'D 1 May 3.1996 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: 4" Bid Document Cover Sheet filled out with Bidders Name................................. Q� Tableof Contents Sheet......................................................................................... Call for Bids............................................................................................................ CT Contractors Compliance Statement..................................................................... O Date.............................................................................................................. 2" Titleof project............................................................................................ a I have have not acknowledgment............................................................. or Signatureand address............................................................................... Proposal................................................................................................................... First line of proposal - filled in.................................................................. Unit prices are correct and written in words........................................... Qi Statement of Bidder's Qualifications filled out by bidder.................................. Ct' SubcontractorsListing........................................................................................... Subcontractors listed properly Signature..................................................................................................... CY Proposal Signature Page........................................................................................ All Addenda acknowledged....................................................................... Cl Dated, signed and addressed..................................................................... D� BidBond Form....................................................................................................... O, �.. Signed, sealed and dated .......................................................................... ZnI (Amount of bid shall equal 5% of the total amount bid and shall be shown in both words and figures) Non-Collusion Affidavit......................................................................................... C' Signed, dated and notarized...................................................................... Er Bidder's Checklist................................................................................................... cl The following forms are to be executed after the Contract is awarded: ,. A) CONTRACT This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. DRAINAGE TUNNELANPD l Mav 3,1996 _TABLE OF CONTENTS KENT SPECIAL PROVISIONS PAGE SECTION 1 GENERAL I 1-01 Definitions and Terms 1 1-01.26 Standard Specifications I 1-02 Bid Procedures and Conditions 2 w 1-02.1 Prequalification to Bidders 2 1-02.2 Plans and Specifications 3 1-02.6 Preparation of Proposal 1-02.11 Combination and Multiple Proposals 3 1-03 Award and Execution of Contract 3 1-03.3 Execution of Contract 3 1-03.4 Contract Bond 4 1-04 Scope of Work 4 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,Addenda 4 1-04.4 Changes 5 1-04.6 Increased or Decreased Quantities 5 1-04.9(1) Use of Adjacent Properties 5 1-04.11 Final Clean Up 5 1-04.12 Disposal 5 1-05 Control of Work 6 1-05.5 Construction Stakes 6 1-05.11 Final Inspection 8 1-05.12 Final Acceptance 10 1-05.13 Superintendents, Labor and Equipment of Contractor 11 1-05.14 Cooperation with Other Contractors 11 W-. 1-05.17 Oral Agreement 11 DRAINAGE TUNNMWPD 24 -. May 3,1996 KENT SPECIAL PROVISIONS (continued) PAGE SECTION 1 1-06 Control of Materials 12 1-06.2(2) Statistical Evaluation of Materials for Acceptance 12 1-07 Legal Relations and Responsibilities to the Public 12 1-07.2 State Taxes 12 1-07.5 Wildlife, Fisheries and Ecology Regulations 12 1-07.6 Permits and Licenses 16 1-07.9 Wages 13 1-07.16 Protection and Restoration of Property 13 1-07.17 Utilities and Similar Facilities 14 1-07.18 Public Liability and Property Damage Insurance 16 1-07.23 Traffic Control 17 1-08 Prosecution and Progress 21 1-08.5 Time for Completion 21 1-09 Measurement and Payment 22 1-09.1 Measurement of Quantities 22 1-09.2 Weighing Equipment 23 1-09.9 Payments 23 1-09.11(2) Claims 24 1-09.13 Arbitration 24 1-10 Other General Requirements 25 1-10.1 Coordination of Work with City 25 1-10.2 Conformance to Requirements of WSDOT 25 1-10.3 Road Maintenance 25 1-10.4 General Restoration 26 1-10.5 Landscape Restoration 26 DRAINAGE TUNNELWPD 25 fir- May 3,1"6 KENT SPECIAL PROVISIONS (continued) PAGE SECTION 2 EARTHWORK 27 2-01 Clearing, Grubbing and Roadside Cleanup 27 2-02 Removal of Structures and Obstructions 27 2-06 Subgrade Preparation 29 2-07 Watering 29 2-10 Ditch and Channel Excavation 30 SECTION 4 BASES 30 4-02 Gravel Base 30 4-04 Ballasting and Crushed Surfacing 31 SECTION 5 SURFACE TREATMENTS AND PAVEMENTS 32 5-04 Asphalt Concrete Pavement 32 SECTION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 33 7-00 General Requirements 33 7-00.1 Requirements for All Utilities 33 7-00.2 Requirements for Drainage, Storm Sewers 37 and Sanitary Sewers 7-02 Culverts 40 SECTION 8 MISCELLANEOUS CONSTRUCTION 40 8-01 Erosion Control 40 8-30 Property Fences 43 8-33 Project Signs 44 ww, 8-34 Tunnel Crossings 46 DRAINAGE TUNNEL-WPD 26 May 3,1996 KENT SPECIAL PROVISIONS (continued) PAGE SECTION 9 MATERIALS 49 9-03 Aggregates 49 SECTION 10 PROPOSAL BID ITEM DESCRIPTIONS 50 KENT STANDARD DETAILS -- PREVAILING WAGE RATES DRAINAGE TUNNELWPD 27 May 3,1996 KENT SPECIAL PROVISIONS The following Kent Special Provisions supersede any conflicting provisions of Standard Specifications,the foregoing Amendments to the Standard Specifications and the General Special Provisions and are made a part of this contract. Otherwise all provisions of the Standard Specifications shall apply. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. SECTION 1 - GENERAL 1-01 DEFINITIONS Add the following definitions to the Standard Specifications: 1-01.26 Standard Specifications. The Standard Specifications for this contract are contained in the following publications: A. 1994 Standard Specifications for Road,Bridge and Municipal Construction," prepared by the Washington State Department of Transportation(WSDOT) and the American Public Works Association(APWA) Washington State Chapter, hereinafter referred to as the Standard Specifications. B. Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. C. The current edition of the "National Electrical Code". D. Manual of Uniform Traffic Control Devices (MUTCD) 1988 Edition. All reference in the Standard Specifications to the State departments thereof, or directors thereof, shall be revised to read City and/or City Engineer. These publications are incorporated in this contract by this reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions to this contract as well as construction details. The responsibility of supplying himself with those publications shall rest with the Contractor. Add the following definitions to Section 1-01.26: Pipe Jacking: Pipe jacking is a tunneling technique that involves installing a pipe by jacking it into place from a jacking pit, using hydraulic jacks. Excavation is carried out within a shield in front of the lead pipe segment using hand-mining or mechanical methods. Microtunneling: Microtunneling is similar to the pipe jacking tunneling technique but involves use of a pressurized face shield which is closed face, steerable, laser guided, DRAINAGE TUNNELWPD 1 May 3,1996 and articulated. It is capable of exerting continuous,controllable pressure at the tunnel heading to prevent groundwater inflows and soil movement into the heading. Bore-and-Jack: Bore-and-Jack tunneling method is similar to pipe jacking but does not use a shield. Augers within the pipe remove soil as the pipe is jacked forward. 1-02 BID PROCEDURES AND CONDITIONS _ 1-02.1 Prequalification of Bidders. Delete Section 1-02.1 and replace with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action will include a prequalification procedure prior to the bidder being furnished a proposal form on any contract. After the bid opening but prior to awarding the contract the low bidding Contractor is required to meet with the City and present qualifications and methodology to perform work in an informal pre-award conference to be scheduled after the bid opening. Pre-Bid Award Conference Submittals The following requirements (five(5) copies each) shall be submitted by the Contractor a minimum of two days prior to the meeting: 1. General tunnel work plan and schedule. 2. Description and drawings of tunneling equipment indicating provisions for controlling loss-of-ground. 3. Provisions for controlling groundwater including treatment of effluent prior to discharge,if dewatering methods are utilized. Refer to contract drawings for pre- treatment requirements. Submittals shall include drawings and details of dewatering system including well locations, well construction details, and calculations verifying adequacy of proposed system. 4. Jacking system details including maximum jacking forces equipment is capable of, calculated expected maximum load to be applied to casing and maximum theoretical capacity of casing pipe. 5. Procedures for controlling line and grade and making steering corrections to return to design line and grade. 6. Shop drawings for steel casing, fabrication tolerances. 7. Thrust block design -' 8. Bentonite injection system and discussion of how it will be implemented. 9. Shoring design, shop drawings for jacking and receiving pits and provisions for dewatering pits. 10. Plan for disposal of spoils. 11. Plan for verification of actual excavated volume/LF of tunnel. DRAINAGE TUNNELWPD 2 May 3,1996 12. Plan for monitoring settlement of SR 167 at reference locations established by the City of Kent Survey Division. 13. Work history, training, references of principal equipment operators, welders, foreman assigned to project. Include previous experience working with WSDOT and identify contact person. 14. Shop drawing of closed face shield and how it works,limitations, advantages,how Contractor will use in field to work in flowing and running soils and remove sunken trees and boulder obstructions. 15. Description of methods that will be used to avoid loss-of-ground (e.g., rate of advance versus soil volumes, etc.). 16. Description of methods that will be used to control flowing ground conditions if they are encountered. 17. Procedure that the Contractor will use to grount pipe after tunneling is complete. 1-02.2 Plans and Specifications. Upon awarding the Contract,the City shall supply to the Contractor for his own use five (5) copies of the Plans and Specifications. Additional copies can be purchased from the City at a price specified in the Call for Bids. 1-02.6 Preparation of Proposal. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL PRICES MUST BE STATED IN BOTH WORDS AND FIGURES. Proposals must contain original signature pages: FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. 1-02.11 Combination and Multiple Proposals. Delete Section 1-02.11 and replace as follows: No person,firm or corporation shall be allowed to make,or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a subproposal to bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or making a prime proposal. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.3 Execution of Contract. Section 1-03.3 will be deleted and replaced in its entirety with the following: The form of contract, which the successful bidder, as the Contractor, will be required to execute,the forms and the amount of surety bonds which he will be required to furnish at the time of execution of the Contract are included in the Specifications and should be carefully examined by the bidder. The Contract and the Surety Bonds will be executed in three (3) original counterparts. DRAINAGE TUNNELWPD 3 May 3,1996 Within ten (10) calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the agreement and a satisfactory bond as required by law and Section 1-03.4 Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is _ executed by the City. If the bidder experiences circumstances beyond their control that prevents return of the _ contract documents within 10 calendar days after the award date, the City may grant up to a maximum of 10 additional calendar days for return of the documents, provided the City deems the circumstances warrants it. 1-03.4 Contract Bond. — Add the following to Section 1-03.4: 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by _ the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda. Replace second paragraph in Section 1-04.2 with the following paragraph: The Contract Documents are ordered as follows: _ l. The Contract Agreement 2. Change Orders 3. Addenda 4. Kent Special Provisions 5. 1994 Standard Specifications for Road, Bridge and Municipal Construction(including Standard Plans and Amendments made thereto), and Documents incorporated by reference 6. Plans and Kent Standard Details 7. Bid Packet Information DRAINAGE TUNNEL.WPD 4 May 3,1996 1-04.4 Changes. Delete 4th paragraph and replace with the following: For Item 2,increases or decreases in quantity for any bid item shall be paid at the appropriate unit bid contract price, including increase and decrease by more than 25% from original planned quantity. 1-04.6 Increased or Decreased Quantities. Deleted in its entirety. 1-04.9(1) Use of Adjacent Properties. Property lines, limits of easement and limits of construction permits are indicated on the plans and it shall be the Contractor's responsibility to confine his construction activities within these limits, unless he makes separate arrangements for use of private property. Before using any private property adjoining the work, the Contractor shall file with the Engineer a written permission of the property owner and upon vacating the premises the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and satisfactory to the City. The Contractor shall confine his equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with his materials. 1-04.11 Final Clean Up. Add the following paragraph to the Standard Specifications: Finish and clean up shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit cost price of other bid items. 1-04.12 Disposal. Add the following new section: Disposal of all excess excavated material and debris shall be the sole responsibility of the Contractor. It should be noted that a permit is required to fill within the City limits of Kent. Disposal shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit prices of other bid items. DRAINAGE TUNNEL.WPD 5 May 3,1996 1 05 CONTROL OF WORK Section 1-05.5 will be deleted and replaced in its entirety with the following: 1-05.5 Construction Stakes. The Engineer will provide construction stakes and marks establishing lines, slopes and grades as stipulated in Sections 1-05.5(2) and 1-05.5(3). The Contractor shall assume full responsibility for detailed dimensions,elevations,and excavation slopes measures from these Engineer furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer informed of staking requirements and provide at least 48 hours notice to allow the Engineer adequate time for setting stakes. Stakes, marks, and other reference points, including existing monumentation, set by the City forces shall be carefully preserved by the Contractor. The Contractor will be charged for the — costs of replacing stakes,markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from _ monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or _ reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three _. consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery,be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys. The Engineering Department shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the Work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading, 2. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. 3. Pavement settlement monitoring reference points in a grid marked at 10 foot intervals along the tunnel alignment. On alley construction projects with minor grade changes,the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall be slope staked to establish grade before offset hubs are set. DRAINAGE TUNNEL.WPD 6 May 3,1996 1-05.5(4) Control Stakes. Stakes which constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and his subcontractors of their importance, and the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a control stake is required by the construction operations of the Contractor or his subcontractors, advance notice of at least one (1)full working day shall be given to the City, who will reference and remove said stake or stakes at no cost to the Contractor. 1-05.5(5) Checking Service. Should occasion arise where the validity of a stake is questionable, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the City, who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any stakes found to be in error will be reset. There will be no charge to the Contractor for this - service; and it is understood and agreed that the City will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. 1-05.5(6) Staking Services. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at 50-foot stations were needed. 2. Rough Grading- One set of rough grade stakes will be set at the centerline of streets at 50-foot stations where needed. 3. Storm Sewers - One set of line and grade stakes will be furnished for storm sewers at W maximum 50-foot stations. Two reference stakes for each inlet or manhole locations will be set concurrently with said line and grade stakes. 6. Slope Stakes- One set of slope stakes will be furnished, conspicuously marked with an appropriate color of flagging, at a minimum of 50-foot stations on an offset of five (5) feet to the toe of fill or top of cut in all areas wherein the cut or fill for the profile grade exceeds three (3) feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with the appropriate information necessary to complete the rough grading phase. 1-05.5(7) Minimum Requests. It shall be the responsibility of the Contractor in requesting staking services to properly coordinate said requests with his construction activities, so as to obviate inefficient scheduling of survey crews. The minimum requests for staking services shall be as follows: DRAINAGE TUNNEL.WPD 7 May 3,1996 Storm Sewer 300 feet -- Slope Stakes 500 feet 1-05.5(8) City's Right to Correct Defective and Unauthorized Work. If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer,or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice,by such means as the Engineer may deem necessary, including the use of City forces. If the contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection. Add the following sections to Section 1-05.11: 1-05.11(1) Substantial Completion Date. When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from the .. operational and safety standpoint. 2. Only minor incidental work,replacement if temporary substitute facilities,or correction or repair work remains to reach physical completion of the work. DRAINAGE TUNNEL.WPD 8 May 3,1"6 .. The Contractor's request shall list the specific items of work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date. When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies in not initiated within seven(7) days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing. It is the intent of the City to have at the 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. DRAINAGE TUNNEL.WPD 9 May 3,1996 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 fourteen (14) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which proves 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 prices related to the system being tested, unless specifically set forth otherwise in the Bid Form. Operational and test period,when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance. Section 1-05.12 will be deleted and replaced in its entirety with the following: The Contractor must perform all the obligations under the Contract before the Completion Date can be established. A Certificate of Completion for the work issued by the City will establish the Completion Date and certify the work as complete. The Final Contract Price may then be calculated. The following must occur before the Completion Date can be established and the Final Contract Price calculated. 1. The physical work on the project must be complete. 2. The Contractor, must furnish all documentation required by the Contract and required -- by law, necessary to allow the City to certify the Contract as complete. A Certificate if Completion for the work, signed by the City, will constitute acceptance of — the work, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons,or any other person who provides labor, supplies, or provisions for carrying out the work. The issuance of this Certificate of Completion will not constitute acceptance _ of unauthorized or defective work or material. The City shall not be barred from requiring the Contractor to remove, replace, repair or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material. Failure of the Contractor to perform all of the Contractor's obligations under the Contract shall not bar the City from unilaterally certifying the Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. DRAINAGE TUNNEL.WPD 10 . May 3,1996 1-05.13 Superintendents, Labor, and Equipment of Contractor. Section 1-05.13 is supplemented by revising paragraph 7 to read: Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City will take these performance reports into account. 1-05.14 Cooperation with Other Contractors. Add the following supplement to Section 1-05.14: The City may perform other work at or near the site, including any material site, with other forces than those of the Contractor. This work may be done with or without a contract. I such work takes place within or next to this project, the Contractor shall cooperate with all other contractors or forces. The Contractor shall carry out work under this project in a way that will minimize interference and delay for all forces involved. The Engineer will resolve any disagreements that may arise among the contractors or the Contractor and the City over the method or order of doing the work. The Engineer's decision is these matters shall be final, as provided in Section 1-05.1. The Coordination of the work shall be taken into account by the Contractor as part of the site investigation in accordance with Section 1-02.4 and any resulting costs shall be incidental and included within the unit bid prices in the contract. Moreover, the City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: 1. Installation of Box Culverts along South 228th Street may take place concurrently with construction of the tunnel or work associated with the tunnel. 2. HOV lanes widening of SR 167 currently under construction. 1-05.17 Oral Agreement. µ Add the following supplement to Section 1-05.17: 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 any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing. DRAINAGE TUNNEL.WPD 11 May 3,1996 1-06 CONTROL OF MATERIALS 1-06.2(2) Statistical Evaluation of Materials for Acceptance. All of Standard Specification 1-06.2(2) is deleted for this project. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes. The Revenue Act of 1935 as amended required the owner to pay the Contractor, for transmittal to the State, a sales tax on the total charges made for construction unless otherwise exempted by Rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington, provides for certain exemptions and a compensating tax in regard to public roadway improvement. In the case of a public roadway improvement contract, the — Contractor shall include any applicable compensating tax in the bid items, and the Owner shall make no payment of any sales tax. However,roadway improvement contracts may also include taxable schedules for work not covered by this specification. Refer to each individual schedule of the proposal to determine if sales tax is to be included in the bid total. 1-07.5 Fish, Wildlife and Ecology Regulations. In addition to the requirements of Section 1-07.5 of the Standard Specifications, the Contractor shall comply with all applicable Federal, State, County and City environmental provisions of law including, but not limited to the following: City of Kent Ordinance No. 2511 King County Ordinance No. 1488 Resolution No. 18801 Resolution No. 25789 Puget Sound Air Pollution Regulation No. 1 Control Agency Resolution No. 194 The above environmental provisions are incorporated into this contract by this reference as if set forth herein in full. Copies of the City of Kent Provisions are available for perusal at the office of the City Engineer. Work within the ordinary high water marks of the Mill Creek streambed is subject to conditions and restrictions of the Washington Department of Fish and Wildlife HPA permit. Timing of the connection of the drainage tunnel channel to Mill Creek is restricted to the period from June 15, 1996 to September 30, 1996 only. 1-07.6 Permits and Licenses. The Contractor shall procure all permits and licenses which are necessary and incidental to his operation in the performance of the work and give all notices required by such permits and licenses. A copy of each permit and license shall be furnished to the Engineer upon request. DRAINAGE TUNNELWPD 12 May 3,1996 1-07.9 Wages. The Washington State prevailing wage rates published by the Department of Labor and Industries and the Davis-Bacon wage rates for the State of Washington will be incorporated into each contract as applicable. When a public works project is subject to the provisions of the Washington State public works law and the Federal Davis-Bacon and related acts, the Contractor and every subcontractor on that project must pay at least the Washington State prevailing wage rates, if they are higher than the federal prevailing wage rates for the project. The City of Kent will include a schedule of the applicable Department of Labor and Industries published Washington State prevailing wage rates in the Contract documents to be executed by the successful bidder for each contract. The Contractor must do the same with contracts with all subcontractors. (WAC 296-127-011) Bidders should be aware that the wage rates to apply during the entire contract period are -• those in effect on the day of bid opening unless the Contract is not awarded within six months of this date. 1-07.9(A) Fees. The Contractor shall pay all fees for Department of Labor and Industries approval of "Statement of Intent to Pay Prevailing Wages form and for certification of"Affidavit of Wages Paid" forms. Payment shall be sent by the Contractor directly to the Department when submitting forms. 1-07.16 Protection and Restoration of Property. 1-07.16(A) Private/Public Property. The Contractor shall protect private and/or public property on or in the vicinity of the work site. He shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the Contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way,markers,monuments,buildings, structures,pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor(or his agents/employees)damage,destroy,or interfere with the use of such property, he shall restore it to original condition at his expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if he refuses or does not respond immediately. DRAINAGE TUNNEL.WPD 13 �." May 3,1996 1-07.16(B) Tree Restoration. If due to, or for any other reason related to, the Contractor's operation, a tree is destroyed, seriously damaged, or disfigured that was not ordered removed,the Contractor shall replace it with approved nursery stock of the same species. In addition to replacement, the Contractor will be assessed any appropriate liquidated damages as described below. The assessment will be deducted from monies due the Contractor. For nonmerchantable timber,the Contractor will be assessed liquidated damages of$15 for each inch of difference in circumference when a replacement tree is smaller than the original. For merchantable timber, the Contractor will be assessed liquidated damages of either $15 ,. for each circumferential inch or the estimated market value delivered to a mill, whichever is the larger amount. The Engineer will measure circumference 12 inches above ground level. The replanting shall be according to Section 8-02 and during the first fall or spring planting period after damage, or as the Engineer directs. 1-07.16(C) Fences, Mailboxes and Incidentals. The Contractor shall maintain at his expense any temporary fencing to preserve livestock, crops,or property when working through or by private property. He is liable for all damages if he does not comply with this requirement. The barbed wire fencing along both sides of the SR 167 right-of-way shall be removed ,_ and replaced per WSDOT requirements. This work shall be incidental to the Contract. When it is necessary to temporarily move existing mail or paper boxes,their usefulness shall — not be impaired. The boxes shall be reinstalled at the original location or at locations ordered by the Engineer. New supports or boxes will not be required unless damaged by the Contractor. Any damage caused by the Contractor shall be at his expense for replacement or repairs. 1-07.16(D) Payment. All costs for the protection and repair specified in this section are incidental to the Contract _ unless a specific bid item is included in the proposal. The Contractor shall include all related costs in the unit bid prices of the Contract. 1-07.17 Utilities and Similar Facilities. Section 1.07.17 of the Standard Specifications applies to all utilities shown on the plans and — or located in the field by the utilities or locate service. In the event of conflicts between the location of existing utilities and new utilities and — appurtenances contained in this contract, the Owner of the utility shall be responsible for removal or relocation of all non-City utilities as necessary to accommodate the — improvements. DRAINAGE TUNNEL.WPD 14 May 3,1996 - City owned facilities, including but not limited to sanitary sewer, water, storm drains, driveway culverts, and street signalization and illumination shall be maintained, relocated, rerouted, removed and restored by the Contractor with the least possible interference with such services. Even though the presence of underground utilities including service lines may be an interference or have the effect of slowing the construction required by this contract, in no case shall the interference of such utilities be deemed a changed or differing condition and a basis for extra compensation, except in the case of a direct physical conflict not shown on the plans. The Contractor shall contact the abutting property owners and shall locate existing irrigation, electrical, and other utilities prior to working on the City right-of-way. Not all private irrigation, electrical or other utilities are shown on the plans. Note that these private irrigation lines, etc. are not covered by the one call number. Using the one call number for utility locations shall not relieve the Contractor of his responsibility for locating these utilities with the property owners and maintaining them in good working order. 1-07.17(A) Contractors Notification of Excavation. Within ten business days but not less than two business days prior to the commencement of excavation the Contractor shall notify all owners of underground facilities that excavation - will occur. 1-07.17(B) Field Marking of Locations. No later than two business days after the receipt of the notice or before the excavation time, the City shall field locate all City utilities by surface marking or by providing the best available information as to the location. All other utility owners are also required to do the same for their facilities. The City has the right to receive compensation for costs incurred in responding to excavation notices received from the Contractor given less than two business days prior to excavating. 1-07.17(C) Contractor warrants and represents that it has personally, or through its employees and/or subcontractors, examined the right-of-way areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within such right-of-ways. Contractor further warrants and represents that it has also examined in detail plans of such utilities provided to it by the City and affected utility companies or entities. 1-07.17(D) Contractor also warrants and represents that it is fully aware of the statutory provisions contained in RCW 19.122.010 through.900, that it has read and fully understands the same, and that it will comply with the requirements of these provisions which are incorporated by reference herein. Contractor agrees that it shall be an "excavation" as defined under RCW Chapter 19.122 and that such utilities constitute underground facilities. The parties agree that remedies affected under RCW Chapter 19.122 are also incorporated by reference herein. DRAINAGE TUNNEL.WPD May 3,1"6 15 1-07.17(E) Contractor also agrees that it shall fully comply with Sections 1-07.16 and 1-07.17 relating to Protection and Restoration of Property,Utilities and similar facilities, and public liability and property damage insurance of the 1994 Standard Specifications for Road, Bridge and Municipal Construction, as amended, published by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter and as follows in Section 1-07.18. 1-07.18 Public Liability and Property Damage Insurance. 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 below 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, its agents, representatives, employees, subconsultants and/or subcontractors. Before beginning work on the project described in this contract, the Contractor shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and 2. Commercial General Liabilitv insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury,bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability. The insurance must refer to the project name,project location and contain a brief description of the project. Any payment of deductible or self-insured retention shall be the sole responsibility of the Contractor. The City, its officers, officials, employees, agents and volunteers shall be named as an additional insured on the insurance policy,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 Contractor's insurance shall 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. , The Contractor's insurance shall be primary insurance as respects the City, and the City shall be given thirty (30) calendar days prior written notice by certified mail, return receipt requested, of any cancellation, suspension or material change in coverage. DRAINAGE TUNNEL.WPD 16 ..W May 3,1996 The City also reserves its unqualified right to require, at any time and for any reason, proof of coverage in the form of a duplicate of the insurance policy with all endorsements as evidence of coverage. 1-07.23 Traffic Control. The City has entered into an agreement with the owners of the Miles Sand & Gravel Company regarding the use of their northeast driveway and specific restrictions on the duration that this driveway can be closed to traffic. This driveway can be shut down a maximum of twenty-five (25) calendar days for this project. During this time a temporary chain link fence shall be installed at the perimeter of the construction easement isolating the construction work area from the sand and gravel facility. "Do Not Enter" signs shall be installed at the driveway approach off South 228th Street. The owner of the facility shall be given two weeks prior written notice of the scheduled beginning of the driveway closure. Traffic Control for the project shall conform to the Manual on Uniform Traffic Control Devices(MUTCD)Part VI, Revision 3, Section 1.07.23 of the Standard Specifications and requirements of the City of Kent Public Works Department and/or Transportation Engineering Division as they deem appropriate. These publications will be incorporated in all projects by this reference as if set forth herein - in full. The Contractor's attention is called to the fact that said publications contain general - conditions. The responsibility of supplying himself with these publications shall rest with the Contractor. No work shall be allowed on the right-of-way on Saturdays, Sundays, or Holidays, unless otherwise authorized by the Transportation Engineer. City of Kent reserves the right to vary the previous stated times. Actual times may vary depending upon location and type of " construction. Exact times and/or restrictions will be established during pre-construction meeting. - The Contractor shall submit a signing and Supplemental Traffic Control Plan to the Transportation Engineer for any work not specifically addressed in the Traffic Control Plans contained in the Plans. The Contractor at his own expense shall erect and maintain all barricades, guards, standard construction signs,warning signs, detour signs and flaggers as may be necessary to protect and safeguard the public at all times from injury or damage as a result of the Contractor's operations. The Contractor will be required to maintain two-way traffic at all times unless other arrangements are approved by the Transportation Engineer. DRAINAGE TUNNEL.WPD 17 — May 3,1996 1-07.23(1) Public Convenience and Safety. All road approaches and street connections and driveways shall remain open to local and emergency traffic throughout the duration of this project at no additional cost to the City. The Contractor shall confine his operations to one side of the roadway at a time,with at least one lane to remain open for said traffic. The above requirements also apply to the non-working hours. All traffic lanes and shoulders shall be clear of equipment and materials during non-working hours. Equipment and materials shall not be stored within 12 feet from the edge of the traveled way unless protected by permanent guardrail or concrete barrier. The Contractor's employees and agents shall not park private vehicles along the traveled way, median, or shoulders. Immediately upon request by the Engineer, the Contractor shall, at no further or additional cost to the City,place, in the amounts designated, any asphalt concrete pavement, cold plant mix,crushed surfacing and/or gravel base deemed necessary by the Engineer to maintain the above required accessibility of all streets, road approaches, street connections, driveways, and etc. If the Contractor fails to comply as above specified, the Engineer will order the work done by others and deduct the cost thereof from any monies due or to become due to _ the Contractor. The Contractor shall be solely responsible for the safety, efficiency and adequacy of the -- Contractor's plant, appliances and methods and for any damage or injury resulting from the failure or improper maintenance use or operation. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and — property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not and shall not be intended to include review and adequacy of the Contractor's safety measures in, or, or near the construction site. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes and the safety regulations set forth in "Safety Standards for Construction" and "General Safety Standards" published in effect at the time of call for bids. These publications may be obtained from the Department of Labor _ and Industries, Olympia, Washington. The Contractor shall also comply with the safety standard provisions set forth in the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America.The Contractor agrees to defend, indemnify and hold harmless the CITY OF KENT, its officers, employees and agents, from any and all claims, actions judgments, losses, costs -- (including reasonable attorney fees) and damages whatsoever; including workman's compensation claims or any other claims arising by reason of accident,injury or death caused to persons including contractors employees,agents and subcontractors,employees and agents involving property of any kind or arising out of, in connection with, or incident to the work of this contract to the extent of any City negligence, except upon a finding by a trier of fact that it was caused by the sole negligence of the CITY OF KENT. The Contractor agrees to waive its immunity which may otherwise exist under the Title 51 RCW relating to industrial insurance. The parties agree that the indemnification requirements provided herein extend DRAINAGE TUNNEL.WPD 1 May 3,1996 - to attorney's fees and costs of establishing the right to indemnification in favor of the City of Kent. The Contractor shall maintain at the job site office or other well known place at the job site, all articles necessary for giving first aid to the injured and shall establish, publish and make known to all employees procedures for the ensuring immediate removal to a hospital or a doctor's care, persons, including employees, who may have been injured on the job site. Employees shall not be permitted to work on the job site before the employer has established and made known procedures for removal of injured persons to a hospital or a doctor's care. In order to protect the lives and health of employees performing work under the Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions and amendments thereto;the provisions of the Washington Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington �. Department of Labor and Industries Division of Industrial Safety and Health. The WISHA regulations shall apply to all excavation, trenching and ditching operations. In case of conflict, the more stringent regulations shall apply. Existing traffic control and street name signs which interfere with construction shall be relocated or removed by the Contractor and temporarily stored in a safe place. "Stop", "Yield", and "One-Way" signs shall be removed or relocated only upon approval of the Transportation Engineer. Existing signs shall not be removed until the Contractor has provided temporary measures sufficient to safeguard and direct traffic after the existing signs have been removed. Except as otherwise provided in the Contract documents, preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. As work progresses and permits, temporarily relocated or removed traffic and street name signs shall be reset in their permanent location by the Contractor. Signs and other traffic control devices damaged or lost by the Contractor, shall be replaced or repaired by the Contractor at no cost to the City. The option of whether a sign can be repaired or shall be replaced shall be the Transportation Engineer's and such decision shall be final and binding on the Contractor. When paint lines are obliterated due to construction activities or pavement restoration, temporary pressure-sensitive pavement marking tape, traffic buttons or delineators shall be installed where designated by the Transportation Engineer. These temporary features shall be removed only upon installation of permanent traffic channelization. Payment for all labor, materials, tools and equipment required to do said work shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other pay items of the Contract except for those applicable items specifically referenced in the proposal. 1-07.23(2) Construction and Maintenance of Detours. The Contractor shall also be responsible for maintenance, control and safeguarding of traffic on all detours which are the result of his operation, but which do not lie within the project limits. DRAINAGE TUNNEL.WPD May 3,1"6 19 1-07.23(3) Flagging, Signs, and All Other Traffic Control Devices. The Contractor shall furnish all flaggers required. Flaggers shall be provided when construction interferes with the traveled portion of the street rights-of-way within the project. Flaggers shall be provided in sufficient number as to comply with Section 1-07.23(3) of the Standard Specifications. The Contractor shall furnish all equipment and apparel required by said flaggers. Whenever the Contractor intends to do work not explicitly covered by the Traffic Control — Plans (TCP), the Contractor shall submit a Supplemental Traffic Control Plan to the Transportation Engineer for approval at least ten days in advance of the time signs and barricades will be required. NO WORK SHALL BE PERMITTED WITHOUT A TCP -- APPROVED BY THE TRANSPORTATION ENGINEER. The approved TCP shall be on-site at all times and failure to obtain and adequately implement an approved TCP shall be the cause for immediate action by the Engineer. Said action may include but shall not be limited to the following: 1. Suspension of work until the TCP is approved or properly implemented. 2. Implementation by the City of approved TCP at the Contractor's expense. 3. The City may provide, or have others provide, interim labor, materials and equipment at the Contractor's expense to alleviate traffic hazards of concern. 4. Any combination of the above described remedies,or whatever is deemed necessary by the Engineer to protect the traveling public. All Traffic Control Plans shall conform to the MUTCD and the Standard Plans, except that Type I barricades shall not be used for traffic control on City of Kent projects. All traffic cones shall be 28" in height and, if used, all traffic pylons shall be 36" in height. 4" reflective sheeting material shall be installed on all cones and pylons. All traffic control devices, cones, barricades, paddles, etc. shall be approved by the project engineer or his representative. Type II barricades with working flashing lights shall be used throughout the project. Barricades shall be set within one hour of the time ordered. 1-07.23(4) Temporary Pavement Marking. Description. The Contractor shall install and remove approved 4-inch wide reflective traffic tape, and/or temporary reflective lane markers as shown on the plans, specified in the Special Provisions for this contract, or as directed by the Transportation Engineer. Temporary pavement " markings shall be removed after the installation of permanent lane marking is approved in writing by the Transportation Engineer. DRAINAGE TUNNEL.WPD 20 May 3,1996 Materials. Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this contract. Preliminary Spotting. The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work loads permit, but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. Temporary Pavement Markings. Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or road-ways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Transportation Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Transportation Engineer until the permanent pavement markings are installed and approved in writing by the Transportation Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Transportation Engineer. Appropriately colored 4 inch wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions for this contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Transportation Engineer. 1-07.23(5) Payment. ° "Flaggers needed for the project shall be paid under the estimated price for "Traffic Control Labor" and "Additional Traffic Control Labor" when these items are included in the proposal. Special signs required specifically for the project will be incidental to the "Traffic Control Labor" contract price. Costs for cones, barricades, temporary pavement markings and other normal construction signing used on the project will be incidental to the project. Special signs will become property of the City upon completion of the project and will be delivered to the City Shops by the Contractor. 1-08 PROSECUTION AND PROGRESS 1-08.5 Time for Completion. Completion of contract is required within thirty (30) calendar days of Notice to Proceed. Once tunneling operations have begun,the Contractor is required to proceed until completion of the tunnel on a continuous 24-hour/day work schedule. Contractor DRAINAGE TUNNEL.WPD 21 -„ May 3,1996 is responsible for meeting all Kent noise ordinance requirements. Work performed outside the 7:00 am - 10:00 pm time period shall be restricted to the west side of the tunnel only. The Mill Creek connection is subject to Washington State Department of Fish and Wildlife HPA permit conditions and will be restricted to June 15, 1996 through September 30, 1996. Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of _. May, fourth day of July, first Monday of September, 11th day of November, Fourth Thursday in November and day immediately following,25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities. Each truck hauling materials being paid for by weight shall bear a plainly legible identification mark or number. Duplicate tally tickets shall accompany each truck-load of material delivered to the project. Tally tickets furnished by the Contractor, subcontractor, by certified public weighmasters, or by suppliers at commercial plants shall include the information listed below for the — material weighed. The following information shall be recorded on each item quantity ticket by the weighman or in the case of Item (K), the truck driver: (a) Ticket serial number(this is already imprinted on the tickets). (b) Identification number of truck/truck trailer. (c) Date and hour of weighing. (d) Type of material. (e) Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. (f) Weighman's identification. (g) Item number. (h) Contract number. (i) Unit of measure. 0) Legal gross weight in Remarks section. (k) Location of delivery. Cement shall be measured by the pound, ton or sack. When measured by the sack, a sack shall mean a sack weighing 94 pounds. DRAINAGE TUNNEL.WPD 22 May 3,1996 1-09.2 Weighing Equipment. The City will not furnish a man to operate the scales while the loading and hauling of materials is in progress. The Contractor shall furnish to the inspector a load slip for each load of materials at the time of delivery to the project site. The materials may be weighed at any scale approved by the Engineer. 1-09.9 Payments. 1-09.9(1) Retained Percentage. There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates, a sum equal to five percent of all amounts of such estimates. Withholding,management, and release of such retained monies shall be in accordance with the provisions of RCW 60.28. At the option of the Contractor, the retained funds shall be: (a) Retained in a fund by the City; (b) Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; (c) Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen as soon as possible after the Contract award, preferably prior to the start of construction. 1-09.9(2) City's Right to Withhold Certain Amounts. In addition to the amount which the City may otherwise retain under the Contract, the City may withhold a sufficient amount or amounts of any payment or payments otherwise due to the Contractor including nullifying the whole or part of any previous payment because of subsequently discovered evidence or subsequent inspections, and in its judgment may be necessary to cover the following: (a) The cost of defective work not remedied. (b) Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. (c) Fees and charges of public authorities or municipalities. (d) Liquidated damages and engineering and inspection fees beyond completion date. DRAINAGE TUNNEL.WPD .. May 3,1996 23 1-09.11(2) Claims. In the event the Contractor files a notice of claim or has made the City aware of his intention to file a claim the Contractor upon demand by the City shall provide immediate access to the City or its duly authorized representative to review and examine all books, documents, papers and other records which are directly pertinent to this contract and claim. Access shall be ongoing and shall remain in effect for the duration of the Contract or until the claim is settled or withdrawn. The City's examination and review, including the examination of contractor's needs shall occur at the City's offices located at 220 4th Avenue South, Kent, _. Washington, and shall be at reasonable time and place as designated by the City. This provision extends to all subcontractors hired by the Contractor and to any entity that has performed work or supplied materials or services in connection with or related to this -- contract. The Contractor shall provide for this clause to be included in its Contracts with all subcontractors and suppliers. Provided,however,that the City shall not disclose information which may reasonably be construed to be confidential and if divulged may seriously — jeopardize the Contractor's or subcontractor's competitive position. The above shall not be limited to records in existence at the time of the claim but shall also include records generated following the claim or notice of claim. In the event that the Contractor, or subcontractor, submits notice of a changed condition or claim of delay at the _ job site,the Contractor and subcontractor are directed to cease all work on the project until directed otherwise in writing by the City of Kent. Consistent with the intent and provisions of this section, any claim of changed condition or delay shall be immediately verified by the — City following its inspection of the job site and books and records. The City's authority to verify changed conditions and claimed delay shall extend to the right of the City to contact and obtain responsive information from suppliers, vendors, and subcontractors, the right to -- speak with workers at the site and examine records described above. The refusal, unwillingness or failure of any subcontractor to supply requested information shall be deemed to constitute actual and noncooperation of the Contractor. The Contractor shall at all times, following a claim or notice of claim, cooperate with the _ City in regards to this provision. Failure to comply with the provisions of this section constitutes a breach of a material term and condition in the performance of this agreement. 1-09.13 Arbitration. This section of the Standard Specifications is deleted in its entirety and replaced with the following: Final Decision and Appeal. All disputes arising under this Contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Kent Special Provisions and any special provisions provided for in the — Contract for claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the Contractor's right to seek an appeal of the Contracting Agency's decision. The Contracting Agency's decision under Section 1-09.11 will be final and conclusive unless appealed by the Contractor by commencing an action in the Superior Court of King County, Washington, _ within 180 days of receipt of the final decision. DRAINAGE TUNNEL.WPD 24 May 3,19% 1 10 OTHER GENERAL REQUIREMENTS 1-10.1 Coordination of Work with City. At least a three (3)working day notification shall be required on all requests for Engineering services other than inspection. All requests shall be coordinated with the City Engineer. All costs resulting from delays in which requests were not coordinated with the above mentioned City Engineer, shall be the sole responsibility of the Contractor. 1-10.2 Conformance to Requirements of Washington State Department of Transportation. All work under this contract which is to be accomplished on right-of-way under the jurisdiction of WSDOT, Northwest Region shall be done in strict accordance with the requirements of that agency in accordance with any directive which may be issued by their representatives. See the project plans for description of project location. The Contractor shall be responsible for notifying WSDOT, Northwest Region as to when they intend to perform the work and to cooperate effectively with the State throughout the entire construction period. In general, traffic shall not be detoured or restricted in any way except by authorization of the State. The City has a permit to construct the project as shown on the plans. It will be the responsibility of the Contractor to comply with any special requirements of the permit. See the Kent Special Provisions for details. „ 1-10.3 Road Maintenance. Until accepted in writing by the Engineer,the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour,etc.,on which traffic is allowed,wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads,and as a minimum,remove on a daily basis,any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean,the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall,upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question,the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or,the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor DRAINAGE TUNNEL.WPD 25 May 3,1"6 on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials,tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 1-10.4 General Restoration. The Contractor shall restore to a condition equal to the original condition improvements such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, _ landscaping, lawns,trees, buildings and foundations, piping systems, septic tanks and drain fields, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. Also see Sections 1-07.16 and 1-07.17 of the City of Kent Special Provisions. Payment for the above said work including all labor, materials,tools and equipment shall be — considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items unless a specific bid item is included in the proposal. 1-10.5 Landscape Restoration. _ Restoration of landscaping shall be performed by a qualified landscape gardener whose principal business is this type of work. The name and qualification of the landscape gardener _ shall be submitted to the Engineer for approval prior to beginning of construction. Particular care shall be exercised to see that the topsoil is preserved and replaced in its original location. It shall be the Contractor's responsibility to strip such topsoil from the trench or construction area, and stockpile it in such a manner that it may be replaced by him, upon completion of construction, or to furnish and install new topsoil in accordance with -- Section 9-14 of the Kent Special Provisions. Topsoil shall be defined as the top four (4) inches of soil in lawn and planted areas. Trees and shrubbery shall be carefully removed with the earth surrounding their roots, wrapped in burlap and replanted in their original positions within four (4) days. Trees and shrubbery removal and transplanting will be done only by a landscape gardener. Ornamental trees or shrubbery destroyed or damaged by the Contractor, whether in public or private property shall be replaced by the Contractor with material of equal quality and no additional _ compensation will be allowed for such replacement. NOTE: Those trees indicated on the plans as non-restorable are not required to be restored. _ As such, said trees shall be marked by the Engineer prior to the construction. Wherever it may be necessary for the Contractor to trench through any lawn areas, the sod — shall be carefully cut and rolled and properly replaced after ditches have been water settled or other-wise properly compacted. Should the existing sod be deemed unsuitable for reuse, the Contractor shall supply and install new sod. All work shall be done in a manner — DRAINAGE TUNNEI-WPD 26 May 3,1"6 calculated to leave the lawn area clean of earth and debris and in a condition equal to that which existed before work was started. Payment for the above said work including all labor,materials, tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. SECTION 2 -EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.5 Payment. Clearing and grubbing shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other pay items of the Contract. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements. 2-02.3(1) General Requirements. - The Contractor shall remove existing catch basins, culverts, manholes, pipe, and any other existing improvements indicated on the plans or required in the field to the degree necessary for the construction of the project. Open pipes remaining and all connections to removed catch basins and manholes shall either be connected to the new system as indicated on the plans or as approved by the Engineer, or shall be plugged with concrete to the satisfaction of the Engineer. When existing pipes are to be plugged, they shall be plugged at both ends and shall otherwise be in accordance with Section 7-02 of the Standard Kent Special Provisions. The above said work to be done prior to street construction. Manholes indicated to be abandoned shall also be plugged as above. The Contractor shall then break down the manholes to subgrade level and fill the remaining portion with Gravel Borrow or Bank Run Gravel for Trench Backfill in accordance with Section 7-00.1(5) of the Kent Special Provisions. Removal of existing pavement striping, traffic curb and buttons shall be done by a method m" approved by the Engineer and to the satisfaction of the Engineer. Also see Section 8-31 of the Kent Special Provisions. 2-02.3(3) Removal of Pavement, Sidewalks and Curbs. Pavement will be neatly cut where authorized and to the extent specified before excavation begins, or as already noted on the construction plans. Prior to the cutting of existing pavement, the Contractor shall obtain written approval as to the method he chooses to use. Should the Contractor use an unapproved method, all costs involved in the restoration of that portion which the Engineer deems as unnecessarily damaged shall be the sole responsibility of the Contractor. DRAINAGE TUNNEL.WPD w, May 3,19% 27 Pavement shall be removed to the stations indicated on the plans except that where such — cutting would leave strips of concrete less than five (5) feet wide, or where in the opinion of the Engineer the strip remaining would be damaged by the cutting, the entire slab to the next _ expansion joint shall be removed. No undercutting shall be permitted, and where the excavation operations result in undercutting of pavement beyond the cutting limits herein set forth,,the Contractor shall at his own expense make whatever repairs that may be specified by the Engineer. 2-02.3(4) Obliteration of Pavement Markings. Where shown on the plans or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. If, in the opinion of the Engineer, the pavement is materially damaged by the pavement — marking removal, such damage shall be repaired by the Contractor at his expense to the satisfaction of the Engineer. Sand or other materials deposited on the pavement as a result of removing pavement markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other materials which might interfere with drainage shall not be permitted, and catch basins and similar drainage structures shall be cleaned at the Contractor's expense as often as directed by the Engineer. Where the project involves overlay of 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. 2-02.5 Payment. Payment for all labor, materials, tools and equipment required for the specified work shall be included by the Contractor in the unit Contract price of other bid items of the Contract except for those items which are specifically included in the proposal. Payment for said " items shall be included under the annrornriate bid item. Removal of asphalt concrete pavement as well as any chipping that is required to form a vertical meet line shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of"60"I D Drainage Tunnel" _ In the case of a trench for underground utility construction the cost for asphalt concrete removal shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor under trench excavation, see Section 7-00.1(3)E of the Kent Special Provisions. Payment for removal of cement concrete pavement and cement concrete pavement overlayed — by asphalt pavement, shall be included under "60" I D Drainage Tunnel". DRAINAGE TUNNEL-WPD 28 May 3,1996 Payment for saw cutting pavement when and where specifically required by the plans or the engineer shall be included under "_Saw Cut Existing Pavement." All other saw cutting shall be incidental. Payment for the Obliteration of Pavement Markings shall be incidental and the costs shall be included in the unit contract price for other items, unless the proposal contains an "Obliteration of Pavement Markings" bid item, in which case payment shall be made under that item. The Contract bid price for "Obliteration of Pavement Markings", when included in the proposal, shall be full compensation for all work specified. Removal of cement concrete sidewalks shall be considered incidental to construction and all costs therefore shall be included in the unit contract price for: "60" I.D. Drainage Tunnel". In the case of a trench for underground utility construction the cost for cement concrete sidewalk removal shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor under trench excavation unless "Remove Cement Concrete Sidewalk" is included as a pay item in the proposal. -, 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements. The prepared subgrade shall be compacted in the top 0.50 foot to 95% 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.(14)C, Method B except ASTM D-1557 shall determine the maximum density. - 2-06.5 Payment. The work required for compaction of the subgrade shall be considered as incidental to the - construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. Also see Section 2-06 of the Standard Kent Special Provisions. 2-07 WATERING 2-07.3 Construction Requirements. Water for compacting embankment,constructing subgrade,placement of screened gravel and crushed surfacing, and for laying of dust caused from grading operations or public travel, if ordered by the Engineer, shall be applied in the amounts and places designated by the Engineer. Water for testing and flushing of water and sewer lines and for the above described uses when taken from the City of Kent Water Supply shall be paid for at the price specified by the °• City of Kent Water Department. DRAINAGE TUNNEL.WPD May 3,1996 29 2-07.4 Measurement. ' The Contractor may use his own metering facilities, provided it meets with the approval of the Engineer, or accept the quantities estimated by the Engineer. 2-07.5 Payment. Payment for all labor, materials, tools and equipment required to furnish and place water shall be considered as incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items. 2-10 DITCH AND CHANNEL EXCAVATION 2-10.1 Description. Installation of sheet pile coffer dams to isolate work from the existing stream bank is required prior to excavation. Dams shall not impede the flow of the existing stream or drainage culverts, The excavation required for the construction of or regrading of drainage ditches adjacent to the new drainage tunnel, as shown on the project plans or directed by the Engineer, shall be performed by the Contractor and be subject to restrictions and conditions of the Washington State Department of Fish and wildlife HPA permit. 2-10.5 Payment. Payment for all labor, materials, tools, and equipment required to do said work shall be included by the Contractor in the Lump Sum contract price of"60" Drainage Tunnel", or other ap�ropriate bid items. Armoring and restoration of the surface of the ditch shall be _. paid by "Light Loose Ripran" "Coir Netting" or Hydroseedin¢ Fertilizing and Mulching". SECTION 4 -BASES 4-02 GRAVEL BASE 4-02.1 Description. 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 Base. 4-02.2 Materials. The maximum size of stone shall not exceed three (3) inches. 4-02.3 Construction Requirements. Each layer or course shall be compacted to at least 95% of maximum density per ASTM D 1557 by use of such compaction equipment as called for in Section 2-03.3(14)C of the Kent Special Provisions. Each compacted layer shall not exceed 0.67' unless otherwise directed. DRAINAGE TUNNEL.WPD 30 .. May 3,1996 Gravel base shall not be spread until the Contractor has received the approval of the Engineer for the placement of the compacted subgrade. 4-02.5 Payment. Payment of the above said work including all labor, materials, tools, and equipment shall be included by the Contractor in the unit contract price of"Gravel Base." 4-04 BALLASTING AND CRUSHED SURFACING 4-04.1 Description. Crushed Surfacing Base shall include both top Course and Base Course applications. Crushed Surfacing Top Course shall also be used for the surfacing of gravel driveways and _. for other miscellaneous operations when crushed rock(5/8 inch minus) is called for by the Engineer. 4-04.3 Construction Requirements. 4-04.3(2) Subgrade. The subgrade shall be prepared as specified in Section 2-06 and shall be approved by the Engineer before placing ballast or surface materials. 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. 4-04.3(5) Shaping and Compaction. „ Base Course (crushed surfacing) shall be compacted in depths not to exceed 0.50' except top course shall be 0.17' unless otherwise directed. Density shall be at least 95% of maximum density per ASTM D 1557. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. Compaction equipment shall meet the requirements of Section 2.03.3(14)C of the Kent Special Provisions. 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 crushed surfacing materials before approval to proceed is received from the Engineer. 4-04.5 Payment. - Payment for the above said work including all labor,materials,tools and equipment shall be included by the Contractor in the unit contract price of"Crushed Surfacing Top Course or Base Course." DRAINAGE TUNNEL.WPD 31 May 3,1996 SECTION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT _. 5-04.2 Materials. The grade of paving asphalt shall be AR-4000. Tack coat shall be Emulsified Asphalt CSS-1. Recycled materials for the pavement sections shall only be allowed by permission from the Engineer. His decision to use such materials under varying site conditions is final. 5-04.3 Construction Requirements. Section 5-04.3 of the Standard Specifications is supplemented to include that a tack coat shall be applied as specified to all existing pavement surfaces, asphalt or Portland cement and between successive layers of asphalt concrete pavement, but that no separate payment for this item will be made unless a bid item is specifically included in the proposal. The tack coat may be deleted if lifts are placed on the some day and if approved by the Engineer. No additional compensation shall be made for asphalt placed by hand for the purpose of slope protection behind the sidewalks, or for driveway and parking lot reconstruction. 5-04.3(5) Conditioning of Existing Surface. Preleveling asphalt for this project shall be brought to uniform grade and cross-section as directed by the Engineer. Final preleveling grade shall be within 0.03 foot of the established grade for the bottom of the initial overlay layer. No preleveling layer of asphalt shall exceed 0.35 foot of nominal compacted depth. The Contractor shall not place wearing course ~- asphalt pavement prior to receiving the written approval of the Engineer for the compacted placement of the preleveling asphalt. 5-04.3(5)A Preparation of Existing Surfaces. All roadway preparation prior to an overlay shall be in accordance with Section 5-04 of the Standard Specifications. Locations to be preleveled by the Contractor shall be indicated in the field by the Engineer. — NOTE: On asphalt overlay only projects (defined as projects including only asphalt overlay work with no other road or utility improvements included in the Contract), the City of Kent Street Department shall make all necessary repairs to the existing roadway prior to the construction of the overlay. This work shall consist of removal and reconstruction of deteriorated areas and crack sealing. The Contractor shall not include these costs in his bid. This provision does not apply to overlay work associated with road widening projects or utility construction _ projects. The Contractor should pay special attention to the requirements of Section 5-04.3(5)A of the Standard Specifications. The Contractor is responsible for all preparation of existing DRAINAGE TUNNEL.WPD 32 May 3,1996 surfaces including sweeping, except for work noted above to be done by the City of Kent. In accordance with Section 5-04.5 of the Standard Specifications all costs associated with surface preparation shall be included in the contract price for the asphalt of the class specified unless a bid item is specifically included. Also see Section 5-04.5 of the Kent Special Provisions. 5-043(10) Compaction. Asphalt concrete Class B shall be compacted in lifts not to exceed 0.25' except that the final lift shall not exceed 0.17' unless approved by the Engineer. The minimal compacted depth of Class B (WSDOT) asphalt concrete shall be 0.125'. Density shall be at least 92% of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. 5-04.3(21) Temporary Pavement. Temporary pavements including trench patches shall be installed where specified by the Engineer. SECTION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS WATER MAINS AND CONDUITS 7-00 GENERAL REQUIREMENTS 7-00.1 REQUIREMENTS FOR ALL UTILITIES „- The following requirements apply to all underground utility or conduit installations and related construction. 7-00.1(3) Construction Requirements for All Utilities 7-00.1(3)A Dewatering. Dewatering methods shall be used for groundwater control at all jacking and receiving pits. Furnish,install,operate and maintain a dewatering system using well systems designed to lower piezometric (groundwater) surfaces to at least four (4) feet below the bottom of the pit excavations. - All work shall conform with the requirements of the HPA permit and WSDOT utility permit. The Contractor shall submit the dewatering plan to the City for review prior to initiating work. A geotechnical report has been prepared for this project. Results of subsurface explorations and water level data are included with this contract package. DRAINAGE TUNNEL.WPD May 3,19% 33 All costs associated with dewatering shall be considered incidental to other bid items. — Water from dewatering operation shall be discharged into a sediment control facility to be provided by the contractor with prior plan approval by the City. If wells are used, 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. If the Contractor's tunneling method requires dewatering — to prevent flowing ground conditions, the Contractor shall have backup equipment or alternative methods available so that breakdown in equipment does not jeopardize the tunneling operation. In the event of damage to the roadways, existing culverts or adjacent properties as determined by the Engineer, or to the casing, 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. All dewatering operations shall be adequate to assure the integrity of the finished project,and shall be the responsibility of the Contractor. — It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes obtaining regulatory agency — approvals, complying with state water quality standards and other agency requirements. Each individual dewatering operation shall be evaluated individually to determine exact — requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be — acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water — quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements,the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. 5. The Contractor may discharge to the existing sanitary sewer system with METRO approval. Call METRO at (206) 689-3010 for permission to discharge to existing _ sanitary sewer system. DRAINAGE TUNNEL.WPD 34 May 3,1"6 6. Should no feasible alternative exist and upon approval of the City, the Contractor may apply to the Department of Ecology for a "Temporary Modification of Water Quality Standards". This order, if approved, will allow an unavoidable violation of state water quality criteria, particularly the turbidity criterion, on a short-term basis. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. 7-00.1(3)B Pipe Clearances. At locations of pipe crossings between new or existing pipes the minimum vertical clearance should be one-half foot. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. 7-00.1(3)C Adjustment, Resetting and Relocation of Utilities. Adjustment or resetting of existing improvements to finished grades or new improvements including but not limited to catch basins, manholes, utility valves, water meter boxes and/or assemblies, blowoffs, grates, cleanouts, monument cases and covers in accordance to the plans and Specifications of the Contract or as directed by the Engineer shall be accomplished by the Contractor. The final adjustments shall be done after the final lift of asphalt is placed when located within an asphalt area. Necessary relocation of City utilities shall be done by the Contractor. All construction in performing adjustment, resetting or relocation of existing utilities shall conform to the Standard Specifications, standard plans and City of Kent standard details for new construction. Also see Section 7-05.3 of the Kent Special Provisions. Locating all existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. 7-00.1(3)D Street Restoration. Street restoration shall be in accordance with the following unless specified otherwise on the plans or in the special provisions. 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 DRAINAGE TUNNEL.WPD May 3,1996 35 on a 6 inch thickness of crushed surfacing top course or as directed by the Engineer in the field. In all cases,the asphalt, crushed surfacing, and gravel base section for the patch shall meet — or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to backfill the narrow trenches where it is difficult to compact crushed — surfacing. In these cases the asphalt concrete laver shall increase to a minimum of 2" greater than the existing section. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed — surfacing. Where cuts have been made in cement concrete pavement for sewer construction, 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. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlayed with an asphalt concrete patch to existing grade. 7-00.1(3)E Trench Excavation and Backfill. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. — Trench backfill in paved(street,sidewalk)areas or other areas where minor settlement would be detrimental, shall be placed in successive layers not exceeding eighteen (18) inches in — loose thickness, except that the layers of the top two(2) feet shall not exceed eight(8) inches in loose thickness. Each layer shall be compacted to at least 95% of maximum density in paved areas and 90% in unpaved areas measured in accordance with ASTM D 1557 —' (Modified Proctor) by use of such compaction equipment as called for in Section 2-03.3(14)C of the Kent Special Provisions. Where in the opinion of the Engineer, the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with Gravel Base or Bank Run Gravel — for Trench Backfill as specified in the proposal. See Sections 9-03.10 and 9-03.19 of the Standard Specifications. All materials shall be from a pit approved by the Engineer. The maximum particle size shall not exceed 6" or 2/3 the depth of the layer being placed, — whichever is less. Pipe trench backfill for lateral runs crossing existing or proposed improved City streets, shall be 1-1/4 inch minus crushed rock in conformance with Section 9.03.9(3) of the Standard Specifications. DRAINAGE TUNNEL.WPD 36 May 3,1996 7-00.1(5) Payment. Payment for the above adjustments,resettings and relocations including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. Payment for the street restoration, including all labor, materials, tools and equipment shall be considered incidental to the construction, and all costs thereof shall be included by the Contractor in the unit contract price of other bid items, except for the cement concrete, crushed surfacing base, and top courses and the asphalt pavement Class B. Payment for these items shall be at their appropriate unit contract price. Trench excavation including asphalt pavement removal, unsuitable material excavation and haul, except rock excavation when listed as a pay item, shall be considered incidental to the work and all costs thereof shall be included in the prices bid for pipe in place unless "Structure Excavation Class B Including Haul" or "Trench Excavation" is included as a pay item in the proposal. Payment for all labor, materials, tools and equipment required to accomplish the trench backfill shall be included by the Contractor in the unit contract price of the respective pipe installation except Gravel Borrow and Bank Run Gravel for Trench Backfill. Payment for Gravel Borrow and Bank Run Gravel for Trench Backfill shall be included under the appropriate bid item. 7-00.2 REQUIREMENTS FOR DRAINAGE,STORM SEWERS AND SANITARY SEWERS Also see Sections 7-00.1, 7-02, 7-04, 7-05, 7-17 and 7-18. 7-00.2(2) Materials. All pipe shall be of the type and material specified in the bid proposal, shown on the plans - or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's Specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications and the manufacturer's recommended installation procedures. See the following Sections for specific materials: Culverts.....................................................7-02 Storm Sewers............................................7-04 Manholes, Inlets and Catch Basins...........7-05 Sanitary Sewer..........................................7-17 Side Sewers...............................................7-18 DRAINAGE TUNNEL.WPD May3,1996 37 7-00.2(3) Construction Requirements. - 7-00.2(3)A Trench Bottom Stabilization. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 2-09 of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.21 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. 7-00.2(3)B Pipe Bedding. A continuous and uniform bedding shall be provided in the trench for all buried pipe. Pipe bedding classification and materials shall also be in accordance with the following unless specified otherwise and shall be subject to change by the Engineer depending on the field conditions. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. See Standard Plans B-11 and B-18c and Sections 7-02.3(1), 7-04.3(1)B and 7-17.3(1)B of the Standard Specifications. PIPE TYPE BEDDING TYPE MATERIAL CMP Class B Gravel Backfill for Pipe Bedding — PVC Class F Section 9-03.12(3) of Kent RIGID Class C Special Provisions. Bedding material shall be tamped in layers around the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment as called for in Section 2.03.3(14)C of the Kent Special Provisions to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95% of the maximum density measured in accordance with ASTM 1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. 7-00.2(3)C Miscellaneous Pipe Connections. -- Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and in a workmanlike manner satisfactory to the Engineer. DRAINAGE TUNNEL.WPD May 3,19% 38 7-00.2(3)D Pipe Fittings and Joints, Transition Couplings. Connections of Ductile or Cast Iron pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). 7-00.2(3)E Nonacceptable Repairs. External or internal grouting or repair by use of collars of the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. 7-00.2(3)F Pipe Laying, Jointing and Testing. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. The storm sewer and sanitary sewer main lines will be T.V. camera inspected. It will be the Contractor's responsibility to string each line in conjunction with said T.V. inspection. Said string shall be nylon and of sufficient strength to pull the cable camera utilized by the City in its inspection operation through the sewer lines. The Contractor shall also be responsible to insure that the sewer mains are in fact ready for T.V. camera inspection. The City will provide the initial camera inspection at no cost to the Contractor. Should, however the sewer mains need reinspection as determined by the Engineer,for any reason attributed to the Contractor's responsibility,the Contractor shall pay all costs for said reinspection. Also, should delays be encountered during the initial inspection which are attributed to the Contractor's responsibility as determined by the Engineer,the Contractor shall reimburse the City at the prevailing wage and equipment rate for the time loss associated with said delay. Also, charges for the above said reinspection and/or time delays shall be paid by the Contractor prior to release of the project retainage. Also see Sections 7-04 and 7-17 herein. For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe,a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. All PVC sewer lines shall be tested by the air pressure test for sewers. Testing shall be in accordance with Standard Specifications for air-permeable or non air-permeable pipe, as applicable. The Contractor shall furnish all materials and equipment necessary for conducting the tests and all testing shall be performed under the supervision of the City Engineer or his representative. NOTE: Where using PVC pipe within the sewer line, excluding manholes, there shall be no infiltration inflow of water. DRAINAGE TUNNEL.WPD 39 May 3,19% 7-00.2(5) Payment. _ Payment for the above trench bottom stabilization including all labor, materials, tools and equipment shall be included by the Contractor in the unit contract price for Foundation Material. Class "II". Excavation and disposal of the unsuitable material shall be considered as part of the trench excavation. No additional compensation will be made. _ Payment for all labor, materials, tools and equipment required to furnish and place bedding material shall be included by the Contractor in the unit contract price of the pipe installation. _ Payment for all labor,materials,tools and equipment required to accomplish miscellaneous pipe connections shall be included by the Contractor in the unit contract price of the _ respective pine installation. Payment for all labor, materials, tools and equipment required for pipe fittings,joints and _ transition couplings shall be included by the Contractor in the unit contract price of the respective pine installation. Payment for all labor,materials. tools and equipment required for pipe laying,jointing and testing shall be included by the Contractor in the unit contract price of the respective nine _ installation. 7-02 CULVERTS _ 7-02.2 Materials. Pipe material for casing shall be Mild Steel Class A-36, 0.625" wall thickness, 60" I.D. Casing corrosion shall be controlled by a cathodic protection system designed by the Contractor and reviewed and approved by the City prior to installation. Casing sections shall be connected with single V-butt welded full strength joints around the entire circumference of the pipe. 7-02.3 Construction Requirements. Since the casing pipe will function as the gravity flow drainage tunnel, accurate horizontal and vertical alignment is critical. Deviations from design alignment shall not exceed + 0.4' horizontal and + 0.2' vertical. Verification of tunnel line and grade shall be performed by the Contractor every 2 linear feet. Field records shall be submitted to the City at the end of each eight (8) hour shift. 7-02.4 Measurement. Measurement and payment for the 60" Steel Casing shall be by the lump sum bid price for _ "60" I.D. Drainase Tunnel" as noted elsewhere in these Special Provisions. DRAINAGE TUNNEL.WPD 40 May 3,1996 ,.. SECTION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.3 Construction Requirements 8-01.3(1)A Cultivation. All areas to be seeded shall be cultivated to a minimum depth of two (2) inches. Those areas abutting residential lawn areas shall be finely finished by hand to assure a compatible blending of new and existing lawn areas. 8-01.3(2) Topsoil. Topsoil when required by the project shall be placed to a minimum depth of four (4) inches unless otherwise directed. Topsoil shall be Type B unless Type A is specified by the Engineer in writing. 8-01.3(4)A Seeding. Topsoil and all other unpaved and unsodded areas within easements and right-of-way shall be seeded. Hydroseeding shall be the method of seed application. A slurry of seed. fertilizer, mulch and water shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified herein. 1. Materials. The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 2. 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 following varieties mixed in the pro-portions indicated. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. Grasses used shall meet the following Specifications: GRASS NAME(GENERIC) PROPORTION BY WT. %PURITY %GERMINATION Mix A (Roadside Grass): Perennial Rye 50% 98% 95% Creeping Red Fescue 20% 98% 95% DRAINAGE TUNNEL.WPD 41 May 3,1996 Chewings Fescue 20% 98% 95% — Kentucky Bluegrass 10% 98% 95% Mix B (Playground Grass): Creeping Red Fescue 10% 95% 90% Chewings Fescue 10% 95% 90% Kentucky Bluegrass 5% 95% 90% Perennial Ryegrass 40% 95% 90% Alta Tall Fescue 20% 95% 90% Annual Ryegrass 15% 95% 90% 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. 3. Water: As needed. 4. Fertilizer: As needed to meet requirements of Section 8-01.3(4)B. 5. Mulch: As needed to meet requirements of Section 8-01.3(5). 8-01.3(4)B Fertilizing. All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. Total available nitrogen 10% (Of which 50% is derived from slow release ureaform) (Analyzed as N) 38% Available phosphorous 20% (Analyzed as Pz05) Available potassium 20% (Analyzed as K,0) Above percentages are proportioned by weight. 8-01.3(5) Mulching. Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 3,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. 8-01.3(9) Protection and Care of Seeded Areas. Maintenance shall begin immediately following seeding operations and shall extend for a minimum of ten(10)weeks or longer as needed to establish a uniform, thick stand of grass. Seeded areas shall be watered as necessary for healthy growth. Any areas damaged by DRAINAGE TUNNEL.WPD May 3,1996 42 erosion or the Contractor's operations shall be immediately repaired by the Contractor at his expense. 8-01.3(10) Inspection. Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. 8-01.5 Payment. Payment for all labor,materials, tools and equipment necessary to complete the above said - hydroseeding shall be included in the lump sum contract price of"Seeding. Fertilizing.and Mulchina." Water shall be provided by the Contractor as necessary 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. All costs involved in the maintenance and establishment of seeded areas shall be included in the lump sum contract price for "Seeding Fertilizing and Mulching." 8-30 PROPERTY FENCES 8-30.1 Description. This work shall consist of adjusting, removing, relocating, replacing or restoring existing property fences of the types specified in accordance with the Plans, these Kent Special Provisions, and in reasonably close conformity with the lines staked by the Engineer. 8-30.2 Materials. New or replacement materials shall meet the requirements shown in the Plans and the satisfaction of the Engineer. Existing materials shall be used whenever possible and practical. ` 8-30.3 Construction Requirements. Clearing of the new fence line shall be required when determined by the Engineer. Clearing shall consist of the removal and disposal of all trees, brush, logs, upturned stumps, roots of down trees, rubbish, and debris. The clearing width shall be approximately 3 feet unless otherwise shown in the Plans or directed by the Engineer. Grubbing shall not be required except where short and abrupt changes in the ground contour will necessitate removal of stumps in order to properly grade the fence line. All stumps within the clearing limits shall be removed or close cut. Grading of the fence line shall be required where the Engineer determines that it will improve the aesthetic appearance of the top or bottom of the fencing when installed. DRAINAGE TUNNEL.WPD 43 May 3,1996 The fence shall be constructed reasonably close to and outside the right of way line unless -- otherwise directed by the Engineer or shown in the Plans. Deviations in alignment to miss obstacles will be permitted only when approved in writing by the Engineer and only when _ such deviation will not be detrimental to the traveling public or adjacent property owners. 8-30.3(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 be in general conformance to the requirements of Section 8-12 of the Standard Specifications. 8-30.3(2) Wooden Fence and Gates. Existing fence 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. 8-30.3(3) Barbed Wire Fence and Gates. Existing fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the Standard Specifications. 8-30.5 Payment. The Lump Sum contract price for"60" I.D. Drainage Tunnel" shall be full compensation for furnishing all labor, materials, tools and equipment necessary or incidental to the removal and reinstallation/reconstruction of the existing fence as specified on the Plans. Costs due to all damages caused by the Contractor shall be borne at his expense. Costs for replacement of materials,necessary due to existing condition of fences, shall be considered incidental to and shall be included in the lump sum price of this item. 8-33 PROJECT SIGNS 8-33.1 Description. This work shall consist of furnishing,constructing, and maintaining project signs complying with the requirements of these Kent Special Provisions where shown in the Plans or where directed by the Engineer. Used project signs will be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street(859-3395). See Section 8-33 — of the Kent Special Provisions regarding availability of used signs for this project. The project signs become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. DRAINAGE TUNNEL.WPD 44 " May 3,1996 8-33.2 Materials. Sign materials shall generally conform to the following requirements: Sign Board ..... 1/2 inch MDO G2S (good two sides) plywood. Braces ............ 2 inch x 4 inch Fir Posts .............. 4 inch x 4 inch or 4 inch x 6 inch Fir, depending on design required by Engineer. Paint .............. Good quality exterior enamel. Primer ........... Good quality primer compatible with selected enamels. Letters ........... Premium quality vinyl with self-stick back or hand painted enamel meeting requirement for paint. Decal ............. Furnished by the City of Kent. 8-33.3 Construction Requirements. 8-33.3(1) Erection of Posts. All posts shall be set reasonably vertical,and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-33.3(2) Design A. Two vertical 4 inch x 4 inch Fir posts shall be attached at each end of the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top,the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(3) Design B. Two vertical 4 inch x 6 inch Fir posts at each end of the sign board or three vertical 4 inch x 4 inch Fir posts, including one in the middle, as directed by the Engineer, shall be attached to the back of the sign board. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(4) Painting. The face and edges of the 1/2 inch plywood sign board shall have one prime coat and two coats of exterior enamel. The posts,braces, and back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red, blue, black and white as specified on Standard Detail 6-13 of the Special Provisions. 8-33.3(5) Letter Types. The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Detail 6-13 of the Special Provisions. DRAINAGE TUNNEL.WPD 45 May 3,1996 8-33.3(6) General Layout. The general layout shall conform to Kent Standard Detail 6-13. 8-33.4 Measurement. Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs--as determined by the Engineer--shall be deemed noncompliance with this Specification. 8-33.5 Payment. Payment will be made under: 1. "Project Sign", per each.The unit contract price shall be full compensation for furnishing all labor and materials, refurbishing,constructing, and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure used signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. - 8-34 TUNNEL CROSSINGS 8-34.1 Description. The Contractor shall install a steel casing pipe as shown on the plans and in accordance with applicable portions of the Kent Special Provisions except as herein modified or supplemented. Inverts of the drainage tunnel could be below the groundwater table. Soils at the invert of the tunnel are fine sands and could flow if in a saturated state. Large logs and other wood debris could also be encountered within the tunnel alignment. 8-34.2 Materials. The casing pipe shall be watertight and capable of withstanding an H25 highway load or an E80 railroad load and the backfill load. Minimum inside diameter and wall thickness of the _. casing pipe shall be as shown on the plans. The joints of the steel casing shall be welded 3600 with single V-butt welds through the entire wall thickness. The Contractor shall submit calculations verifying that the steel casing is capable of bearing the maximum loads and stresses produced in handling,transportation,jacking and boring expected during the project. DRAINAGE TUNNEL.WYD 46 May 3,1996 8-34.3 Construction Requirements. 1. The tunnel shall be constructed utilizing appropriate pipe jacking equipment that is capable of controlling running and flowing ground conditions and minimizing loss of ground. Positive groundwater control measures are required during construction. Tunneling equipment shall have a steering system capable of achieving the specified line and grade tolerances and shall be able to remove or excavate trees that will likely be encountered. The Contractor shall be responsible for selecting the method of tunneling. A workplan describing the tunneling equipment and tunneling method shall be submitted. The workplan shall specifically address the Contractors means and methods for dealing with loss-of- ground from raveling, running and flowing soil conditions. 2. If dewatering along the tunnel alignment is determined to be necessary by the Contractor, a detailed evaluation of dewatering requirements and potential settlement shall be performed by the Contractor. The Contractor is responsible for design, construction and operation of the dewatering system and shall submit the design for review. The Contractor is required to use a licensed engineer experienced in design of dewatering system to complete the design. The submittal shall include an estimate of roadway settlement resulting from the dewatering system operation. The dewatering systems shall be installed prior to construction to lower the groundwater level in these materials a minimum of 2 feet below the invert of the tunnel excavation. This lowered groundwater level shall be maintained until the casing is fully installed and the shaft excavations have been property backfilled. The wells shall be properly designed and developed to prevent pumping of fines from the formation. A back-up power source is required to prevent flooding of the tunnel should electrical service be interrupted. After completion of the dewatering program, wells shall be abandoned in accordance with State of Washington well abandonment procedures. 3. Groundwater control shall be provided for during shaft excavations and when breaking out of the jacking pit and breaking into the receiving pit. It is necessary to control groundwater to prevent loss of ground and surface settlement. Launching seals or other methods shall be used to prevent loss of ground when breaking out of the jacking pit. 4. When tunneling operations are stopped, the tunnel face should be firmly supported by breasting or by closing the doors on the closed-faced shield to prevent loss of ground. 5. In order to reduce friction, pipe jacking operations can include a bentonite lubrication system in the annular space between the ground and the casing. 6. Tunneling shall proceed on a continuous 24-hour per day basis until all the casing for the crossing has been installed. Continuous operations will minimize the time to complete the crossing and also help minimize jacking forces and prevent freeze up of the pipe. DRAINAGE TUNNEL.WPD 47 May 3,1996 7. Line-and-grade shall be monitored during tunnel construction. Measurement shall be obtained frequently (every 2 feet) and the necessary steering adjustments completed to maintain the pipeline installation within the specified tolerances. 8. Tunnel spoil resulting from tunnel excavation shall be removed from the site and be properly disposed of at an acceptable facility. During jacking, angering, or tunneling operations, care shall be exercised to prevent caving ahead of the pipe which will cause voids outside the pipe. The Contractor shall provide a submittal describing procedures for grouting if tunneling methods involve an overcut or if loss of ground occurs during tunneling. All voids shall be filled to the satisfaction of the Engineer. Note: Access from above the tunnel alignment from the west roadway shoulder to the east roadway shoulder shall be strictly prohibited during construction. The City has performed a preliminary survey of pavement elevations across SR 167 at 10' intervals in a corridor 50' wide to verify and control pavement settlement resulting from tunneling operations. The Contractor shall be required to maintain this system of vertical control points and _ monitor surface settlement during construction. Elevations of the control points shall be surveyed within every eight(8) hours shift during construction to an accuracy of+ 0.01 foot. The Contractor shall be required to account for excavated volumes of soil/(LF of -- tunnel) on a continuous basis. Every truck load of tunnel excavated soils shall be "struck". An expansion factor acceptable to the City's Geotechnical Engineer shall be included in a determination of the actual volume excavated. A linear plot of incremental actual volume excavated per linear foot tunneled shall be produced by the Contractor for regular review by the City. If excavated volume/LF takes a sharp increase, Contractor shall interrupt tunneling operation and begin back packing of voids with pressured portland cement or chemical grout of strength equivalent to the soil strength before tunneling. No more than 0.167 foot of settlement on any portion of the SR167 highway pavement will be acceptable for a period of one (1) year from M start of tunneling operation. If during or after the tunneling operation, excessive pavement settlement is detected,the Contractor shall effect repairs to the roadway after first obtaining WSDOT approval for his pavement restoration proposal. All costs associated with this work shall be incidental to the bid item "60" I.D. Drainage Tunnel". A cathodic protection system provided by the Contractor shall be installed after review and approval of the system by the City. Contractor shall submit plans and calculation in acceptance with AWWA guidelines for cathodic protection in steel pipe. 8-34.5 Payment. The lump sum price bid for the "60" I.D. Drainage Tunnel" for the location specified shall constitute complete compensation for all work, materials, and equipment required for DRALYAGE TUNNEL.WPD Mav 3,1996 48 installing the crossing as shown on the plans. Specifically included,but not limited to, shall be the cost of the casing pipe and its installation and any costs involved in maintaining, repairing, and/or protecting traffic, pavement or otherwise, private or public utilities or structures which may be affected in any way by construction. The bid price for the crossing shall also include full compensation for any extra costs involved in installing the casing, including excavation of jacking and receiving pits, dewatering, treatment of dewatering effluent, erosion control, power, removal of obstructions such as rocks and trees from the tunneling, cathodic protection system, grouting, building access roads to the site and restoring site and access to their pre-existing condition. SECTION 9 - MATERIALS 9-03 AGGREGATES 9-03.12(3) Gravel Backfill for Pipe Bedding. Pipe bedding for sanitary and storm sewer pipe shall be 5/8" minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Pa in 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% max., degradation 25% min. Free from wood waste, bark and other deleterious material. 9-03.15 Bedding Material for Rigid Pipe. Where pipe bedding for water distribution systems is called for, it shall be 5/8 inch minus crushed rock in conformance with Section 9-03.12(3) herein. 9-03.21 Foundation Material Class I and Class 11. Foundation Material Class I and Class I1 shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class 11 shall conform to the following gradations: Percent Passim Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 DRAINAGE TUNNEL.WPD 49 - May 3,1"6 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max U.S. No. 100 --- 5 max All percentages are by weight. In addition,all rock shall be sound,angular ledge rock or recycled cement concrete pavement meeting the following Kent Special Provisions. 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 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max 15% max (CRD-C-148) Soundness 5% max loss 5%max loss (MgSO4 at 5 cycles) Density (solid volume) 155 pcf min 155 pcf min Specific Gravity 2.48 min 2.48 min -- SECTION 10 -PROPOSAL BID ITEM DESCRIPTIONS Bid proposal items listed in this section shall be paid as described herein; and shall supersede any conflicting provisions of this Contract, the Standard Specifications, Amendments, GSP's and previous sections of the Kent Special Provisions. For further description and requirements of the work and material, see the appropriate portion of the Standard Specifications and Amendments. Also see the sections referenced herein in the Kent Special Provisions and General Special Provisions. 1000 Mobilization Shall be paid in accordance with Standard Specification 1-09.7. 1005 60" Drainage Tunnel The lump sum contract price shall be full compensation for all labor, tools, equipment, and materials required to: l. Install access roads to the tunnel inlet and outlet including temporary erosion control improvements. DRAINAGE TUNNEL.WPD 50 May 3,1996 2. Dewater the soil along the alignment of the future tunnel and treat the dewatering effluent to meet State and City water quality standards prior to discharge to surface drainage. 3. Install sheet pile coffer dams to isolate jacking and receiving pits and new channel from existing stream bank. Excavate receiving and jacking pits at the inlet and outlet of the future drainage tunnel, including dewatering, effluent treatment and disposal of excavated soil off-site. 4. Tunnel across the SR 167 highway embankment and install the 60" diameter steel casing at the location, elevations and grades indicated on the plan and dispose of excavated spoils off-site in a continuous 24 hour/day operation. 5. Perform frequent checks and tests of pavement settlement, casing line and grade, and excavated volume/LF bore during the tunneling operation and affect repairs and corrections when loss of ground, development of voids, or roadway settlement are discovered. 6. Provide and install cathodic protection system after review and approval of system by the City. 7. Install new channel inlet and outlet, riprap, and gravel in the tunnel and connect inlet and outlet to existing stream in accordance with HPA permit requirements and City Water Quality Engineer's direction 8. Remove dewatering wells per Washington State Well Abandonment procedures,access roads and restore native vegetation, landscaping, stream banks, drainage ditches, wetlands, State right-of-way fencing,private parking lots, and public roads to their pre- existing condition or better. Other bid items payable in association with this work are: Shoring and cribbing, gravel borrow including haul, cold mix asphalt, CSTC, CBSC, imported topsoil Type A, coir netting, streambed gravel, rip rap and erosion control facility and hydroseeding. All other work shown on the plans or called out in the specifications shall be considered incidental to the lump sum contract price. 1015 Gravel Borrow Including Haul This item shall be used where directed by the Engineer for waterline, storm sewer, electrical conduit, and other excavation backfill and compaction. This item shall also be used for access road embankment fill and driveway subbase fill. Payment under this item shall constitute full compensation for backfill and compaction of pipeline excavation or electrical conduit trenches. If native backfill is ordered by the Engineer, all costs of backfill and compaction shall be incidental to the other bid items such as pipeline, electrical conduit, etc. This item shall also include full payment for all labor, materials, tools and equipment required to complete the roadway embankment including the necessary "keying in" of DRAINAGE TUNNEL.WPD 51 May 3,1"6 subgrade slopes, removal of debris, compaction, haul, stockpiling of material, etc. Also included in this unit bid price is the cost of final grading and proofrolling the roadway fill area after completion of the filling operation. 1020 Crushed Surfacing Top Course, 5/8" Minus 1025 Crushed Surfacing Base Course 1-1/4" Minus - These items shall be paid in accordance with Section 4-04.5 of the Kent Special Provisions. This item also includes full compensation for supply, placement, finish grading and compaction and for pipe bedding wherever specified, shown on the plans or directed by the Engineer. These items shall also be used for roadway or driveway remedial work or patching if requested by the Engineer. 1028 Streambed Gravel The unit contract price shall be complete compensation for all labor, tools, equipment and materials necessary to supply and install the specified gravel to the required layer thickness and contours identified on the plans to create a low flow channel within the tunnel and both inlet and outlets. Gravel shall be hand tamped in place, without formal compaction. Streambed gravel shall meet the requirements for gravel backfill for walls as specified in Section 9-03.12(2). All work associated with this bid item shall be complete and accepted prior to October 15, 1996. 1031 12" Diameter HDPE Storm Pine The unit bid price for this item shall be as described in Section 7-00.2(5) of the Kent Special Provisions except as revised herein: The unit bid price for the storm sewer pipe items includes all costs for excavation, dewatering, disposal of trench spoil material, tees, couplings, gaskets, protective treatment required in accordance with plans and specifications, compaction, backfill (when native material is to be used),testing, coordination for TV inspection and all other work necessary to provide a complete tested storm sewer system. 1035 Cold Plant Mix for Temporary Pavement Patch Reference Section 5 of the Kent Special Provisions for payment provisions. Payment under this item shall also constitute complete compensation for removal and disposal of the temporary cold patch, prior to permanent paving Payment under this item will be complete compensation for all roadway patching work requested. 1041 Saw Cut Existing Pavement �- The unit price per linear foot for this item shall be full compensation for all materials, labor and equipment required to saw cut existing reinforced 10" thick cement concrete pavement in accordance with the plans and Kent Special Provisions. DRAINAGE TUNNEL.WPD 52 May 3,1"6 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 asphalt is actually saw cut. 1050 Hvdroseedin Fertilizing and Mulching 1. Hydroseeding, fertilizer and mulch is to be in accordance with all applicable Kent Special Provisions. 2 The cost of baffling or blocking overspray as required to prevent overspray onto the sidewalk, curbing and non-planter areas is incidental to the lump sum price. 3. The unit bid price also includes the costs of sprinkling the hydroseeded areas at least twice daily(in the early morning and late afternoon) in the grass is well established as determined by the Engineer. w 4. The per lump sum price for this bid item includes all costs of hydroseeding the following areas: a. All planter areas or areas disturbed by the Contractor's operations. b. The area excavated in the ditch between the tunnel inlet and outlet and the connections to the existing stream channel. c. On all areas to receive Coir netting. d. All access road after they are regraded to match surrounding topography and covered with 2" of topsoil. e. Other areas as directed by the Engineer. 1062 Traffic Control Labor Flaggers required for this project shall be paid under this item. Reference Section 1-07.23(4) for requirements. All bidders shall use the estimated total figure in their bid proposal. Labor will be measured on an hourly basis and paid at a rate of twenty-four ($24.00) per hour. Hours shall be based upon City Inspector's records and weekly certified payroll records submitted on a weekly basis by the Contractor. Flagmen must perform no other function than traffic control as described in the Kent Special Provisions to be eligible for this pay item. If the Contractor's labor costs including but not limited to fringe benefits, taxes, insurance, overhead and markup exceed $24.00 per hour, they shall be included in and incidental to the other bid items listed in the proposal. The $24.00/hour compensation shall be full compensation for all labor, materials and equipment required to perform the work in accordance with the Kent Special Provisions. 1120 Imported Topsoil The unit bid price shall constitute full compensation for all labor, materials and equipment necessary to supply and completely install the topsoil in the planter areas, drainage channel embankment,over graded out, abandoned access roads, or where directed by the Engineer. DRAINAGE TUNNEL.WPD 53 May 3.1996 This item includes but is not limited to the labor required for raking and compacting the topsoil,cleanup and complete preparation ready for seeding. Topsoil for this item shall meet the requirements of the Standard Specifications utilizing Type A topsoil material. Note that it is the intent of the City to shape the drainage channel embankment using existing material whenever possible and to limit the use of imported topsoil. 1130 Temporary Bridge The lump sum contract price shall be full compensation for all labor, tools, equipment, and _. materials necessary to deliver, install, maintain, and remove a temporary bridge system capable of conveying fully loaded dump trucks across the banks of Mill Creek on the east side of SR-167 without causing or requiring disturbance to the streambank below the ordinary high water mark. After removal of the bridge,the stream bank shall be restored to original contours by hand - labor and protected with coir netting. (separate bid item). 1162 Shoring and Cribbing (Also Used for Water) Reference the Standard Specifications Section 2-09.3(3)D and Section 2-09.5 (page 2-33) for description of this unit bid item. Note that, when in the opinion of the Engineer, the Contractor over excavates the trench lower than 4 feet and below that required for pipe bedding (as delineated on Standard Plan B-18c), or below tunnel foundation subgrade as shown in plans this item will not be paid unless extra excavation is required for pipe foundation purposes. Measurement will be made along the centerline of the trench from the existing ground level to the bottom of the trench excavation and paid by the square foot.This item will not be paid when trench excavation is less than 4 feet. 1181 Coir Netting with 1" Straw Mat The unit bid price per square yard shall constitute full compensation for all labor, materials and equipment necessary to supply and install coir netting, a 1" layer of straw mat and anchors in accordance with the slope restoration detail on sheet 1 of the plans. Coir netting shall be a bio-degradable plain woven netting of coir (coconut fiber, with open grids about 2.5 cm square). Coir netting shall be Dekowe 700 or approved equal. 1201 Temporary Erosion Sediment Control The unit price per this bid item includes all materials, labor and equipment required to —° construct the sedimentation control facilities according to the plan details on the contract drawings. This item includes but is not limited to washed rock, quarry spalls, sheet piling, temporary stream bypass main, sedimentation tanks, sand bags, filter fabric fencing, hay bales and maintenance and removal of the facility. DRAINAGE TUNNEL.WPD 54 w May 3,1996 1305 Light Loose Ripran The unit bid price per ton shall be full compensation for all labor, materials and equipment required to furnish and place rip rap where shown on the plans or as directed by the Engineer. 1320 Project Sign Reference Section 8-33.5 of the Kent Special Provisions for payment. 1330 Pipe Grate The unit contract price per each item shall be full compensation for all materials, labor, equipment, and tools required to fabricate a 60" diameter hot dipped galvanized pipe grate constructed per detail 5-3 and installed on the end of the tunnel casing after it is set in place. Approval of shop drawings required prior to fabrication. Submit shop drawings within 2 weeks of issuance of Notice to Proceed. DRAINAGE TUNNEL.WPD 55 " May 3,1996 w �ww �� i� IIIill NIIIII !I II DETAILS S T RD DA N TA 'll'Il�llllll II'llll II i i� I IIIII I or tlil s rlr (IIIII'� which have been prepared f hIIJ lement all other Tans supplement I The following Kent Standard Details pp PI!I IIII II II,!IIIIII I and are considered to be a art of the projectpl ans. IL: IIIIII II I II III IIIIIIIIIIII I I I IIIhi�III Detail No. Description I IIIIIIIIII IIIIIIII IIIII ro Ject Sign P (IIIIIIII IIIIIIII, 6-13 g III I III ( IIIIIIII I 5-3A Pipe Grate I II Ill l I I I IIIL II I I d Wildlife HPA Permit IIIIIII jl �I(IIIIIIIIII' Wash. Dept. of Fish an III P II ICI III, IIII I IIII IIIII IIII J WSDOT UtilityPermit :� IIII II IIIII IIIII -Clyde Consult ants SGeotechnical Study by Woodward li I I IIIII IIIIIII IIII Jll II IIIIIIIIII Illli IIII� ��IIII Illl Ili III I I 110(IIIII IIIIIIIIII IIIIIIIIII � III'IIIIIII IIIIIIIIIIIIIIIIII Ili ' IIII III I II IIIIIIIIII III (IIIII IIIIIIII illllllilll I I (IIIIIIII �I I IIII, III i 111 IIII IIIII I II�(IIIII IIIIIII III IIIII III IIIII � I IIII' it IIII IIII IIII.IIII I I II.,II III � � L.', IIII IIII IIIIIII IIIII IIII II,I I� I I I IIII I III IIIIIIIIII ,I i� IIIII IIII III �'I (IIIII IIIIIII III IIIII III IIIIIIII IIII III I III IIIII IIIII IIII I,I III II I II II'I'� IIII IIIII IIII IIII IIII IIIII III IIII(IIIII II,,.II;II I I I i IIII I DR AINAGE TUN N EL.WPD 6 MY a 3 199 IIIIIIII IIII � IIIII 96'1 ± 3 6 11 3 11 '`pi4RDON0OR PROJECT 4 I PRO GRfss NAME 4'2„ I2 `'. 48 i- K ENT PUBLIC WORKS DEPT. 2 312 ENGINEERING DIVISION I .. 6- CONTRACTOR'S NAME 3I„ CONTRACTOR II `." 2 2 NOTES : I ES , I. BACKGROUND COLOR IS WHITE. 2. CARTOON FIGURE IS BLACK. CENTER 3. PROJECT NAME IS BLACK. ALL COPY 4."KENT PUBLIC WORKS DEPT." HERE AND "ENGINEERING DIVISION11 IS RED. 5. "PARDON OUR PROGRESS" IS RED. 6."CONTRACTOR1'AND THE CONTRACTOR'S NAME IS BLACK. - 7. THE CITY OF KENT DECAL IS PROVIDED BY THE CITY. 8. 411 LETTERS ARE 21E WIDE; 311 LETTERS ARE " WIDE; 111 LETTERS ARE1" WIDE. 9. HORIZONTAL 2'IX 411 FIR BRACES ARE REQUIRED AT TOP, MIDDLE, AND BOTTOM OF SIGN FOR ATTACHMENT TO 411X4" OR 411 X 6" POSTS AS NECESSARY. ENGINEERING DEPARTMENT ` PROJECT SIGNS --y DESIGNED FnS SCALES/4 = 1.0' STANDARD DRAW N CMECKED DALE 0CT_ 1985 DETAIL APPROVED I FILE Np.6-13 .+r W W �- W xa a x o o xQ U d W - o az z go � W u- a a o a' a' o z U Q O p d m UW ao �W oV Z O it _ m a ~ Z — O n Z — 10 4fZN dm LL. _. t0d # W4 x N_ Z M v~i 3 > }W- U) J LL. d Q O F- aJ — d ox c. o0) x d W x m o J3 xd = � CDW o x Z m d F- — 2 W cccr)Gd W m p 0 Ino Z � � Z W Z d Z Im (� \ W F- 0 Z W 2 0 l\ W Z O Z O Q r a o d t0 W U p \ 0 M W _ I d U in W o p ir Jay z a o � m azo 'o oao a a rW ENGINEERING D!PARTMENT PIPE GRATE DESIGNED PROJECT NO. SCALE DRAWN CHECKED DATESMEET_c_OF APPROVED FILE NO.5- MGiMF[■ `-- HYDRAULIC PROJECT APPROVAL R.C.W. 75 . 2O . lOO DEPARTMENT OF FISHERIES W.. General Administration Bldg. R.C.W. 75 . 20 . 103 Olympia, Washington 98504 0 January 19 , 1996 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer to this date in all correspondence) " PAGE 1 OF 2 PAGES 10 LAST NAME FIRST 18jCONTACT PHONE(S) -1CONTROL NUMBER City of Kent (206) 859-3383 00-B2925-01 19 STREET OR RURAL ROUTE ® H] WRIA 220 4th Ave S ATTN: Tom Tazuma, Engineer 09 . 0028 CITY STATE ZIP 14 17 .,. Kent WA 98032 �12 WATER TRIBUTARY TO 111 TYPE OF PgOJECT Mill Creek (Kent) Springtrook Creek Bore Culvert 13� UARTER SECTION TOWNSHIP RANGE(E-W) COUNTY SECTION NE 13 22N 04E Ki na (Overflow Culvert) TIME LIMITATIONS : �?THIS PROJECT MAY BEGIN AND MUST BE COMPLETED BY May 1, 1996 October 1, 2000 THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING �• THE WORK. SFF IMPORTANT GENFRAL PROVISIONS ON REVERSE SIDE OF APPROVAL 1 . ADDITIONAL TIMING LIMITATIONS : Work below the ordinar high water line (OHWL) shall only occur between May 1 1996 , and �ctoner 1, 1996 . Revegetation, per Provision 11, shall be completed no later than March 1, 1997, and shall be monitored through actober 1, 2000 . �... 2 . NOTIFICATION REQUIREMENT: The permittee or contractor shall notify the Area Habitat Biologist listed below, by FAX at (206) 338-1066 or mail at Washington Department of Fish and Wildlife (WDFW) , 16019 Mill Creek Blvd, Mill Creek, Washington 98012 , of the roject start date . Notification shall be received by the Area HaMat Biologist at least three working days prior to the start of construction activities . The notification shall include the permittee' s name, project locations starting date for work and the control number for this Hydraulic Project Approval (HPAS . 3 . Work shall be accomplished per plans and specifications entitled, "Mill Creek/SR167 Drainage Tunnel , " dated becember 6 , 1995 , and submitted to WDFWS except as modified by this HPA. These plans -. reflect desiggn criteria- per Chapter 220-110 WAC . A copy of these plans shall be available- on site during construction. 4 . When boring or jacking, pits shall be isolated from surface water flow. Wastewater from project activities and dewatering shall be routed to an area outsiae the OHWL to allow removal of Line sediment and other contaminants prior to being discharged to state waters . SEPA: DNS, City of Kent, June 1995 REGIONAL HABITAT MANAGER - Philip Schneider (206) 777-1311 ext 107 PATROL - Boone 030 [P3] APPLICANT - WILDLIFE - READER - PATROL - HAB. MGR. - WRIA DEPARTMENT OF FISHERIES l{?CLrL DIRECTOR HYDRAULIC PROJECT APPROVAL �j`'''r"• Y DEPARTMENT OF FISHERIES R.C.W. 7 5 . 2 0 . 10 0 General Administration Bldg. R.C.W. 75 . 20 . 103 Olympia, Washington 98504 Q January 19 , 1996 (206) 753-6650 DEPARTMENT OF FISHERIES (applicant should refer to this date in all correspondence) PAGE�t OF 2 PAGES 10 LAST NAME 18,CONTACT PHONE(S) CONTROL NUMBER r City of Kent (206) 8 5 9-3 3 8 3 11 00-B2925-01 I 22111TERMi11 Creek (Kent) 9;41RIA 09 . 0028 ___T S . A positive separation shall be maintained between the work area and the stream at all times . This will require the use of sheet pile enclosure or similar cofferdam. 6 . Erosion control methods shall be used to prevent silt-laden water from enterin the stream. These may include, but are not limited to, straw ba�es, filter fabric, temporary sediment ponds , check dams of pea ravel-filled burlap bags or other material, and/or T immediate mulching of exposed areas . 7 . Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. 8 . The culvert shall be installed to maintain structural integrity to 1- the 100-year peak flow with consideration of the debris likely to be encountered. 9 . Fill associated with the culvert installation shall be protected from erosion to the 100-year peak flow. 10 . The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project . T 11 . Disturbance of the streambed and banks shall be limited to that necessary to place the culvert and any required channel modification associated with it . Affected streambed and bank areas outside the culvert and associated fill shall be restored to preproject con- figuration following installation of the culvert . Within one year of project completion, the banks shall be revegetated with native or other approved woody species . Vegetative cuttings shall be planted at a maximum interval of three feet (on center) and maintained as necessary for three years to ensure 80 percent survival . 12 . The banks and the inlet stream channel shall be protected from erosion prior to the removal of the sheet pile . 13 . The inlet and outlet channel shall have positive drainage downstream and contain no depressions . The inlet channel shall be higher than the base flow channel . T LOCATION: South of South 228th St . where Mill Creek aces under SR 167 . bk T REV 10/16/88 ;SHI"�G1"Cry f-''EpARr f ,;;,F i- 5- ANID WILDLIFE 600 CAPITOL WAY NORTH OLYMPIA,WASHINGTON 98501-1091 (360) 902-2534 This Hydraulic Project Approval pertains only to the provisions of the Fisheries Code (RCW 75.20). Additional authorization from other public agencies may be necessary for this project GENERAL PROVISIONS This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the permittee and operator(s) performing the work. The person(s)to whom this Hydraulic Project Approval is issued may be held liable for any loss or damage to fish life or +r- fish habitat which results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 75.20.100 or 75.20.160 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All Hydraulic Project Approvals issued pursuant to RCW 75.20.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 75.20.130. APPEALS -GENERAL INFORMATION IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL,THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS(WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.100, 75.20.103, 75.20.106, AND 75.20.160: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.100 OR 75.20.106: A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: '~ (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; (B) An order imposing civil penalties; or .�. (C) Any other "agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.103 or 75.20.160: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 269-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 3601469.6327. D. FAILURE TO APPEAL THE REQUIRED 11ME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. . Washington State Application for Permit or Franchise �� Department of Transportation Request to Occupy State DOT Right of Way Applicant- Please print or type all Information rApplication is Hereby Made:. O Category 1 �Category 2 ❑ Category 3 ;a Permit Fee $500 Fee $300 Fee $150 ❑ Franchise ❑ Consolidation ❑ Renewal ❑ General Permit ❑Amendment Fee $300 Fee $250 No Fee Intended Use of State Right of Way is to Construct, Operate, and Maintain a: 60" diameter drainage tunnel under SR 167 Highway. State Route Number County SR 167 Kin 7� ToAt Mile Post From Mile Post Mile Post 21. 17 21.21 Beginning in The 1/4 of the 1/4 of Section Township North: Range Wee/East W.M. SE NE 13 22 4 Ending in The 1/4 of the 1/4 of Section Township North: Range Wes East W.M. SE NE 13 22 4 Fees in the amount of$ 300.00 are paid to defray the basic administrative expense incident to the processing of this application according to WAC 468-34 and/or RCW 47.32 and amendments.The applicant further promises to pay additional costs incurred by the Department on the behalf of the applicant. Checks or Money Orders are to be made payable to "Washington State Department of Transportation." Applicant Field Review Contact Person Name: Tom Tazuma Authorization to Occupy Only If Approved Below Phone: 859- 3383 The Washington State Department of Transportation referred to as the 'Department,' hereby grants this document subject to the terms and conditions stated in the General Provisions, Special Provisions, and Exhibits attached hereto and by this reference made a part hereof: b' ci "." •� atlsn'"tSt��OA . City of Kent Engineering Dppartmpnt Applicant (Referred to as Grantee) 220 Fourth Avenue South Address Kent, WA 98032 City, State, Zip Code 206 859-3383 Tel hone Construction of facilities proposed under this application shall begin �. AA within one year and must be completed within three years from the date Applicant-Authorized Signature of approval.Otherwise,this document shall become null and void. Don E. Wi ckstrom P E - 'Y aua Print or Type Name �. e a 0. Director of Public Works Title 91-6001254 s} .tle• Federal Tax ID Number or Social Security Number III OF M11111111M •a8 � Dated this 7th day of December _ .1.; Grantee Reference Permit Number 05 Expiration Date (W.O.) Number Franchise Number Amendment Number State'Route 167 DOT Form 224.696 Wo5 General Provisions ' 1. This document Is subject to Chapter 47.32 RCW and Chapter 468-34 WAC and amendments thereto. 2a. For Utility Permits and Franchises only:The Grantee, its successors and assigns agree to Indemnity, defend and hold the State of Washington, Its officers and employees harmless from all claims, demands, damages, expenses or suits that: (1) arise outaf or are Incident to any negligence by the Grantee, Its agents, contractors or employees In the use of the highway right of way pursuant to this document or (2) are caused by the breach of any of the conditions of this document by the Grantee, Its contractors, agents or employees. Nothing herein shall require the Utility to indemnity and hold harmless the State of Washington and Its officers and employees from claims, demands, damages, expenses or suits based solely upon the conduct or negligence of the State of Washington, Its agents, officers. �. employees and contractors and provided further that If the claims, demands, damages, expenses or suits are caused by or result from the concurrent negligence of (the Grantee, Its agents, contractors or employees and or any person whomsoever, in connection with Grantee's, its assigns', agents', contractors' or employees of the State of Washington, its agents, officers, employees and contractors, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the Grantee's negligence or the negligence of the Grantee's agents, employees or contractors. Any action for damages against the State of Washington, Its agents, officers, contractors or employees arising out of damages to a utility or other facility located on the highway fight of way shall be subject to the provisions of RCW 47.44.150. 2b. For General Permits only:The Grantee, Its successors and assigns agrees to protect the State of Washington, its officers and employees and save them harmless from all claims, actions or damages, of every kind and description which may accrue to or be suffered by any person, persons, or property by reason of the acts or omissions of the Grantee,its assigns', agents', contractors', licensees' or employees construction, installation, maintenance, operation, use or occupancy of the right of way or in the exercise of this document.. In case any suit or action is brought against the State of Washington, its officers and employees, arising out of or by reason of any of the above causes, the Grantee, its successors or assigns will, upon notice of such action, defend the same at its sole cost and expense and satisfy any judgment against the State of Washington, its officers, or employees: PROVIDED, that if the claims or damages are caused by or result from the concurrent negligence of (a) the State of Washington's agents or employees and (b) the Grantee or Grantee's agents or employees, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the Grantee or the Grantee's ._ agents or employees. The Grantee, and on behalf of its assigning, agents, licensees, contractors and employees agrees to waive any claims for losses, expenses, damages or lost revenues incurred by it or its agents, contractors, licenses,employees or customers in connection with Grantee's, its assigns' agents', contractor's licensees'.or employee's construction, installation, maintenance, operation, use or occupancy of _ the right of way or in the exercise of this document against the State of Washington, its agents,or employees except the reasonable costs of repair to property resulting from the negligent injury or damage to Grantee's property by the State of Washington, its agents, contractors or employees. 3. The Department reserves the right to order the change of location or the removal of any structure or structures authorized by this document at any time, said change or removal to be made at the sole expense of the party or parties to whom this document is issued or their successors and assigns. 4. All such changes, reconstruction, or relocation by the Grantee shall be done in such manner as will cause the least interference with any of the Department's work, and the Department shall not be held liable for any damage to the Grantee by reason of any such work by the Department, its agents or representatives, or by the exercise of any rights by the department upon roads, streets, public places, or structures in question. 5. This document shall not be deemed or held to be an exclusive on and shall not prohibit the Department from granting rights of like or other nature or other public or private utilities,nor shall it prevent the Department from using any of its roads, streets, or public places,or affect its right to full supervision and control over all-or any part of them,none of which is hereby surrendered. 6. The-department may revoke,amend, or cancel this document at any time by giving written notice to the Grantee.The Grantee shall immediately remove all facilities from the right of way.Any facilities remaining upon the right of way 30 days after written notice of cancellation will be removed by the Department at the expense of the Grantee. ,. 7. The grantee shall maintain at its or their sole expense the structure or object for which this document is granted in a condition satisfactory to the Department 8. Any breach of any of the conditions and requirements made or failure on the part of the Grantee of this document to proceed with due diligence and in good faith after fts acceptance with construction work shall subject this document to cancellation. 9. Whenever it is deemed necessary.for the benefit and safety of the traveling public, the Department hereby reser4es the right to attach and maintain upon any facility by the Grantee under this document any required traffic control devices, such as traffic signals, luminaries, and overhead suspended signs,when the use of such devices or attachments does not interfere with the use for which the facility was constructed.The Department shall bear the cost of attachment and maintenance of such traffic control devices, including the reasonable cost of any extra construction beyond normal; such extra cost to be determined jointly by the Department and the Grantee of this document. It is not to be construed that the Department is to share in the normal cost of installation, operation, or maintenance of any of the facilities installed under this document. 10. No excavation shall be made or obstacle placed within the limits of the State highway in such a manner as to interfere with the travel over said road unless authorized by the Department. 11. If the work done under this document interferes in any way with the drainage of the State highway,the Grantee shall wholly and at its own expense make such provisions as the Department may,direct to take care of said drainage. 12. On completion of this-work,all rubbish and debris shall be immediately removed and the roadway and roadside shall be left neat and presentable and satisfactory to the Department. 13. All of the work shall be done under the supervision and to the satisfaction of the Department, and the entire expense of said supervision shall be bome by the party or parties to whom this document is issued. 14. During the progress of the work such barriers shall be erected and maintained as may be necessary or as may be directed for the protection of the traveling public;the barriers shall be properly lighted at night. 15. The Grantee pledges that performance of routine cutting and trimming work will be accomplished In such a mannerthat.the roadside appearance will not be disfigured.When major work Is Involved or damage to roadside appearance may become significant, the Grantee — shall secure the approval of the Department In advance of the work. 16. The Utility hereby certifies that the facilities described in this document are in compliance with the Control Zone Guidelines. DOT FOM Z14•06 - ^— Sr9S "�� Washington State Special Provisions for A Department of Transportation Permits and Franchises Permit/Franchise No. 16705 ,,„Applicable provisions are denoted by ( ® ) 1. No work provided for herein shall be performed until the Utility is authorized by the following Department representative: Northwest Region,Utilities Engineer 15700 Dayton Avenue North,MS-113 P.O.Box 330310 W.. Seattle,WA 98133-9710 For preconstruction conference call: Ingo Goller,Kent,(206)872-2958 ® 2. A copy of the permit or franchise must be on the job site,and protected from the elements,at all times during any of the construction authorized by said permi/franchise. �® 3, In the event any milepost,right of way marker,fence or guard rail is located within the limits of this project and will be disturbed during construction,these items will be carefully removed prior to construction and reset or replaced at the conclusion of construction to the satisfaction of the Department.All signs and traffic control devices must be maintained in operation during construction. 4, Prior to construction,the Utility shall contact the Department's representative(listed under Special Provision Number 1)to ascertain the location of survey control monuments within the project limits.In the event any monuments will be altered,damaged or destroyed by the project,appropriate action will be taken by the Department,prior to construction,to reference or reset the monuments.Any monuments altered,damaged or destroyed by the Utility s operation will be reset or replaced by the Department at the sole expense of the Utility. �® 5. During the construction and/or maintenance of this facility,the Utility shall comply with the Manual on Uniform Traffic Control Devices for Streets and Highways.If determined necessary by the Department,the Utility shall submit a signing and traffic control plan to the Department's representative for approval prior to construction or maintenance operations. ® g, The Utility shall notify the Department's representative upon completion of the work under this permit/franchise so that a final inspection can be made and shall immediately furnish to the District Utilities Engineer a revised franchise or permit plan of the final location or relocation of its facilities if the original permit/franchise plans have been revised during the course of construction. �® 7, Prior to the beginning of construction,a preconstruction conference shall be held at which the Department and the Utility and utility's engineer, contractor,and inspectorshall be present. g, Should the Utility choose to perform the work outlined herein with other than its own forces,a representative of the Utility shall be present at all times unless otherwise agreed to by the District representative.All contact between the Department and the Utility's contractor shall be through the representative of the Utility.Where the Utility chooses to perform the work with Is own forces,it may elect to appoint one of its own employees engaged in the construction as its representative.Failure to comply with this provision shall be grounds for restricting any further work by the Utility within the ••- State right of way until said requirement is met.The Utility,at its own expense,shall adequately police and supervise all work on the above described project by itself,its contractor,subcontractor,agent,and others,so as not to endanger or injure any person or property. 9, The Utility agrees to schedule the work herein referred to and perform said work in such a manner as not to delay the Department's contractor in the performance of his contract. ® 10. Work within the right of way shall be restricted to between the hours of 9:00 a.m. and 3:30 p.m. and no work �— shall be allowed on the right of way Saturday.Sunday,or holidays,unless authorized by the Department.Any lane closures must be submitted for approval in advance of use.The hours of permitted closure may differ from the above noted hours. ® 11. If determined necessary by the Department,any or ail of the excavated material shall be removed and replaced with suitable material as specified by the Department. ® 12. Wherever deemed necessary by the Washington State Department of Labor and Industries analor the Department for the safety of the workers and the protection of the highway pavement,the sides of the trench(or excavation)shall be adequately supported to reduce the hazard to workers and prevent ... any damage by cracks,settlement,etc.,to the pavement.No other work in the trench or excavation area will be allowed until this requirement is met. ® 13. Trenches shall be backfilled as soon as possible behind the laying of pipe or cable.No open trenches shall be left overnight.This Includes boring or ... jacking pits which shall be covered with material of sufficient strength to withstand the load of highway traffic If the pit Is not to be backfilled with material each night. DOT Fam224-WOEF, Page 1 Exhibit "A" aN4 ® 14. All slopes,slope treatment,top soil,ditches,pipes,etc.,disturbed by this operation shall be restored to their original cross section and condition.All open trenches shall be marked by warning signs,barricades,lights and if necessary,flagmen shall be employed for the purpose of protecting the traveling public.Roadside operations may be specified by the Department's representative. .. ® 18. Where applicable,markers shall be placed at each right of way line for all crossings and placed every 5W feet for longitudinal lines to include: company name,pipeline or cable identification,telephone number for contact,and the distance from the marker to the line in feet.Markers shall be placed so as to minimize interference with maintenance operations.Markers shall also be placed at all changes in offset distance from right of way line or centerilne of highway. ® 16. The utility shall install detector tape or cable approximately 12 inches above the underground facility.The tape shall conform to the standards of the American Public Works Association Uniform Color Code. ® 17. In the event that construction and maintenance of the highway facility within the proximity of the utility installation becomes necessary during the period which the Utility will occupy a portion of the right of way,it is expressly understood that,upon request from the Department's representative,the Utility will promptly identify and locate by suitable field markings any and all of their underground facilities so that the Department or its contractor can be fully apprised at all times of its precise location. ® 18. The shoulders,where disturbed shall be surfaced with crushed surfacing top course 4 inches minimum compacted depth, or as directed by the Department's representative.The surface of the finished shoulder shall slope down from the edge of pavement at the rate of 0.02 foot per foot unless otherwise directed.The restored shoulder must not have any strips or sections less than 2 feet wide.The restored shoulder shall be surfaced with Class B asphalt or as directed. ❑ 19. All crossings of roadways surfaced with oil,asphalt concrete pavement or cement concrete pavement shall be accomplished by jacking,boring,or augering the cable or pipe under the roadway,unless specifically provided for otherwise under special provision No.21. ® 2p. The cable or pipe shall be placed within a suitable encasement as specified on the attached exhibits.Said encasement pipe shall be jacked,bored,or augered through the highway grade with a minimum depth of 5 feet from top of casing to finished road grade and a minimum of 31/2 feet of depth from bottc` of ditch to top of casing. ❑ 21. Open trench construction will be allowed only at those locations identified on the plan exhibits and/or listed on Exhibit(s) ,with restoration to be performed as noted on the attached'Open Cut Detail;Exhibit _ ® 22. No routine maintenance of this facility will be allowed within the limited access area. ❑ 23. Routine maintenance of this.facility will not be permitted from the through traffic roadways or ramps of SR and all service to . this facility will be by access from ❑ 24. Bond coverage required to ensure proper compliance with all terms and conditions of said permit or franchise will be furnished by a Blanket Surety Bond held at Headquarters in Olympia. ❑ 25. The Utility shall provide to the Department in the amount of$ a surety bond written by a surety company authorized to do business in the State of Washington or an escrow account with a bank approved by the Department,prior to start of construction,to insure compliance with any and aft of the terms and conditions of this permit or franchise.Said bondlaccount to remain in force for a period ending one year after date of completion of construction. ❑ 26. The utility agrees to bury the aerial lines covered by this franchise in Scenic Classes'A'and'B',as defined on attached Exhibit(s) either at the time of major reconstruction of the line,for that portion of line to be reconstructed,or prior to expiration of this franchise. ❑ 27. Utility agrees to bury the aerial lines covered by this franchise in Scenic Classes'A',*AX*,'B',and/or'BX',as defined on attached Exhibit(s) at the time the pole owner buries its facility. ❑ 28. The Utility agrees to bury or relocate aerially the existing overhead lines in Scenic Classes"AX*and'BX.as defined on attached Exhibit(s) ,to a location acceptable to the Department either at the time of major reconstruction of the line,for the portion of line to be reconstructed,or prior to the expiration of this franchise.The existing aerial lines may remain in their present location if acceptable to the Department. ® 29. The Utility agrees to be responsible for any construction deficiencies as a result of the roadway installation. ® 30. No lane closures shall be allowed except as approved by the Department representative.Approvals may cause revision of special provisions,Including hours of operation. ® 31. The responsibility of the Utility for proper performance,safe conduct,and adequate policing and supervision of the project shall not be lessened or otherwir- affected by Department approval of plans,specifications,or work or by the presence at the work site of Department representatives,or by compliance by tt Utility with any requests or recommendations made by such representatives. ... ® 32. All material and workmanship shall conform to the Washington State Department of Transportation Standard SpecNfcadons for Road,Bridge and Municipal Construction,current edition,and amenaments thereto,and shall be subject to inspection by the Department. ® 33. Any changes or modifications to the approved franchise/permd shaU be subject to prior review and approval by the Department. DOT FWM 224WOU "' Page 2 Exhibit "A" `" SPECIAL PROVISIONS FOR PERMITS AND FRANCHISES x34. Construction of this facility will not be permitted from the through traffic roadways, shoulders or ramps of SR 167. All access during construction shall be from outside the State right of way. x35. The Grantee/Utility shall be required to maintain traffic at all times, no lanes or ramps shall be allowed closed without written State approval and a State approved traffic control plan. x36. In lieu of a surety bond to ensure compliance with the terms and conditions -- of this permit the City of Kent agrees that the Department may effect reimbursement of the amount necessary to restore the highway from the monthly fuel tax allotments which the City of Kent is normally entitled to -- receive from the Motor Vehicle Fund, and in accordance with RCW 47.08.090. x37. Use, by the Grantee/Utility or its contractor, of a ground piercing device to place casing, ducts or carrier pipes under the roadway of a State highway will be at the risk of losing the device if it becomes disabled. Excavation of the roadway for recovery of the device shall not be allowed. E)=IT "A" Page 3 Permit 16705 FINAL �.� ■ GEOTECHNICAL STUDY MILL CREEK/SR 167 DRAINAGE TUNNEL KENT, WASHINGTON Mav 1996 Prepared for City of Kent 220 4th Ave. South Kent, Washington Woodward-Clyde 1500 Century Square 1501 Fourth Avenue Seattle, WA 98101-1662 Woodward-Clyde 0 Engineering&sciences applied to the earth&its enviionment May 3, 1996 City of Kent -- Engineering Department 220 4th Avenue South Kent Washington 98032-5895 -- Attention: Tom Tazuma Subject: Geotechnical Report for the Mill Creek/SR 167 Drainage Tunnel Project, Kent, Washington Dear Tom: Please find enclosed an unbound copy of the subject report. This report was prepared in -- general accordance with the requirements of Task 4 of our consulting agreement with the City dated February 23, 1996. If you have any questions regarding this report, please contact us. Sincerely, Donald G. Anderson, P.E., Ph.D. Manager of Geotechnical Services Northwest Enclosures Woodward-Clyde Consultants 1500 century Square•1501 Fourth Avenue•Seattle,Washington 98101 1662 �3�9°o-4adx 206-343-0513 Woodward-Clyde TABLE OF CONTENTS Section Page _ 1.0 INTRODUCTION 1-1 1.1 PROJECT DESCRIPTION 1-1 1.2 SCOPE OF WORK 1_2 1.3 EXISTING GEOTECHNICAL INFORMATION 1-3 - 2.0 FIELD AND LABORATORY INVESTIGATIONS 2-1 2.1 FIELD EXPLORATIONS 2.1 2.2 LABORATORY TESTING 2_1 3.0 SITE CONDITIONS 3-1 3.1 GEOLOGIC SETTING 3.1 3.1.1 Local Geologic and Groundwater Conditions 3-1 3.1.2 Seismicity 3-1 3.2 SITE CONDITIONS 3.2 3.2.1 Surface Conditions 3.2 3.2.2 Previous Explorations 3.3 3.2.3 Soil Stratigraphy 3_3 .� 3.2.4 Groundwater 3-4 3.2.5 Seismic Considerations 3-5 4.0 CONCLUSIONS AND RECOMMENDATIONS 4-1 4.1 ANTICIPATED SUBSURFACE CONDITIONS 4-1 4.1.1 Loss of Ground 4-1 4.1.2 Obstructions 4_2 454044NXKENTRPT3.DOC 1 May 3, 1996 Woodward-Clyde 4.2 GROUNDWATER CONTROL AND DEWATERING 4-2 - 4.2.1 Dewatering Methods 4-3 4.2.2 Pressurized Face Microtunneling 4-4 4.3 JACKING AND RECEIVING PIT DESIGN 4-5 4.3.1 Shoring System 4-5 4.3.2 Thrust Block Resistance 4-5 4.3.3 Groundwater Control 4-6 4.4 SURFACE SETTLEMENT 4-6 4.4.1 Settlement from Loss of Ground 4-6 4.4.2 Settlement from Dewatering 4-7 4.5 ALTERNATIVE TUNNELING METHODS 4-7 4.5.1 Pipe Jacking 4-7 — 4.5.2 Pressure-Face Microtunneling 4-8 4.6 TUNNEL CONSTRUCTION CONSIDERATIONS 4-9 5.0 UNCERTAINTY AND LIMITATIONS 5-1 — 6.0 REFERENCES 6-1 — LIST OF TABLES TABLE 1 CATEGORIES OF GROUND BEHAVIOR FOR SOFT GROUND TUNNELS LIST OF FIGURES FIGURE 1 SITE AND EXPLORATION PLAN FIGURE 2 GENERALIZED GEOLOGIC PROFILE — FIGURE 3 LATERAL EARTH PRESSURE DIAGRAM ii May 3. 1996 95404 4N AIKENTRPT3.DOC Woodward-Clyde LIST OF APPENDICES APPENDIX A FIELD INVESTIGATION .. APPENDIX B LABORATORY TESTING 954044N.-1KENTRPT3.DOC 111 %lay 3, 1996 wr Woodward-Clyde G- A1y AS ��'� A m r x 0NAL EXP►RES 11 /11 / 9�- This report has been prepared and reviewed by a registered engineer. May 1 1996 Woodward-Clyde 1.0 INTRODUCTION .. This report presents results of geotechnical investigations and tunneling recommendations for the proposed Mill Creek/SR 167 Drainage Tunnel project in Kent, Washington. The purpose of the geotechnical program described in this report was to evaluate subsurface conditions along the tunnel alignment and to provide geotechnical recommendations for the proposed project. This project was performed by Woodward-Clyde Consultants (WCC) for the City of Kent (City) in general accordance with the City's Consultants Services Contract, dated February 23, 1996. 1.1 PROJECT DESCRIPTION Mill Creek crosses under SR 167 just south of the East Valley Road overpass through two 48-inch diameter corrugated metal pipe (CMP) culverts. The creek enters the east end of the culverts between the Best Western and Bowen Scarff Ford Dealer properties, and exits about 75 feet southeast of the South 228 Street and 83rd Avenue South intersection (Figure 1). The City of Kent plans to construct a 60-inch diameter, 280-foot long drainage tunnel under SR 167 to increase the stormwater carrying capacity of Mill Creek. The new drainage tunnel (or culvert) will be constructed on the south side and parallel to the existing culverts. According to the City, the casing invert elevations are planned to be 25.5 and 26.5 feet for the west and east ends of the tunnel, respectively. The current design concept, presented by the City, involves installing steel casing under the roadway embankment by tunneling or pipe jacking methods, and providing sheet pile cofferdams at both ends to isolate the tunnel construction from the existing creek. The sheet pile cofferdams would be removed upon completion of the tunnel construction to make the final connection of the new channel to the existing creek alignment. The City will prepare the design and contract documents for the project. The City requested that WCC review the technical plans and specifications at the 60% level of completion and comment on the City's approach for dealing with geotechnical issues related to tunnel construction. 954044N.X\KENTRPT3.DOC 1-1 May 3. 1996 ire. Woodward-Clyde - 1.2 SCOPE OF WORK A proposal for performing this geotechnical work was submitted by WCC to the City on January 17, 1996. Notice to Proceed for the proposed scope of work was given on February 23, 1996, by Mr. Ken Langholz of the City. The purpose of the project was to evaluate subsurface conditions along the tunnel alignment and provide geotechnical recommendations for the proposed project. The scope of work for the project included the following: • Task 1 - Review of Existing Information. Gather and review readily-available geotechnical and geologic data for the project area. • Task 2 - Geotechnical Investigations. Plan and conduct field investigations to explore subsurface conditions along the tunnel alignment. Perform laboratory tests on selected soil samples to assist in classification and evaluation of the engineering properties of the site soils. • Task 3 - Engineering Analyses. Perform geotechnical engineering analyses of data obtained from the field exploration and laboratory testing program with respect to the proposed project. • Task 4 - Geotechnical Report. Prepare a report containing the results of the geotechnical investigation, including boring logs, generalized subsurface profile, and conclusions and recommendations for: - Anticipated subsurface conditions, including groundwater conditions - Groundwater control and dewatering - Jacking and receiving pit design - Potential surface settlement resulting from tunneling - Alternative tunneling methods (general) - Tunnel construction considerations • Task 5 - Review Plans and Technical Specifications Relating to Tunneling. "- Review and comment on the City's tunneling drawings and technical specifications at the 60% completion level. 954044NA�KENTRPT3.DOC 1-2 %[ay 3. 1996 Woodward-Clyde • Task 6 - Contractor Qualification. Review the City's qualifications section of the bid documents and the qualifications submittals, and provide recommendations to the City. `'- 1.3 EXISTING GEOTECHNICAL INFORMATION Three geotechnical exploration programs have been conducted in the vicinity of the drainage �'- tunnel location. In 1961 WSDOT drilled two borings adjacent to and south of Mill Creek prior to constructing SR 167. More recently WSDOT performed additional explorations for the HOV construction project for SR 167. The borings for both projects are presented in WSDOT (1992). Terra Associates (1995) also drilled a boring about 60 feet west of the tunnel near South 228th Street. The soil conditions encountered in these previous explorations generally consisted of low- density silty sand and clean sand in the upper 10 feet. These characteristics are discussed in more detail in Section 3.2. Groundwater was typically encountered at or just below the ground surface in the WSDOT borings. 954044NA1KENTRPT3.DOC 1-3 Mav 3. 1996 fto Woodward-Clyde 2.0 FIELD AND LABORATORY INVESTIGATIONS 2.1 FIELD EXPLORATIONS The subsurface exploration program was completed between March 4, 1996 and April 8, 1996. The program consisted of drilling three borings (designated BH-1 through BH-3) along - the tunnel alignment. The borings were drilled using both mud rotary and hollow-stem auger techniques. Borings BH-1 and BH-3 were advanced to depths of 311/2 feet, and Boring BH-2 was advanced through the embankment fill to a depth of 46'/2 feet below the ground surface. The boring locations were selected such that there was one near the jacking (BH-3) and receiving (BH-1) pits, and one (BH-2) near the midpoint of the tunnel under the highway embankment fill. Approximate locations of the explorations are shown on Figure 1. These locations were determined in the field by taping relative to known features. The approximate locations of Boring BH-5, which was drilled for a culvert replacement project west of the tunnel by Terra Associates (1995), and the 1961 WSDOT boring, No. L-1453, are also shown on Figure 1. Standard Penetration Tests (SPTs) were conducted at 5-foot intervals and at stratigraphic changes in each boring. Blowcounts recorded during the SPTs were used to estimate the density and consistency of in-place soil samples. Disturbed "bulk" samples of near-surface soils and less disturbed California drive samples were obtained at selected intervals in the explorations. Soil conditions revealed in each boring were recorded during the drilling program by a WCC geotechnical engineer. Appendix A includes logs of the borings and details of the subsurface explorations performed. 2.2 LABORATORY TESTING Laboratory tests were conducted to determine index properties of selected soil samples. .� These tests included water content, percent passing the No. 200 sieve, and grain-size determinations. Appendix B includes a brief discussion of the laboratory tests and test results. 9 5 4044N A\1iE V TRPT3.DOC 2-1 %fav 3.1996 Woodward-Clyde 3.0 SITE CONDITIONS 3.1 GEOLOGIC SETTING The project site is located in the southwest portion of the Renton Quadrangle on the eastern margin of the north-south trending Duwamish Valley. The Duwamish Valley occupies a glacially carved trough sculpted by four glacial advances and retreats. The trough has subsequently been partially filled with several hundred feet of post-glacial sediment supplied from advance and recessional melt-water streams, and more recently alluvium from the Green, Cedar, and White Rivers (Bronson 1989). Post-glacial sediments have accumulated continuously in the Duwamish Valley since the retreat of the Vashon Glacial, about 13,000 years ago. 3.1.1 Local Geologic and Groundwater Conditions The project site is located east of the Green River in the Duwamish Valley. The predominant near-surface soils in the Duwamish Valley are alluvium and overbank deposits comprised of sand, silt, clay, and peat. In the vicinity of the project site, the near-surface deposits consist chiefly of alluvium composed of silt and fine sand with local peaty areas up to 10 to 20 feet .. thick. The lower alluvial deposits consist primarily of medium and coarse sand deposited by the White River and are up to 75-feet thick (Mullineaux 1965). -- Bronson (1989) reported that during construction of the 16-mile long Valley Freeway (SR 167) from Renton to the King/Pierce County line, groundwater levels varied from a few inches to 6 feet below the ground surface. The deeper groundwater levels were recorded during August of 1959, indicating some seasonal variation. However, a I to 3-foot depth to groundwater was typical for most areas during the period from January to June, 1959. 3.1.2 Seismicity �- The project is located in the east-central Puget Sound, a region which has been characterized by a moderate to high level of seismicity and seismic hazards. Two potential seismic sources are significant to the proposed project: (1) the Cascadia subduction zone and (2) shallow crustal faults which, in general, have not been characterized to date. Within the Cascadia subduction zone, both interplate earthquakes, those events which rupture the interface �. (megathrust) between the subducting Juan de Fuca plate and the overriding North American plate, and intraplate earthquakes (within the Juan de Fuca plate) can occur. Shallow crustal 954044NA\KENTRPT3.DOC 3-1 Nfav 3. 1996 faults could probably generate a large earthquake anywhere in the Puget Sound including in _ the vicinity of the project site. The most significant seismic events in historical times in the Puget Sound region were the _. 1949 M 7.1 Olympia and 1965 M 6.5 Seattle-Tacoma earthquakes. The 1965 earthquake occurred about 5 to 10 km south of Kent at a depth of 60 km. Based on USGS seismic hazards maps, the peak ground acceleration at the site during a large seismic event could be as high as 0.3g. This level of acceleration has a 10% probability of exceedance in 50 years (Algermissen et al. 1990), which corresponds to approximately one occurrence in 500 years. The 500-year return period is consistent with that normally used by WSDOT in their roadway and bridge design projects. This peak ground acceleration level is also consistent with the Seismic Zone Factor (Z) in the Uniform Building Code (UBC 1994). 3.2 SITE CONDITIONS The following subsections describe the general surface and subsurface conditions along the alignment of the proposed drainage tunnel. Interpretations of the site conditions are based on site visits, subsurface explorations, and available geologic maps and reports. 3.2.1 Surface Conditions The proposed tunnel alignment is on the south side of the two existing 48-inch diameter CMP culverts which currently convey Mill Creek under SR 167. The top of the highway embankment fill is at about elevation 55 feet. approximately 231/7 feet higher than the adjacent ground surface near the tunnel portal locations (about elevation 311/2 feet). The embankment fill supports a four-lane divided highway and north bound off ramp to North Central Avenue. The highway drains towards the center, grass-covered, median. The embankment fill sideslopes are at about 1.8R I V to 1.9141V (horizontal:vertical) and are covered with grasses. The proposed jacking pit is located on the west side of the highway and south of Mill Creek. The jacking pit is bordered on the west side by a drainage ditch about 5 feet deep which is adjacent to the concrete driveway for a gravel company. The proposed receiving pit is on the east side of the highway, south of Mill Creek. The ground surface at both pit locations is vegetated with grasses. The existing CMP culverts are armored with riprap on the east side of _ the highway embankment. 954044NA�KENTRPTI DOC 3-2 May 3.1996 3.2.2 Previous Explorations Previous geotechnical explorations have been performed in the vicinity of the proposed tunnel project by WSDOT (1992) and Terra Associates (1995). WSDOT drilled multiple borings along the alignment of SR 167 in 1961 prior to construction. Two borings were drilled near Mill Creek. One boring was located about 10 feet south of the old Mill Creek (Station 884+85) alignment and indicated alluvium consisting of silty to clean sand from the ground surface down to 12 feet (bottom of hole). The other boring was about 375 feet south of Mill Creek (Station 881+20), and also indicated alluvium to 24 feet, except for a soft clay layer from 111/z to 15 feet below the ground surface. Groundwater was located about 3 feet below the ground surface (about elevation 26) in the hole drilled immediately south of Mill Creek. WSDOT also performed two explorations on the west side of SR 167 at the bottom of the embankment fill. Although the closest boring was located about 450 feet north of Mill Creek, soil and groundwater conditions are generally consistent with those noted w- previously. Terra Associates completed a single boring (Boring BH-5) for the nearby Mill Creek/South ~- 228th Street culvert replacement project. The boring was drilled about 60 feet west of the proposed tunnel during June, 1995. This boring was drilled to a depth of 26.5 feet. Results of the exploration indicate that subsurface conditions west of the site consist of about 5 feet of fill over loose silty sand and poorly graded sand. The groundwater table was about 7.5 feet below the ground surface (about elevation 26.3 feet). The location of Boring BH-5 is shown in Figure 1. 3.2.3 Soil Stratigraphy Surficial soils along the drainage tunnel alignment have been modified by construction of the highway embankment fill. Based on the soil borings, the fill soils associated with the highway embankment fill are underlain by a thick sequence of alluvial soil deposits. The base of the alluvial soils was not penetrated in any of the borings. A generalized geologic profile along the proposed tunnel alignment is shown on Figure 2. The location of this profile is indicated in Figure 1. Key features of this geologic profile are `• described below. Fill Soils The embankment fill soils in Boring BH-2 were about 28 feet thick and generally consisted of dense to very dense, poorly graded sand with silt and gravel (SP) to silty sand with gravel (SM). The bottom of the fill in Boring BH-2 was at approximately elevation 27 feet. Difficult 9 54044NA\KENTRPT3.DOC 3-3 h[av3, 1996 W.r drilling occurred at some intervals in Boring BH-2 where dense gravel and woody debris were encountered. Alluvium Alluvial soils were encountered at depth in all three borings. The surficial soils in borings BH- A and BH-3 appeared to be reworked alluvial soils. These soils consisted of poorly graded _. sand (SP) at Boring BH-1 and silty sand (SM) at Boring BH-3. The thickness of the reworked deposits could not be determined but appeared to be relatively thin. Physical properties appeared to be similar to those of the underlying undisturbed alluvial soils. At deeper depths the alluvium generally consisted of medium dense, poorly graded fine to medium sand (SP) and silty fine to medium sand (SM). Although sand and silty sand layers are likely interlayered, it appears that the west end (BH-3) and middle (BH-2) of the tunnel alignment have more silty sand near the surface, while the east (BH-1) consists of poorly graded sand. Up to 9 feet of sandy alluvial soils heaved up into the hollow-stem augers in BH-2 prior to switching over to mud rotary drilling techniques. A silt (ML) layer occurred at 24 feet below the ground surface (about elevation 7.5 feet) in Boring BH-3. The silt layer appeared to grade to interbedded silt, silty sand, and fine to medium sand. Interbedded silt layers were revealed from 20 feet below the ground surface (about elevation 11.5 feet) to the bottom of the hole in Boring BH-1. No silt layers were identified in Boring BH-2. Wood Debris Wood debris was encountered in all three borings. A thick section of tree was cored in Boring BH-2 from 33 to 37.5 feet below the ground surface (about elevations 17 to 21.5 illed through with the hollow-stem augers, but could be feet). The tree could not be dr penetrated with the tricone bit drilling using mud rotary techniques. Sample 12 from Boring BH-2 contained an 1 S-inch continuous core of the tree. Wood debris also occurred 16 feet below the ground surface (about elevation 15 feet) in Boring BH-1, and 14 feet below the ground surface (about elevation 17.5 feet) in Boring BH-3. Thin peat layers ('/4- to 3/4-inch) were encountered about 26 feet below the ground surface in Boring BH-1. It is our understanding that trees and other wood debris are common within the upper 20 feet of alluvial deposits in the Kent Valley. 3.2.4 Groundwater Groundwater occurred in all three borings. Groundwater was encountered 4.4 and 3.7 feet below the ground surface (about elevations 26.9 and 27.6 feet) in Borings BH-1 and BH-3, 954044NAU{ENTRPT3.DOC 3-4 Mav 3,1996 Woodward-Clyde respectively. The groundwater levels correlated closely to the surface water levels measured in Mill Creek at the time of drilling: elevation 27.4 feet and 27.6 feet for east and west ends of .� the existing culverts, respectively. Groundwater was encountered about 27'/z feet below the ground surface (about elevation 27 feet) in Boring BH-2 at the time of drilling. The above elevations are only approximate, as the ground surface at each boring location and the creek water levels were not surveyed, but only measured by taping, and referenced to the top of the south CMP culvert. Groundwater was reported at elevation 26 feet in the 1961 WSDOT boring, which was drilled about 10 feet south of Mill Creek. Groundwater recorded in Boring BH-5 (Terra 1995) was �-- at about elevation 26.3 feet. Based on the three borings drilled by WCC for this report and the two previous borings by others, it appears that the groundwater level ranges from elevation 26 to elevation 27. No groundwater observation wells were installed; therefore groundwater conditions are not stabilized levels, and may not necessarily be indicative of other times and locations. It is anticipated that the groundwater levels will vary depending on �.. the season. 3.2.5 Seismic Considerations Although a detailed evaluation of soil liquefaction potential was not within the scope of this study, it is likely that near-surface soils would liquefy under a design earthquake with a peak �. acceleration of 0.3g. The primary risk to the drainage tunnel during liquefaction will be lateral spreading and settlement of the roadway embankment. Either type of movement could alter �.. the function of the tunnel by changes in grade or by rupture of the pipe. The risk to the drainage tunnel could be reduced by improving the liquefaction resistance of near-surface soil. wax 954044NA`\KENTRPT3.DOC 3-5 %lay 3, 1996 Woodward-Clyde 4.0 CONCLUSIONS AND RECOMMENDATIONS This section presents conclusions and recommendations from WCC's geotechnical evaluations. These conclusions and recommendations involve the anticipated subsurface conditions along the tunnel alignment, groundwater control and dewatering, jacking and receiving pit design, surface settlements from tunneling, alternative tunneling methods, and tunnel construction considerations. 4.1 ANTICIPATED SUBSURFACE CONDITIONS The site conditions along the alignment of the tunnel are described in Section 3.2. These conditions indicate that loose to medium dense silty sand (SM) and poorly graded clean sand (SP) both above and below the water table will likely be encountered between the invert and crown of the tunnel. As shown in Figure 2, fill soils placed for construction of the SR 167 embankment are present near the upper portion of the tunnel, while the lower portion of the —. tunnel is expected to encounter undisturbed alluvium. There are several issues related to subsurface conditions along the alignment that will be critical for selecting appropriate tunnel construction methods and equipment. These include (1) loss-of-ground, (2) obstructions, and (3) groundwater control. The first two of these issues are discussed below. Groundwater control is discussed in the next section. 4A.1 Loss-of-Ground -- Avoiding or preventing loss-of-ground is critical because it could lead to settlement that can damage the existing highway and other improvements above the tunnel. Under worse-case _ conditions, significant loss-of-ground can result in sinkholes at the ground surface that are many feet deep. If flowing ground is encountered and not appropriately handled, sinkholes can develop rapidly and without warning. To categorize the anticipated conditions at the tunnel face, the soft-ground soil classification system given in Table 1 was used. Based on this classification system, the sand deposits above the groundwater table classify as "running" or "raveling" ground. The saturated sand layers below the groundwater table classify as "flowing" ground if not dewatered prior to —. excavation or if not stabilized in some other manner such as with grouting or with special pressurized face microtunneling equipment. After dewatering, these sand deposits will likely classify as "running" or"raveling" ground. 954044NXKENTRPT3.DOC 4-1 %fav 3. 1996 Woodward-Clyde These ground classifications indicate that a significant construction issue related to the loss of ground at the tunnel face could exist. To address this issue, the tunneling contractor will have to either improve the strength or stability of the ground or utilize special tunneling equipment and methods to control and minimize loss of ground. 4.1.2 Obstructions .� While loss of ground appears to be the most significant tunnel construction issue, the tunnel contractor will also have to anticipate the occurrence of obstructions from buried trees. A . cedar tree approximately 4'/2 feet thick was encountered in Boring BH-2, and other wood debris was found in Borings BH-1 and BH-3. The tree and wood debris occurred about 4 feet or more below the proposed invert of the tunnel. However, similar debris and tree remnants should be anticipated along the tunnel alignment. „- 4.2 GROUNDWATER CONTROL AND DEWATERING As discussed in Section 3.2.4, groundwater is expected to be encountered at approximately �.. the same elevation as Mill Creek. Available groundwater information suggests that the groundwater elevation will vary from approximately elevation 26 to 27 under normal flow conditions. During periods of high runoff in Mill Creek, higher groundwater elevations should be expected. These periods of high runoff typically occur during the fall and winter months. However, on occasions heavy summer rains have resulted in flooding of Mill Creek. The invert of the drainage tunnel will be at elevations 25.5 and 26.5 at the west and east ends of the tunnel, respectively. These elevations are at or below the recorded groundwater ... elevations, suggesting that positive groundwater control measures could be necessary to prevent flowing ground conditions and loss-of-ground at the tunnel face. �- A variety of groundwater control methods are available, including dewatering using wells, balancing the hydrostatic pressure using compressed air or pressurized face microtunneling equipment, ground freezing methods, and cement or chemical grouting. Several of these options do not appear viable for the drainage tunnel project: • Compressed air tunneling techniques are very expensive and are rarely employed at the present time due to availability of pressurized face microtunneling equipment that accomplishes the same purpose more safely and less expensively. • Ground freezing, although technically feasible, is usually more expensive than other options. May 3.1996 954044NAUCENTPPT3.DOC 4-2 r.r Woodward-Clyde • Cement grouting does not appear technically feasible. The sand deposits appear to be too fine grained with too high a percentage of fines (percent passing the No. 200 sieve) to allow penetration of the cement in the zone that would need to be stabilized. • Chemical grouting could be effective. This type of grouting would involve drilling horizontal holes ahead of the tunnel and injecting grout to strengthen and stabilize the sand deposits. While this approach may be feasible, it is difficult to verify the W success of the grouting work and it is also likely to be a relatively expensive approach. The two most effective groundwater control methods for this project appear to be either dewatering methods or the use of pressured face microtunneling equipment. -- 4.2.1 Dewatering Methods Dewatering might be accomplished using any one of several methods: well points, deep vertical wells, inclined (near horizontal) wells, or drains installed ahead-of-the face. Each of these methods is briefly described below. • Well points are usually limited to dewatering depths of 15 to 18 feet below the ground surfaces, although this depth can be increased by providing jet-eductor pumps at the bottom of the well point. The main disadvantage in using well points for this project is that they are usually spaced 6 to 10 feet apart. While this spacing is feasible at jacking and receiving pits, it would not be practical across SR 167. • Deep vertical wells are used where groundwater elevations or other considerations limit the use of well points. These wells are drilled deeper and are spaced further apart. From a technical standpoint, deep wells could be installed in the median area of the highway and on the outside edge of the shoulders without severely disrupting traffic and completed in below-grade vaults to provide access. Although deep wells appear to be technically feasible for the Mill Creek drainage tunnel project, it is understood from discussions with the City's staff that WSDOT may not allow deep wells on the shoulders or center median of SR 167, because of potential conflicts with WSDOT's HOV lane construction and because of the potential for ground settlement from dewatering. • Inclined (near horizontal) wells might be drilled from the bottom of the roadway embankment. In these sand deposits the horizontal drain holes would have to be cased to prevent the hole from collapsing and then a slotted well screen wrapped 954044NA\KENTRPT3.DOC 4-3 Ntav 3, 1996 Woodward-Clyde with a suitable geotextile installed in the drain holes to prevent piping and loss of ground. This is a relatively difficult construction operation, and even with careful construction techniques, it may not be possible to prevent some piping and loss of ground (and surface settlement) from occurring. While this approach would avoid — conflicts with WSDOT's HOV lane construction, it would still have to be approved WSDOT since dewatering could result in settlement of the SR 167 roadway. • Dewatering might also be accomplished ahead-of-the-face from inside the tunnel by drilling horizontal or sloping holes to install drains. However, this method of dewatering interferes with tunneling operations, and it is generally difficult to evaluate how effective this approach will be. The same issues described above for inclined wells would have to be considered to avoid piping and loss of ground. This approach would likely be acceptable to WSDOT since it would not conflict with WSDOT's HOV lane construction and the potential for settlement would be small. In the event that the tunneling contractor selects dewatering as a means of controlling the potential for flowing ground, the contractor should provide details of the groundwater control system and submit the plans for review. Specifications should require that the contractor's dewatering plans be prepared and stamped by a licensed engineer with expertise in the design of dewatering systems to assure that the dewatering system is correctly designed. Observation wells should be installed to monitor the effectiveness of any dewatering system which is implemented. ... 4.2.2 Pressurized Face Microtunneling Pressurized face microtunneling equipment is another option for providing effective �- groundwater control for this project. Typically this approach is not cost effective for such a short tunnel length because of the cost of equipment mobilization. However, in situations where flowing ground is present and groundwater cannot be controlled by deep wells or well points, pressurized face microtunneling offers one of the only reliable alternatives. With this method, face stability is maintained by applying a positive pressure at the tunnel face using a recirculating slurry to balance the soil and groundwater pressures and prevent loss of ground. If properly utilized, this type of microtunneling equipment will prevent loss-of- ground at the heading and minimize surface settlement without the need for dewatering. Use of pressurized face equipment will also minimize surface settlement and potential damage to adjacent structures and utilities that could result from dewatering or loss-of-ground during tunneling. ... 9 54044NX KENTRPT3.DOC 4-4 Mav 3, 1996 Woodward-Clyde 4.3 JACKING AND RECEIVING PIT DESIGN _. Two shaft excavations will be required for the project: one for the jacking pit, and the other for the receiving pit. The pipe will be installed from a jacking pit on the west side of the highway to a receiving pit located on the east side of the highway. The jacking pit and receiving pit will be excavated in the vicinity of Borings BH-3 and BH-1, respectively. The _ exact shape and dimensions of these shaft excavations are to be selected by the contractor to be compatible with the selected construction method and equipment. The jacking and receiving pit excavations will both likely be less than 10 feet deep. For -- stability and safety purposes, the contractor should provide and maintain during construction, a full perimeter shaft support system utilizing interlocking sheetpiles. The support system +� should be installed prior to excavation. Design of the support system should be the responsibility of the contractor. 4.3.1 Shoring System Temporary shoring systems (sheet piles) should be designed in accordance with the �— recommended lateral earth pressures (active and passive) shown in Figure 3. These pressure diagrams are based on the jacking and receiving pits being dewatered with a well point system. If sumps are used, the contractor should include hydrostatic pressures when designing the shoring system. The contractor should include allowances for construction equipment loads or other surcharge pressures in the design if greater than the 300 psf surcharge load shown on Figure 3. Seismic loading is not included since this is a temporary support structure. As a minimum, the upper one foot of soil (or any disturbed soil as a result of the excavation process) at the bottom of the shaft should be neglected for passive resistance. 4.3.2 Thrust Block Resistance Thrust blocks will likely be used to provide the reaction for the main jacks when pushing the pipe forward. Thrust blocks for this project should be designed using an allowable passive resistance of 185 psf This includes a factor of safety of 2. This factor of safety is used to avoid large strains that are required to develop the maximum passive resistance and because of safety issues associated with the large jacking forces that are normally applied. Large movements of the thrust wall are not desirable for pipe jacking because the movements are usually not uniform, and it becomes difficult to maintain the thrust wall perpendicular to the pipe alignment. If the thrust wall does not remain square, the force applied to the pipe may not be uniform, resulting in eccentric loading which could damage the pipe. 4-5 May 3,1996 954044NXKENTRPT3.DOC Woodward-Clyde 4.3.3 Groundwater Control .� Groundwater control will be required for the jacking and receiving pits. Interlocking sheetpiles can be used to control groundwater by providing a groundwater cutoff. Flow through the base of the pit would have to be controlled with a sump system. Groundwater wells or well points can also be used to control groundwater. Localized groundwater control such as dewatering wells, well points, chemical grouting, or jet grouting to prevent inflows and loss of ground may be required at the jacking and receiving pits when breaking out of or into shafts due to the saturated sand which is present in the area where the shoring system is to be breached. The need for groundwater control when breaking into or out of shafts will depend on the elevation of the groundwater at the time of construction and the type of groundwater control used by the contractor to keep the jacking and receiving pits dry. Contract documents should include requirements that the contractor submit details for design of the shoring system, dewatering methods, and jacking methods. Shoring and dewatering designs should be performed by a licensed engineer. 4.4 SURFACE SETTLEMENT FROM TUNNELING Even with the use of proper tunnel equipment and construction methods, some surface settlement is inevitable due to unavoidable loss of ground at the tunnel face and possibly from construction dewatering. 4.4.1 Settlement from Loss-of-Ground Use of appropriate tunneling equipment and construction methods will minimize loss-of- ground, although some minor ground losses usually occur. Empirical methods have been developed for estimating the amount of surface settlement due to soft ground tunneling from the study of observed settlements on past projects (Peck 1969; Cording and Hansmire 1975). Typically the settlement pattern that develops above a soft ground tunnel is a trough-shaped " depression resembling an inverted normal probability (bell shaped) curve with the maximum settlement occurring above the tunnel centerline (Peck 1969). For a 60-inch diameter tunnel excavated at a depth of about 20 to 25 feet, the estimated maximum ground surface settlement which will occur above the tunnel centerline (due to tunneling only, not dewatering) would be as much as 2 inches, assuming that proper tunnel procedures are implemented and positive groundwater control is provided during construction. It is assumed with this estimate that the amount of overcut for the contractor's " tunneling equipment does not exceed 2 inches. 954044NA`KENTRPT3.DOC 4-6 Mav 3, 1996 Woodward-Clyde In this discussion of settlement, it is assumed that uncontrolled loss-of-ground from flowing, running, or raveling sands does not occur. If uncontrolled loss-of-ground were allowed to occur, sinkholes could result. These features can have dimensions that are tens of feet in width and several feet or more in depth. They often occur suddenly when voids that have developed with time collapse. Such occurrences can be avoided by a contractor if good tunneling practices, consistent with soil and groundwater conditions at the site, are followed. It is recommended that a monitoring program be implemented during construction to check for settlement due to tunneling. The contractor should be responsible for repairing any damage resulting from tunneling or other construction operations if settlements exceed design criteria given in the specifications. 4.4.2 Settlement from Dewatering Dewatering can result in settlement by increased loading on soil layers from lowering of groundwater elevations. This type of settlement is most prevalent where fine-grained soil -" occurs. While fine-grained soil along the alignment was limited to relatively thin layers of silty materials, the possibility of thicker deposits of fine-grained soil below the deepest depths of w the borings drilled during the tunnel exploration program cannot be ruled out. If dewatering is utilized along the alignment, a detailed evaluation of dewatering requirements _ and potential settlement should be performed by the contractor prior to construction. The evaluation is best handled by the contractor since the size, type, and location of dewatering wells will determine the location and magnitude of settlement. As with settlement from loss of -" ground, it is normally desirable to monitor settlement from dewatering by establishing ground surface elevations in proximity to dewatering operations before dewatering is initiated. During the dewatering program, elevations should be monitored on a regular basis to determine if settlement is within criteria given in the project specifications. 4.5 ALTERNATIVE TUNNELING METHODS A number of tunnel methods are available for installing casing of the size required for this project. The two primary alternatives involve pipe jacking and pressurized face microtunneling. Some of the key advantages and disadvantages relative to use of the methods on the Mill Creek/SR 167 drainage tunnel project are briefly summarized below. 4.5.1 Pipe Jacking a Two pipe jacking methods can be considered for these ground conditions: 1) boring-and- jacking methods, and 2) pipe jacking with shield methods. Flowing and running ground conditions are anticipated along the alignment. As a result, if the contractor selects either of 954044NA1KENTRPT3.DOC 4-7 May 3. 1996 Woodward-Clyde these methods of tunneling, procedures for preventing loss of ground will have to be developed. In view of the potential consequences to SR 167, either from settlement or under worse-case conditions, sinkholes, the contractor's methods for dealing with ground loss should be a mandatory submittal. Bore-and-Jack For standard horizontal bore-and-jack methods, the face would have to be controlled by keeping the augers pushed firmly against the ground. This makes it difficult to monitor line- and-grade because the augers cannot be retracted without some loss of ground. For flowing ground conditions, bore-and jack methods could involve serious loss-of-ground if augers are withdrawn to remove an obstruction or to adjust steering, or if the augers are allowed to "spin" within the pipe without forward progress of the augers. For these reasons dewatering appears to be necessary for this approach to be feasible. While bore-and-jack methods are likely to be less expensive than other pipe jacking methods, �. the potential for problems with line-and-grade, loss-of-ground, and obstructions indicates that this method is not particularly well-suited for the Mill Creek drainage tunnel project. Jacking With Shield .. Pipe jacking with a shield is a more appropriate method for the anticipated subsurface conditions than bore-and-jack methods because loss of ground can be better controlled at the face. Groundwater control will be required to prevent flowing ground conditions from developing and significant loss-of-ground. The shield used with this method normally has steering jacks to allow more accurate line-and-grade control than with bore-and-jack methods. W. If pipe jacking with a shield is utilized, a full circle tunnel shield should be provided ahead of the lead pipe segment. The shield should have steering jacks so that line-and-grade ... adjustments can be made to maintain the installation within the required tolerances. The shield should be capable of preventing loss-of-ground at the tunnel heading at all times. This can be achieved through the use of either a closed face cutterhead machine with flood doors, or with an open-faced shield equipped with breast tables, breast jacks and/or sand shelves. The equipment should be able to fully support the face to prevent loss-of-ground during excavation and shutdown periods. This type of system could accommodate access to the face to remove an obstruction such as a buried tree. ^- 4.5.2 Pressurized Face Microtunneling A tunneling shield with a pressurized face capability is ideal for projects where flowing ground conditions occur because it can control flowing ground conditions without the need for 954044N.a1KENTRPT3.DOC 4-8 May 3,1996 Woodward-Clyde dewatering along the tunnel alignment. Use of pressurized face equipment also minimizes surface settlement and potential damage to adjacent structures and utilities that could result from dewatering or loss of ground during tunneling. The primary disadvantage of pressurized face microtunneling is the higher cost. There are a number of issues that will have to be considered if pressurized face microtunneling methods are used. Because of the proximity to Mill Creek, it will be important to closely monitor and control the pressure applied to the tunnel face to avoid fracturing the ground and -the discharge of slurry into the creek, fields, landscaped area, and onto the ground surface. In general this can be accomplished by limiting the pressure to less than the overburden pressure. _— Localized dewatering, as discussed in Section 4.2, and launching seals will be required for groundwater control and to prevent leakage of bentonite at the jacking and receiving pits. Potential obstructions such as trees and wood debris which were encountered in all of the borings could cause a microtunneling machine to become stuck or slurry lines to become plugged. The possibility of encountering obstructions will have to considered in selecting the — type of cutterhead for this equipment. 4.6 TUNNEL CONSTRUCTION CONSIDERATIONS This section summarizes important tunnel design and construction considerations that should _ be addressed in the preparation of project plans and specifications. 1. The tunnel should be constructed utilizing pipe jacking or microtunneling equipment that is capable of controlling running and flowing ground conditions and minimizing loss-of-ground. The specifications should require positive groundwater control measures to be implemented in advance of tunneling. A description of the contractor's approach to controlling groundwater and preventing loss-of-ground should be submitted. This approach should specifically address the manner in which the contractor will deal with flowing ground.. It should be prepared by someone with experience in soft ground tunneling where flowing ground conditions are prevalent. The equipment should also be capable of removing or excavating trees or other debris without loss-of-ground. 2. If dewatering methods are allowed by WSDOT and if the contractor's tunneling method involves groundwater control by dewatering, a detailed evaluation of dewatering requirements and potential settlement should be performed by the contractor. The specifications should require that the contractor use a licensed engineer experienced in design of dewatering systems to complete the design. The contractor's submittal should include an estimate of roadway settlement resulting from 954044NA1KENTRPT3.DOC 4-9 Nlav 3. 1996 Woodward-Clyde the dewatering system operation. The wells should be properly designed and developed to prevent pumping of fines from the formation. 3. Shaft excavations for jacking and receiving pits should be supported in accordance with recommendations presented in Section 4.5.1. Specifications should require that the contractor submit computations showing how the sizes of structural members meet these requirements. 4. Groundwater control should be provided during shaft excavations and when breaking out of the jacking pit and breaking into the receiving pit to prevent loss of ground and -- surface settlement. Launching seals or other methods should be used to prevent loss of ground when breaking out of the jacking pit. Specifications should require that the contractor submit plans for accomplishing these groundwater control and loss-of- ground requirements. 5. When tunneling operations are stopped, the tunnel face should be firmly supported by breasting or by closing the doors on the closed-face shield to prevent loss-of-ground. 6. The contractor should submit shop drawings and design calculations demonstrating that the steel casing is capable of withstanding all anticipated loading conditions including jacking and handling stresses. 7. If slurry microtunneling equipment is utilized, the slurry pressure applied at the tunnel face should be carefully controlled to prevent fracturing of the ground and discharge of slurry into the creek or on to the ground surface. S. In order to reduce friction, pipe jacking operations should include a bentonite lubrication system in the annular space between the ground and the casing. 9. Tunneling should proceed on a continuous 24-hour per day basis until all the casing for the crossing has been installed. Continuous operations will minimize the time to complete the crossing and also help minimize jacking forces and prevent freeze-up of �- the pipe. 10. Tunneling equipment should have a steering system capable of achieving the specified line-and-grade tolerances. Line-and-grade should be monitored during tunneling. Measurements should be obtained frequently (every 2 feet) and the necessary steering adjustments completed to maintain the pipeline installation within the specified tolerances. 4-10 flay 3, 1996 954044NA`,KENTRPT3.DOC Woodward-Clyde 11. Tunnel spoil and slurry resulting from tunnel excavation should be removed from the site and should be properly disposed of at an acceptable facility. -- 12. The City should take preconstruction and postconstruction photographic surveys of SR 167 to document existing conditions prior to construction. This reconnaissance survey will serve as an aid in evaluating possible damage due to settlement. 13 A system of vertical control points should be established to monitor surface settlement during construction. Elevations of the control points should be surveyed frequently during construction in accordance with specified intervals. Control points should be spaced every 10 feet along the tunnel alignment's centerline and offset 10 and 20 feet on either side where possible. Control points located within the highway right-of-way should be located as approved by WSDOT. Monitoring should consist of measuring — the elevation of each of the control points with respect to a benchmark to an accuracy Of f0.01 foot. 14. The contractor should be required to submit the following for review: general tunnel work plan and schedule; tunneling equipment details; groundwater control provisions; jacking system details; estimated maximum jacking forces; line-and-grade control and steering procedures; steel casing shop drawings; thrust block design; bentonite injection system;jacking and receiving pit shoring design and shop drawings; and spoil -- disposal details. 15. The contractors bidding on this project should be required to submit qualifications statements (with references) indicating successful completion of at least two prior tunneling projects using the same construction and groundwater control methods which are proposed for this project. 9 54044NA\KENTRPT3.DOC 4-11 Mav 3, 1996 Woodward-Clyde 5.0 UNCERTAINTY AND LIMITATIONS The conclusions, recommendations and opinions in this report herein are (1) based upon our evaluation and interpretation of the findings of our field exploration and laboratory testing programs, (2) our interpolation of subsurface conditions between borings, (3) our understanding of the project site and tunnel geometry, as described herein, and (4) our assumption that sufficient geotechnical observation and monitoring will be provided during " construction. These results are also subject to confirmation of the actual conditions encountered during construction. Experience has shown that subsurface soil and groundwater conditions can vary radically over small distances. Inconsistent conditions can occur between explorations and not be detected by a geotechnical study. If, during future site operations, subsurface conditions are encountered which vary significantly from those described herein, WCC should be notified for review of the recommendations of this report, and revision of such if necessary. This report is issued with the understanding that it is the responsibility of the owner to ensure that the information and recommendations contained herein are incorporated into the project plans and specifications, and the necessary steps are taken to see that the contractor and subcontractors carry out such recommendations in the field. �. The findings and recommendations of this report are in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology. No warranty, expressed or implied, is made. This firm does not practice or consult in the field of safety engineering. We do not direct the �- contractor's operations, and we cannot be responsible for the safety of personnel other than our own on the site; the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. ` 5-1 May 3, 1996 9 54044N A\F ENTRPT3.DOC Yrr Woodward-Clyde 6.0 REFERENCES w Algermissen, S.T., Perkins, D.M., Thenhaus, P.C., Hanson, S.L., and Bender, B.L., 1990, Probabilistic earthquake acceleration and velocity maps for the United States and Puerto Rico, U.S. Geological Survey Miscellaneous Field Studies Map MF-2120, scale 1:7,500,000. Bronson, K.E., 1989, "Geotechnical Impacts on Construction of State Route 167, the Valley Freeway", Engineering Geology in T ashington, Washington Division of Geology and Earth Resources Bulletin 78, Vol. II, pp. 797-806. - Cording, E.J., and Hansmire, W.H., 1975. "Displacements Around Soft Ground Tunnels," Session IV, Tu-inels in Soil, 5th Panamerican Congress on Soil Mechanics and " Foundation Engineering, Buenos Aires, November, 1975. Mullineaux, D.R., 1965, "Geologic Map of the Renton Quadrangle, King County, Washington', U.S. Geologic Survey, Map No. CQ-405. Peck, R.B., 11169. "Deep Excavations and Tunneling in Soft Ground," Proceedings, 7th International Conference on Soil Mechanics and Foundation Engineering, State of the Art Volume, pp. 225-290. -- Terzaghi, K., 1950. "Geologic Aspects of Soft Ground Tunneling," Chapter 11 in Applied Sedimentation, P.D. Trask, ed., John Wiley & Sons, Inc., New York, New York, pp. y- 193-209. Terra Associates, 1995. "Mill Creek Culvert Replacement, Kent, Washington," Figures 3 and A-6. Uniform Building Code, 1994. Prepared by the International Conference of Building Officials. Washington State Department of Transportation, 1992. "SR 167, 15th Street S.W. to South Grady Way, Soils Report", (miscellaneous profiles and general boring logs). 954044NA\KENTRPT3.DOC 6-1 May 3. 1996 Woodward-Clyde TABLE 1 .. CATEGORIES OF GROUND BEHAVIOR FOR SOFT GROUND TUNNELS (Modified After Terzaghi, 1950) Firm Ground. A heading may be advanced several feet or more without immediate support. Hard clays and cemented sand or gravel generally fall into this category. Raveling Ground. After excavation, material above the tunnel or in the upper part of the working face tends to flake off and fall into the heading. Slightly cohesive sands, silts, and fine sands gaining their strength from apparent cohesion typically exhibit this type of behavior. Stiff fissured clays may be raveling materials also. In fast raveling ground the process starts within a few minutes, otherwise the ground is slow raveling. �.. Running Ground. Cohesionless, dry soils run from any unsupported vertical face until a stable slope forms at the natural angle of repose (i.e., approximately 30 degrees to 35 degrees). Running ground consists of dry. cohesionless materials, such as clean loose sand or gravel. �— Flowing Ground. If seepage develops at the working face, raveling or running ground is transformed to flowing ground, which advances like a viscous fluid into the heading. Silt, sand, or gravel below the water table without a high enough clay content to develop significant cohesion will be flowing-type soils. Swelling Ground. A condition where the ground absorbs water, increases in volume and expands slowly into the tunnel. This may occur in highly overconsolidated clays that exhibit high volume change characteristics upon wetting. Squeezing Ground. Squeezing ground conditions are analogous to plastic flow, and the soil is observed to advance slowly into the tunnel excavation without any signs of fracturing. Squeezing occurs without an increase in the water content or a volume change in the soil and is governed by the soil strength in comparison -- to the overburden pressure. Squeezing ground may include soft to medium stiff or stiff clays depending of the overburden pressure at the tunnel depth. Mav 3. 1996 954044NA\KENTRPT3.DOC �.r m 14 o a D QD w D p o �� av r.v Oa U y, Apr _ -_ i C) ?1 co a� ZO o� OOq �� v � N s no g W N Q)A1 O � yeti 11� 9 N CD 0 �a �0 v�1 n N� o z tl J / 'qT _B He � k Rq?j f0 O/T h, �F S(OpE <Y C 4;'4;°c Fsso AJ r'9<r� h' \ 'QTfF T O pR _... ���• if..'y 'QRc 't h.D V\ 2 � c n y F/e�wi ST4 as c �.. g2 "N < c es q R<<O o N 13, ofo Rsoy4<< a o, 3 4CL P. VJ �ti�/ •a� m^ i fj i e (D CL 7(p{ JMI� ••.� _.�\ ~` yam/ N Cl • 'Tl (O m r m e aN o0 f(n nv aD Im no x 3 ELEVATION (FEET) 0 0 -. N W A rn �� �� o 0 0 0 0 e�O m.1 :� o� mD C C to �68 OJ a°i yo wo i� I I Dml I ��- �� i <.0 (;°j xl ~ m� �I In 0; N I O� ¢� r�l I D I O m'35) 1 8Z I p pl < w j n N var' Z iI^\ m o m n o m N nod I I ® r X I A Riw _ 3 o 2.o v 33 j I to I N :p o o of 3w n mp. Win, Iv Om III' Y �,I O] OC m n SIM Z oQ3mo owl rA;lml fp .� hl 1 o 1 ITI Ins I nl i m p �� add DZ:I�I �m I Z VI `o I I, II h I Z I I = I I m N O C D, N iiI I j A' z _S i I I v I I S { O' m O Z I I Vl I J m Z Z o. I D 4. Z ZI I j >', Y O. I I N Z IJ (n O n I 'i 7�Z' f�31 >o a V 9x OL O': m I r .� --� f it I m'o � _o �Z w I I { m�A r= D N Ln K m ➢ 7J a 1^^ x I A C' > ➢ C' j ZOO OIL CL <Z I( m n I h p i I i m r O Z v .� Op Dp (D� ��1 p 1 I lD (v z mvajl�� I o N WVI III wl j I i oo��i r I Z I W O v o NR^II Z'I I I a�ol 1T. (n '.. OI r D r vt r n p �(D mN< IIN O 6C: �� �)T vAi�,I" IN �r iv4 III �I�?� _ Riw w 00 o I I m (D d o >D N -1 o p o 0 o O O w ELEVATION (FEET) O T � (D Woodward-Clyde APPENDIX A FIELD INVESTIGATION The field exploration program consisted of drilling three soil borings (designated BH-1 through BH-3) along the alignment of the proposed tunnel. The purpose of the borings was to obtain subsurface information necessary to evaluate tunneling and excavation conditions as well as other pertinent information necessary for performing engineering analyses and formulation of geotechnical design recommendations for the proposed tunnel project. The borings were drilled near the jacking pit (BH-3), receiving pit (BH-1), and near the tunnel midpoint (BH-2). The boring locations are shown on the Site and Exploration Plan (Figure 1). The borings were drilled on three separate days, by three different drillers, due to access W.. permit acquisition delays, driller availability, and access constraints. Boring BH-2 was drilled on March 4, 1996, by Gregory Drilling of Redmond, Washington, using a truck-mounted CME-85 drill rig (equipped with a trip-release hammer) advancing 8-inch outside diameter, continuous flight, hollow stem augers and 3-5/8 inch tricone with mud rotary techniques. Boring BH-3 was drilled on March 29, 1996, by Cascade Drilling of Woodinville, Washington, using a truck-mounted CME-75 high torque drill rig (equipped with rope and cathead) advancing 3-5/8 inch diameter tricone with mud rotary techniques. Boring BH-1 was drilled on April 8, 1996, by Pacific Testing Laboratory of Seattle, Washington, using a tracked Nodwell Mobile B-61 drill rig (equipped with rope and cathead) advancing 9-inch outside diameter, continuous flight, hollow stem augers. Borings BH-1, BH-2, and BH-3 were advanced to 31'/2, 46'/z, and 31'/z feet below the ground surface, respectively. All three drillers were subcontracted to WCC and the borings were advanced under the full-time observation of a geotechnical engineer from WCC. �. The soils encountered in the test borings were typically sampled at 21/2 to 5-foot vertical intervals with a standard split spoon sampler or a California split-spoon sampler. Standard �- Penetration Test (SPT) sampling was performed using a 2-inch outside diameter split-spoon sampler driven with a standard 140-pound hammer in accordance with ASTM D 1586. During the test, a sample is obtained by driving the sampler 18 inches into the soil with a hammer free-falling 30 inches. The number of blows required for each 6 inches of penetration is recorded. The Standard Penetration Resistance ("N-value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance, or N-value, provides a measure of the relative density of granular soils and the relative consistency of cohesive soils. If the high penetration resistance encountered in the very dense soils precluded driving the total 18-inch sample interval, the penetration resistance for the partial penetration tifay 3, 1996 954044NA\KENTRPT3.DOC A-1 ar Woodward-Clyde is entered on logs as follows: if the penetration is greater than 6 inches and less than 18 inches, then the number of blows is recorded over the number of inches driven; 30 blows for 6 inches and 50 for 3 inches, for instance, would be recorded as 80/9". The blow counts are shown on the boring logs at the respective sample depths. The Standard Penetration Test is a useful quantitative tool from which soil density/consistency was evaluated. A 3-1/2 inch O.D. California sampler, lined with 6-inch long stainless steel tubes, was -. intermittently used in an attempt to obtain less disturbed samples for unit weight testing. This sampling technique proved to be difficult due to the flowing conditions of the sand. The soils encountered during boring operations were visually classified in the field by the engineer in general accordance with the Unified Soil Classification System (USCS). The soil samples were collected by WCC's engineer, placed in plastic bags, and transported for observation and laboratory testing. The field classifications were checked in our office after laboratory testing had been completed. In addition, pertinent information including soil sample depths, stratigraphy, and groundwater occurrence were recorded. The drilling operation was also monitored for indication of -- various drilling conditions, such as hard drilling and soft drilling. Sample rods were monitored for indications of groundwater. Groundwater was measured in all three borings while hollow stem auger techniques were used. Drilling stopped for a short time until water levels appeared stabilized and then they were measured by taping or by a water sounding instrument. /Summary boring logs are presented on Figures A-2 through A-4. A key to the symbols and terms used on the logs are included on Figure A-l. The stratigraphic contacts shown on the individual boring logs represent the approximate boundaries between soil types. The actual transitions between soil units may be more gradual or abrupt. The soil and groundwater conditions depicted are only for the specific dates and locations reported, and therefore, are not necessarily representative of other locations and times. 954044N A\KENTRPT3.DOC A-2 Mav 3,1996 Project: Mill Creek / SR 167 Drainage Tunnel Key to Log of Boring Project Location: Kent, Washington Project Number: 954044NA Sheet 1 of 2 SAMPLES c o 0 c: > M E W z MATERIAL DESCRIPTION Nin REMARKS/ ,.. >" CL 0) > r o OTHER TESTS LU ��' > M aW00i o mrn � o 0CN 0 I— Z a Cr co 16 J 1 3 U o zt Dense, moist, brown, SILTY SAND(SM). , [solid line denotes observed contact between strata or abrupt change _In soil type] ------------------------ ----------- a ___ [dashed line denotes Inferred contact between strata or gradational change in soil type] Hard drilling at 5 ft. 1 90 34 California sample; driven sample collected in 3-inch-OD 5 r.. split-barrel sampler. 12 38 LL=27, PI 2 85 37 Standard Penetration Test (SPT)sample;driven sample LIC=1440 collected in 2-inch-OD split-spoon sampler. i 1 2 3 4 5 6 7 ® 9❑ 10 11 ❑ ❑ ❑ ❑ ❑i ❑ ❑ -- COLUMN DESCRIPTIONS 1❑ Elevation: Elevation (in feet, datum unknown); approximated from client's site plan. .� 2❑ Depth: Distance (in feet) below the ground surface. 3❑ Sample Type: Type of soil sample collected at depth interval depicted; symbols explained above. ® Sample Number: Sample identification number. .�. 5❑ Percent Recovery: Percentage of sample recovered for given sample interval; blank if not recorded. © Sample Blows/foot: Number of blows required to advance driven sampler 1 foot, or distance indicated, using a 140-lb hammer with a 30-inch drop. " indicates blow count for initial 6-inch seating interval of sampling only. 7❑ Graphic Log: Graphic depiction of subsurface material encountered; symbols explained on Sheet 2 of Key. ® Material Description: Description of subsurface material encountered, including USCS soil designation. 9❑ Water Content, %: Water content of soil sample determined by lab testing, expressed as percentage. 10 % Passing #200 Sieve: Percentage by weight of soil passing the #200 sieve. 11 Remarks/Other Tests: Comments or observations regarding drilling/sampling made by driller �. or Woodward-Clyde Consultants' field personnel. Laboratory test results are presented in abbreviated format; refer to Sheet 2 of Key for abbreviations used. GENERAL NOTES .. 1. Soil classifications are based on the Unified Soil Classification System (USCS) and include consistency/relative density (where standard blow count correlation is possible), moisture, and color. Field descriptions may have been modified to reflect results of laboratory tests. 2. Descriptions on these boring logs apply only at the specific boring locations and at the time the borings were advanced. They are not warranted to be representative of subsurface conditions at other locations or times. �- Figure A-1 4/17196 Template:1GL10aK Proi ID:KEY Point:KEYSRMCT Woodward-Clyde Consultants Wyw Project: Mill Creek / SR 167 Drainage Tunnel Key to Log of Boring Project Location: Kent, Washington Project Number: 954044NA Sheet 2 of 2 ABBREVIATIONS FOR LABORATORY TEST RESULTS LISTED IN'REMARKS/OTHER TESTS'COLUMN i DD=105 Dry density,test result in pcf LL=45 Liquid limit, test result in percent PI=22 Plasticity index,test result in percent j OC=3 Organic content,test result in percent jUC=580 Unconfined compression test, test result in psf HYD=78 Hydrometer analysis (and wash analysis on -- hydrometer specimen), % passing #200 sieve Ill Mechanical analysis (combined sieve and hydrometer), %passing #200 sieve I UNIFIED SOIL CLASSIFICATION SYSTEM SYMBOL VERSUS CORRESPONDING GRAPHIC LOG SILT - ML Lean (low-plasticity) CLAY - CL Elastic SILT-MH Fat (high-plasticity) CLAY - CH Lean to fat CLAY - CL/CH �. SILTY CLAY - CL-ML Well-graded GRAVEL - GW • 004 Poorly graded GRAVEL - GP k CLAYEY GRAVEL - GC -- "' SILTY GRAVEL - GM Well-graded SAND - SW t: Poorly graded SAND - SP CLAYEY SAND - SC SILTY SAND - SM —' Well-graded GRAVEL with CLAY - GW-GC Well-graded GRAVEL with SILT - GW-GM Poorly graded GRAVEL with CLAY - GP-GC Poorly graded GRAVEL with SILT - GP-GM SILTY,CLAYEY GRAVEL - GC-GM .� Well-graded SAND with CLAY - SW-SC Well-graded SAND with SILT - SW-SM Poorly graded SAND with CLAY - SP-SC Poorly graded SAND with SILT - SP-SM ''. SILTY, CLAYEY SAND - SC-SM Figure A-1 4117/96 Template:1GL108K Rol ID:KEY Point:KEymn Woodward-Clyde Consultants _ Project: Mill Creek / SR 167 Drainage Tunnel Log of Boring BH-1 Project Location: Kent, Washington Sheet 1 of 2 Project Number: 954044NA i Checked D. Anderson Date(s) 4l8/96 i Logged B. Metcalfe By Drilled y Drill BitTotal Depth 31.5 Drilling Hollow-Stem Au er 9-in.-OD auger, Pemco cutter teeth Drilled (feet) Method g Size/Type Drilled Hammer Weight/ 140 /30 ... y Pacific Testing Labs Drop (Ibsiin.l Drill Rig Nodwell Mobile B-61 B Type Approx. Surface 3 Groundwater 4.4 ft below ground surface j MeasDate ured 418196 during drilling Elevation (feet) 31 Level Borehole ggntonite Comments Located 23 ft E and 15 ft N of S CMP culvert. Backfill SAMPLES a rn> s - MATERIAL DESCRIPTION -Nin REMARKS/ f0 °' c > y i= °'c a o OTHER TESTS �' w mac' a E 0 0 `° °' 40 ,N °�' H Z �� 00 C7 0 �U o xt ... 0 Started drilling at Loose, moist, dark gray, poorly graded SAND (SPI, fine-to 1015 hrs; drill site medium-grained, subangular, some white, yellow, and red sand - i (surface 10 in. above 30 grains[Alluvium]. top of south CMP - (culvert. r 29 3 1 75 7 ,. 4_ -- ----------------------------- ---------------------------- - _ I Encountered water Medium dense, wet,dark gray, poorly graded SAND with SILT �at 4.4 ft bgs. ... 5 2 75 13 26 5 li (SP-SM),fine-to medium-grained,subangular;some white and _ red sand grains. 25 t, 28 7 W.. 3 25 1 20 �,� I. I 10 .�., 0 22 i , 4 i 'I1 I 20 3 I� { 31 �.. 5 20 15 4I{I - I,I - �, 15 6B 50 35 Becomes dense, fine to coarse-grained, with few fine �6B is baggie sample ♦ gravel 0/4 inch sae). 1 115-16 ft; 6A is 6-in. itube sample 15 A Minimum 3-inch-diameter plug of wood (partially I 16-16.5 ft. {fir decomposed) in sampler shoe. _ +r i d 20 ----- ------------------ 17B is baggie sample 78 90 I 1Z �) - -Layer of lean CLAY(CL), 3 inches thick. 29 1 34 ,of lean clay. ... 7A Medium dense, wet, SILTY SAND iSM), fine-grained. - 10 L _ t 25 8 100 37 i:11, �I Layer of SILT (ML) with fine-grained sand, 3 inches thick. y., Dense, wet, dark gray, poorly graded SAND(SP),fine-grained; 5 I„ thin (1/4 to 3/4 inch) layers of wood and peat at about 26 feet. - L 30 Figure A-2 Template: 1GL108 Proj ID:SRMCT Woodward-Clyde Consultants Printed:April 29, 1996 Yr Project: Mill Creek / SR 167 Drainage Tunnel Log of Boring BH-1 Project Location: Kent, Washington Sheet 2 of 2 Project Number: 954044NA _ SAMPLES c OR rn> ° MATERIAL DESCRIPTION Nan REMARKS/ - t �+ y U >- a+- � > tn c a�°=IMO OTHER TESTS (D WU wN U oo 0oE UU 0 0N yU ° O H Z n-CC m C7 30 g 100 66 I Very dense, wet, dark gray,poorly graded SAND ISM, — fine-grained sand interlayered with medium-to coarse-grained (Finished drilling at 0 sand, layers 2 to 6 inches thick; layer of SILTY SAND ISM), 1145 hrs. 2 inches thick, at 30.7 feet. JI Bottom of boring at 31.5 feet. Note: Ground surface at BH-1 is about 0.8 feet above top of south CMP culvert. Top of south CMP culvert is at about 35 elevation 30.5 feet. Water level of creek is 3.1 feet below top of culvert, at about elevation 27.4 feet. Ir � 40 _ 1 -10 45 J' 15 wi I 50� I I, -20 I 55 i i i ,i II 60 i ir 65 Figure A-2 Template: 1GL10B Pro;0: SRMCT Woodward-Clyde Consultants Printed:April 29, 1996 Project: Mill Creek / SR 167 Drainage Tunnel Log of Boring BH-2 Project Location: Kent, Washington Sheet 1 of 2 Project Number: 954044NA Date(s) 3/4/96 Logged B. Myers Bhecked D.Anderson Drilled By y — Drilling Drill Bit Total Depth Method Hollow-Stem Auger/Mud Rotary Size/Type 8-in.-OD auger, 3 5/8-in.tricone bit Drilled (feet) 46.5 ... Drill Rig or Drilled Gregory Drilling Hammer Weight/ 140 /30 Type CME-85 By 9 Y 9 Drop (lbsiin.) Groundwater Date Approx. Surface Level 27.5 ft below ground surface I Measured 3/4196 during drilling Elevation (feet) 54.5 Comments Located -25 ft S of existingCMP culverts, in median of SR 167 (N-bound lane). Borehole Bentonite Backfill SAMPLES M r_ - ° U MATERIAL DESCRIPTION Nin REMARKS/ (11 >Y a«- a� > �' r �- o OTHER TESTS yam m0 a� � 0 3 a � C o-o N U CIL U c0 O1 O N Lu.� !7,... >, 7 `y N O O 0 ib (.7 J �U o Xk 0 Sand in auger Dense to very dense, moist,light brown, poorly-graded SAND cuttings at 1.5 ft. with SILT and GRAVEL(SP-SM), fine-to coarse-grained sand,with fine to coarse, rounded gravel [Fill]. ... 1 78 59 ` _ 5 1 11 ! 50 • a� _ 2 33 30 40) ill 5 ! � 'Driller reported more sand, less gravel at W,r all ii 6.5 ft. 45 +... 10 3 100 83 6 (Driller reported more gravel at 10 ft. 40 15 4 100 37 (,� tl{ Increasing fines content. — 5 r ----- -----9 ----—--------- ---------------------------- i Very dense, moist, gray, SILTY SAND with GRAVEL ISM), Difficult drilling at �1D I' fine-to coarse-grained sand, with fine to coarse, rounded w a encountered . jgravel,trace woody debris Iroots) [Fill). _ woody debris (roots, �[— — etc.), more gravel in � (auger cuttings. 35 w„ 20 5 67 50/4" 47 6 17 Iffi 30 25 �—Becomes dense, medium-to coarse-grained, with — w.. 6 100 33 :;i + decreasing gravel content. - 10 15 �,_,,�—Becomes - . loose, wet, with trace gravel, no roots. Water measured at 7 100 10 - 9 27.5 ft with well isounder when hole 8 Layer of moist, brown, SILT(ML), non-plastic, with roots. 27 9 >r,` 24 iat 29 ft. 4. Loose, wet, SILTY SAND ISM), fine-grained and coarse-grained 25 layers(Alluvium]. 30 r,. Figure A-3 Template: 1GL108 Proj ID:SRMCT Woodward-Clyde Consultants Printed:April 29, 1996 Orr __T_ Project: Mill Creek / SR 167 Drainage Tunnel Log of Boring BH-2 Project Location: Kent, Washington Sheet 2 of 2 Project Number: 954044NA - SAMPLES RREMARKS/ ° MATERIAL DESCRIPTION m c — t THER TESTS i iva a� E 2 � 3 2M o f? Z a cc m c7_J 40 ! 13 30 10 ' 83 10 �—Becomes dark gray,fine-to medium-grained. I, <---3-inch-thick layer of wood debris (log/branch). i At 32-33 ft, soil heaved 9 ft into ------------------------------------------------- augers (augers were 11 ! Wet,light brown, poorly graded SAND lSP),medium-to filled with water). R coarse grained with trace fine gravel. Sample 11 is heaved -_ Cedar tree; Sample S 12 is 18-inch sample of tree. Imaterial. Encountered wood - - iat 33 ft; could not 20 35 u gauger through it. _. 12 100 1 52 Sw tched to mud rotary. Loose to medium dense, wet,dark gray, poorly graded SAND -� (SP), fine-to medium-grained (Alluvium]. 15 40 13 17 I 1 9 29 Piece of cedar jammed in end of L Sampler S-13; blow counts likely not representative of material. 10 45 1 Becomes medium dense,dark gray to black,medium-to i 26 4 14 67 18 coarse-grained. 7 Bottom of boring at 46.5 feet. 5 50 II I I - I I I 0 557 ,I I I•i -5 — 60 10 r 65 Figure A-3 Template: 1GL10B Proj ID:SRMCT Woodward-Clyde Consultants = Printed:April 29, 1996 Project: Mill Creek / SR 167 Drainage Tunnel Log of Boring BH-3 Project Location: Kent, Washington Sheet 1 of 2 Project Number: 954044NA Checked D. Anderson Date(s) 3/29/96 I Bogged B. Metcalfe By Drilled I Total Depth 31.5 DriDrilling Hollow-Stem Auger/Mud Rotary S zlelType l Bit9-1n. Kenimental, 3-5/8-in.tricone Drilled (feet/ Method Hammer Weight/ 140 / 30 W.. Drill Rig Drilled Cascade Drilling Inc. Drop (lbs/in.) Type CME-75 High Torque By Approx. Surface 31.3 Date Groundwater 3.7 ft below ground surface Measured 3/29/96 during drilling Elevation (feet) Level Borehole Comments Located 15 ft S of CMP culvert,W side of SR 167,43.5 ft E of corner in driveway. Backfill Bentonite SAMPLES o of> c o •6� REMARKS/ -- MATERIAL DESCRIPTION r 8 2 :' m o OTHER TESTS l6 ++ C > N C +-' C 0-0 �� m� m E 2L) 3 mrr �U -ft N w .°-� Ow ~ Z a� m C�� o 0 I I Started drilling at Medium dense,moist to wet,brown, SILTY SAND(SMI, fine- 1200 hrs with r to medium-grained, with few fine gravel. hollow-stem augers. 30 � 1 0 11 � _ 26 22 Collected grab r sample at 3 ft. ,Water measured at ft. --Becomes wet, dark gray, with trace to no gravel. - 32 17 At 1215 hrs, .. 5 2 67 24 switched to mud rotary at 5 ft. 25 -Becomes dense. .... 3 0 46 {:'r jj- ----------------------------------------------- _ graded SAND with SILT 10 Medium dense, wet, dark gray, poorly g 28 11 4 67 15 (SP-SM), fine-to medium-grained. 20 - 5 75 27 I J �1 I t--1/4-inch-diameter branch in sampler; up to 1-mch-diameter branch in sample tubes. i 15 I - 6 100 33 '� ... j ! -Becomes dense, fine to medium-grained with same coarse grains, consisting of red volcanics and white quartz { (intermixed). 20 7 100 ' 25 Becomes medium dense. 28 ' 10 1. ---------------- i Very stiff, moist, gray yi ra SILT (ML), with layers of SILTY SAND� 1 ISM); hard concretions at top of Sample 8. 41 87 25 8 100 19 5 I 1:1 30 Figure A-4 Woodward-Clyde Consultants = Printed:April 29, 1996 Template: 1GL10B Proj 10:SRMCT rr. Project: Mill Creek 1 SR 167 Drainage Tunnel Log of Boring BH-3 Project Location: Kent, Washington Sheet 2 of 2 ` Project Number: 954044NA SAMPLES J o 0, " CT n REMARKS/ 2 MATERIAL DESCRIPTION Y aU � : - O OTHER TESTS - > rn L � C nO 30 g 100 36 Dense, wet,dark gray, poorly graded SAND with SILT i !Finished drilling at (SP-SM),fine-to medium-grained; with multiple thin(1/4 to 1435 hrs. 0 1 inch) layers of SILT (ML}. Bottom of boring at 31.5 feet. �i I i Note: Ground surface at BH-3 is about 1.5 feet above top of south CMP culvert. Top of south CMP culvert is at about elevation 29.8 feet. Water level of creek is 2.2 feet below top 35� of culvert, at about elevation 27.6 feet. J I I I, 40 I __ -10 II y r 45— - I r 15 _ L — 50-� r L 55 60- _ I 65 — Figure A-4 Template: 1GL10B Praj ID:SRMCT Woodward-Clyde Consultants = Printed:April 1996 29, Woodward-Clyde APPENDIX B LABORATORY TESTING WCC delivered selected soil samples to Soil Technology Inc. of Bainbridge Island to perform the laboratory testing. The tests were performed in general accordance with test methods of the American Society for Testing and Materials (ASTM) or other applicable procedures. Selected soil samples were tested for in-place moisture content, percent passing No. 200 sieve, and grain size distribution. The results of the laboratory tests are presented on Table B-1, and Figures B-1 and B-2. The moisture content test results and percent passing the No. 200 sieve are also presented on the boring logs in Appendix A. Water Content Determinations Water contents were determined in general accordance with ASTM D 2216 for several of the samples obtained from the borings. The results of these tests are presented on the boring logs at the respective sample depth. Percent Passing U.S. No. 200 Sieve Selected samples were "washed" through the No. 200 mesh sieve to determine the relative percentages of coarse and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the sample finer than the U.S. No. 200 sieve. These tests were conducted to verify field descriptions and to determine the fines content for ` analyses purposes. The tests were conducted in accordance with ASTM D 1140, and the results are shown on Table B-1 and on the boring logs at the respective sample depth. Table B-1. Percent Passing U.S. No. 200 Sieve Sample Depth Percent Passing Boring (feet) U.S. No. 200 Sieve BH-1 7.5 -9 7 BH-2 30 -31.5 13 BH-2 45 -46.5 4 BH-3 10 - 11.5 11 954044NA\KENTRPT3.DOC B-1 May 3. 1996 .r Woodward-Clyde Grain Size Analysis Grain size analyses were performed on representative samples in general accordance with ASTM D 422. The wet sieve analysis method was used to determine the percentage of soil greater than the U.S. No. 200 mesh sieve. The results of the grain size analyses were plotted, classified in general accordance with USCS, and are presented on Figures B-1 and B-2. The percent passing the U.S. No 200 sieve are also shown on the boring logs at the respective sample depth. 954044NAI,KENTRPT3.DOC B-2 'May 3,1996 Iilllillllllil , IIIIII IIIII ill IIIIII TES RA lil'll l WA 'l�lllll IIII RE VA I L IN G �lll,lllllll P Vill IN lllllll�ill Illl lull IJIq Illllll III III lllil III �I Jill 1 l!Il!Ilii Il��llllli I ��, Il IIUl Jill iu ll IIII! 1011111 I fill'll l l it l� III III II IIII!I III II l IIIIII I IIIIII IIIIII III DRAINAGTUNNE L.WPD IIIIII II I E �! May 19 3 96 Y r ll l Bill III I I I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts KING COUNTY w Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $19.51 $4.65 1M 5D BOILERMAKERS JOURNEY LEVEL $23.57 $8.76 1 R 5N BRICKLAYERS&MARBLE MASONS JOURNEY LEVEL $23.09 $5.38 1 R 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 $0.00 1 CARPENTERS ACOUSTICAL WORKER $22.28 $5.81 1 M 5D CARPENTER $22.12 $5.81 1 M 5D w. CREOSOTED MATERIAL $22.22 $5.81 1M 5D DRYWALL APPLICATOR $22.12 $5.81 1 M 5D FLOOR FINISHER S22.25 $5.81 1M 5D FLOOR LAYER $22.25 $5.81 1 M 5D FLOOR SANDER $22.25 $5.81 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $23.12 $5.81 1M 5D PILEDRIVER $22.12 $5.81 1M 5D SAWFILER $22.25 $5.81 1M 5D SHINGLER $22.25 $5.81 1 M 5D STATIONARY POWER SAW OPERATOR $22.25 $5.81 1 M 50 STATIONARY WOODWORKING TOOLS $22.25 $5.81 1M 5D CEMENT MASONS CEMENT MASON $21.59 $7.27 IN 6E CONCRETE SAW $21.84 $7.27 IN 6E CURB&GUTTER,SIDEWALKS $21.59 $7.27 IN 6E CURING $21.59 $7.27 IN 6E FINISH COLORED CONCRETE S21.84 $7.27 IN 6E GUNITE NOZZLE PERSON $21.84 $7.27 IN 6E MASTIC,EPDXY, PLASTIC $21.84 $7.27 IN 6E PATCHING& PAVING $21.59 $7.27 IN 6E POWER TOOLS&GRINDERS $21.84 $7.27 IN 6E SANDBLASTING $21.84 $7.27 1N 6E SEALING COMPOUND $21.59 $7.27 IN 6E TROWEL MACHINE ON COLORED SLABS,COMPOSITION OR KALMAN $23.09 $7.27 IN 6E FLOORS TROWELING MACHINE,CURB&GUTTER MACHINE,SCREED& $21.84 $7.27 IN 6E RODDING MACHINE TUNNEL WORKERS $21.84 $7.27 IN 6E UNDERLAYMENT $21.84 $7.27 1N 6E DIVERS&TENDERS «.. DIVER $54.19 $5.81 1M 5D 8A DIVER TENDER $24.11 $5.81 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $21.50 $6.81 1N 5D 8L Page 1 two KING COUNTY Effective 03-02-96 (See Benefit Code Key) - Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code Classification ASSISTANT MATE(DECKHAND) $21.07 $6.81 1 N 50 8L BOATMEN $21.50 $6.81 1 N 5D 8L CRANEMAN $21.55 $6.81 1 N 5D 8L $21.55 $6.81 1 N SD BL ENGINEER WELDER L $21.07 $6.81 1 N 5D 8L EVERMAN,HYDRAULIC M $21. $6.81 t N SD BL MAINTENANCE MATES $21.50 $6.81 1 N 5D 8L OILER $21.15 $6.81 1 N 5D 8L DRYWALL TAPERS ..- $22.45 $5.21 1J SA JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS $8.00 $1.37 1J 5A JOURNEY LEVEL ELECTRICIANS-INSIDE -~ $26.74 $7.61 1J 6H CABLE SPLICER $29.41 CABLE SPLICER(TUNNEL) $7. 6H tJ CERTIFIED WELDER $25.53 $7.57 7 1J 6H CONSTRUCTION STOCK PERSON $ $4. 1J JOURNEY LEVEL $24.3.31 $7.53 6H 6H 1J 6H JOURNEY LEVEL(TUNNEL) $26.74 $7.61 1J ELECTRICIANS-MOTOR SHOP CRAFTSMAN $13.95 $1.42 2A 6C $13.29 $1.40 2A 6C JOURNEY LEVEL ELECTRICIANS-POWERLINE CONSTRUCTION $26.37 $6.17 4A SA BE CABLE SPLICER $23.8t $6.08 4A SA 8E CERTIFIED LINE WELDER GROUNDPERSON $16.89 $4.84 4A 5A 8E �. $17.97 $4.88 4A SA BE HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR $ $6. 4A 5A 8E 88 JACKHAMMER OPERATOR $1177.81.97 $4.88 4A 5A BE JOURNEY LEVEL LINEPERSON $23.81 $6.08 4A SA 8E LINE EQUIPMENT OPERATOR $20.54 $4.97 4A 5A 8E POLE SPRAYER $23.81 $6.08 4A 5A BE POWDERPERSON $17.97 $4.88 4A 5A BE ELECTRONIC&TELECOMMUNICATION TECHNICIANS $12.07 $0.00 1 JOURNEY LEVEL ELEVATOR CONSTRUCTORS '- CONSTRUCTOR $17.87 $7.65 4A 61 $25.53 $8.30 4A 61 MECHANIC $28.72 $8.57 4A 61 MECHANIC IN CHARGE ... PROBATIONARY CONSTRUCTOR $12.77 $0.32 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.10 $0.00 1 ALL OTHER CONCRETE PRODUCTS-Clean-up $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $13.95 $2.73 Is 6S ALL OTHER CONCRETE PRODUCTS-Gunite $13.95 $2.73 15 63 ALL OTHER CONCRETE PRODUCTS-Maintenance $14.45 $2.74 16 6S ALL OTHER CONCRETE PRODUCTS-Operator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Rebar $13.95 $2.73 16 6S ALL OTHER CONCRETE PRODUCTS-Welder $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $13.70 $2.73 16 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $13.70 $2.73 1 B 6S Page 2 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over " Wage Fringe Time Holiday Note Rate Benefits Code Code Code Classification ti•• FENCE ERECTORS FENCE ERECTOR $13. $0.00 1 FENCE LABORER $11.60 0 $0.00 1 FLAGGERS $14.83 $4.65 1 M 5D JOURNEY LEVEL GLAZIERS JOURNEY LEVEL $22.70 $4.61 2E SG HEAT&FROST INSULATORS AND ASBESTOS WORKERS $25.18 $4.89 1 F 6R MECHANIC HEATING EQUIPMENT MECHANICS r.. $16.04 $2.41 1J SA MECHANIC INDUSTRIAL ENGINE AND MACHINE MECHANICS $12.86 $2.79 1 MECHANIC INDUSTRIAL POWER VACUUM CLEANER J $7.90 $1.17 1 JOURNEY LEVEL INLAND BOATMEN $15.19 $2.96 1 K SD DECKHAND ENGINEER-DECKHAND $1 $2.96 1 K 5D $17.81.59 $2.96 1 K 50 OPERATOR INSPECTION,CLEANING,SEALING OF SEWER&WATER SYSTEMS CLEANER OPERATOR,FOAMER OPERATOR $8.25 $1.48 1 GROUT TRUCK OPERATOR $9.50 $1.98 1 HEAD OPERATOR $10.50 $2.28 1 TECHNICIAN $6.25 $0.00 1 - TV TRUCK OPERATOR $8.75 $1.78 1 INSULATION APPLICATORS $16.58 $0.00 1 JOURNEY LEVEL - IRONWORKERS $20.50 $9.32 1 B SA JOURNEY LEVEL LABORERS $19.99 $4.65 1 M SD ASPHALT RAKER BALLAST REGULATOR MACHINE $19.51 $4.65 1 M 5D BATCH WEIGHMAN $14.83 $4.65 1M 5D $19.51 $4.65 1 M SD CARPENTER TENDER ..� $20.35 $4.65 1M 50 CASSION WORKER $19. CEMENT DUMPER/PAVING $4.65 1 M 5D CEMENT FINISHER TENDER $19.5511 $4.65 1 M 5D CHIPPING GUN $19.51 $4.65 1M 5D CHUCK TENDER $19.51 $4.65 1M 50 CLEAN-UP LABORER $19.51 $4.65 1M 5D �.» CONCRETE FORM STRIPPER $19.51 $4.65 1M 5D CONCRETE SAW OPERATOR $19. $4.65 1 M 5D CRUSHER FEEDER $14.83 $4.65 1M SD CURING CONCRETE $19.51 $4.65 1 M 5D �.. DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $19.51 $4.65 1 M 5D DIVER $20.35 $4.65 1 M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND,AIR TRAC) $19.99 $4.65 1M 5D EPDXY TECHNICIAN $19.51 $4.65 1M 5D FALLER/BUCKER,CHAIN SAW $19.99 $4.65 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $12.51 $4.65 1 M 5D construction debris cleanup) Page 3 Wrr KING COUNTY -� Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code GABION BASKET BUILDER $19.51 $4.65 1M 5D GENERAL LABORER $19.51 $4.65 1M 5D GRADE CHECKER&TRANSIT MAN $19.99 $4.65 1M 5D GRINDERS $19.51 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVEL A $20.35 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVEL B $19.99 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVELS C&D $19.51 $4.65 1 M 5D HIGH SCALER $19.99 $4.65 1M 5D HOD CARR I ER/MORTA RMAN $19.99 $4.65 1M 5D JACKHAMMER $19.99 $4.65 1M 5D MINER $20.35 $4.65 1 M 5D NOZZLEMAN,CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $19.99 $4.65 1M 5D PRESSURE AIR&WATER ON CONCRETE& ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $19.99 $4.65 1 M 5D PILOT CAR $14.83 $4.65 1 M 5D PIPE RELINER(NOT INSERT TYPE) $19.99 $4.65 1M 5D PIPELAYER&CAULKER $19.99 $4.65 1M 5D POT TENDER $19.51 $4.65 1 M 5D POWDERMAN $20.35 $4.65 1M 5D POWDERMAN HELPER $19.51 $4.65 1M 5D RAILROAD SPIKE PULLER(POWER) $19.99 $4.65 1M 5D RE-TIMBERMAN $20.35 $4.65 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $19.99 $4.65 1M 5D SPREADER(CONCRETE) S19.99 $4.65 1M 5D STAKE HOPPER $19.51 $4.65 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $19.99 $4.65 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $19.99 $4.65 1M 5D TOOLROOM MAN(AT JOB SITE) $19.51 $4.65 1M 5D TOPMAN,TAILMAN S19.51 S4.65 1M 5D _. TRACK LINER(POWER) $19.99 $4.65 1 M 5D TUGGER OPERATOR $19.51 $4.65 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) S19.51 $4.65 1M 5D VIBRATOR $19.99 $4.65 1M 5D WELL-POINT MAN $19.99 $4.65 1M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $19.51 $4.65 1M 5D PIPE LAYER $19.99 $4.65 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 $0.00 1 .r LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.53 $0.00 1 LANDSCAPING OR PLANTING LABORERS $8.42 $0.00 1 LATHERS JOURNEY LEVEL $22.28 $5.81 1.1 5A MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 $0.00 1 METAL FABRICATION(IN SHOP) -" FITTER $15.86 $0.00 1 LABORER $9.78 $0.00 1 MACHINE OPERATOR $13.04 $0.00 1 PAINTER $11.10 $0.00 1 Page 4 KING COUNTY Effective 03-02-96 «,r**trt«w*,r*«,r***w*,rtnt*,r**,r******«,r***,r*+..x***w+.******.�*..,r«w*w**.*r.w************,r*ww*w*+.****,rr««*,►*rx*«*.****w,r (See Benefit Code Key) r.. Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code WELDER $15.48 $0.00 1 MODULAR BUILDINGS CABINET ASSEMBLY $10.23 $1.33 1 ELECTRICIAN $10.23 $1.33 1 i.. EQUIPMENT MAINTENANCE $10.23 $1.33 1 PLUMBER $10.23 $1.33 1 PRODUCTION WORKER $7.93 $1.33 1 TOOL MAINTENANCE $10.23 $1.33 1 UTILITY PERSON $10.23 $1.33 1 WELDER $10.23 $1.33 1 .+. PAINTERS JOURNEY LEVEL $19.71 $3.44 2B 5A PLASTERERS JOURNEY LEVEL $21.69 $7.25 1 R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 $0.00 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.20 $9.21 113 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS(OILERS) $19.66 $6.81 IN 5D BL BACKHOES, (75 HP&UNDER) $21.76 $6.81 IN 5D 8L BACKHOES, (OVER 75 HP) $22.12 $6.81 IN 5D 8L BACKHOES, (3 YD&UNDER) $22.12 $6.81 IN 5D 8L BACKHOES, (OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D 8L �. BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $23.06 $6.81 IN 5D 8L BATCH PLANT OPERATOR,CONCRETE $22.12 $6.81 IN 5D 81. BELT LOADERS(ELEVATING TYPE) $21.76 $6.81 IN 5D 8L ... BOBCAT $19.66 $6.81 IN 5D 8L BROOMS $19.66 $6.81 IN 5D 8L BUMP CUTTER $22.12 $6.81 IN 5D 8L CABLEWAYS $22.56 $6.81 IN 5D 8L CHIPPER $22.12 $6.81 IN 5D 8L COMPRESSORS $19.66 $6.81 IN 5D. 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $22.12 $6.81 IN 5D 8L w.. CONCRETE PUMPS $21.76 $6.81 IN 5D 8L CONVEYORS $21.76 $6.81 IN 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $21.76 $6.81 IN 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $22.12 $6.81 IN 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $22.56 $6.81 IN 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS, OR 150 FT OF BOOM(INCLUDING JIB $23.06 $6.81 IN 5D 8L WITH ATTACHMENTS) CRANES,200 TONS&OVER,OR 250 FT OF BOOM(INCLUDING JIB WITH $23.56 $6.81 IN 5D 8L ATTACHMENTS) . CRANES,A-FRAME, 10 TON AND UNDER $19.66 $6.81 IN 5D 8L CRANES,A-FRAME,OVER 10 TON $21.76 $6.81 IN 5D BL CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $22.12 $6.81 IN 5D 81. CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $22.56 $6.81 IN 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $23.06 $6.81 IN 5D 8L CRANES,TOWER CRANE $23.06 $6.81 IN 5D 8L CRUSHERS $22.12 $6.81 1N 5D 8L Page 5 KING COUNTY Effective 03-02-96 *�**w**,r*,tir*yr****�,tr*,t+,►,t*****,►,tv.,t***,r**********w**,r,r***,►*,r*�w,r*****,r**«,►«*,r*w*w**«*w**,r*�*«*ww*w ww****w*.**«w»« (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code DECK ENGINEER/DECK WINCHES(POWER) $22.12 $6,81 IN 5D 8L DERRICK,BUILDING $22.56 $6.81 1N 5D 8L DOZERS, D-9&UNDER $21.76 $6.81 IN 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $2136 $6.81 IN 5D 8L DRILLING MACHINE $22.12 $6.81 1N 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $19.66 $6.81 IN 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $21.76 $6.81 IN 5D 8L -- FINISHING MACHINE/CURB EXTRUDER $22.12 $6.81 IN 5D 8L FORK LIFTS,(3000 LBS AND OVER) $21.76 $6.81 IN 5D 8L FORK LIFTS,(UNDER 3000 LBS) $19.66 $6.81 IN 5D 8L GRADE ENGINEER $21.76 $6.81 1 N 5D 8L GRADECHECKER AND STAKEMAN $19.66 $6.81 IN 5D 8L HOISTS,AIR TUGGERS $21.76 $6.81 IN 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $19.66 $6.81 IN 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $21.76 $6.81 IN 5D 8L LOADERS, OVERHEAD(UNDER 6 YD) $22.12 $6.81 IN 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $22.56 $6.81 IN 5D 8L -- LOADERS,OVERHEAD(8 YD&OVER) $23.06 $6.81 IN 5D 8L LOCOMOTIVES,ALL $22.12 $6.81 IN 5D 8L MECHANICS,ALL(WELDERS) $22.12 $6.81 1 N 5D 8L MIXERS,ASPHALT PLANT $22.12 $6.81 IN 5D 8L MOTOR PATROL GRADER(FINISHING) $22.12 $6.81 IN 5D 8L MOTOR PATROL GRADER(NUN-FINISHING) $21.76 $6.81 IN 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $22.56 $6.81 IN 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $19.66 $6.81 IN SD 8L OPERATOR PAVEMENT BREAKER $19.66 $6.81 IN 50 8L r PILEDRIVER(OTHER THAN CRANE MOUNT) $22.12 $6.81 IN 5D 8L PLANT OILER (ASPHALT CRUSHER) $21.76 $6.81 IN 5D 8L POSTHOLE DIGGER,MECHANICAL $19.66 $6.81 IN 5D 8L POWER PLANT $19.66 $6.81 IN 5D 8L PUMPS,WATER $19.66 $6.81 IN 5D 8L QUAD 9, D-10,AND HD-41 $22.56 $6.81 IN 5D 8L REMOTE CONTROL OPERATOR $22.56 $6.81 IN 5D 8L -- ROLLAGON $22.56 $6.81 IN 5D 81. ROLLER,OTHER THAN PLANT ROAD MIX $19.66 $6.81 IN 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS(COMPOSITION S21.76 $6.81 IN 5D 8L MATERIALS) ROTO-MILL, ROTO-GRINDER $22.12 $6.81 IN SD 8L SAWS,CONCRETE $21.76 $6.81 IN 5D 8L SCRAPERS,CONCRETE AND CARRY ALL $21.76 $6.81 IN SD 8L SCRAPERS,SELF-PROPELLED(UNDER 45 YD) $22.12 $6.81 IN 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $22.56 $6.81 IN 5D 8L SCREED MAN $22.12 $6.81 IN SD 8L SHOTCRETE GUNITE $19.66 $6.81 IN 50 8L SHOVELS,(3 YD&UNDER) $22.12 $6.81 IN 5D 8L SHOVELS,(OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D SL v SHOVELS,(6 YD AND OVER WITH ATTACHMENTS) $23.06 $6.81 IN 5D 8L SLIPFORM PAVERS $22.56 $6.81 IN 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $21.76 $6.81 IN 5D 8L SUBGRADE TRIMMER $22.12 $6.81 1 N 50 8L Page 6 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code Classification TRACTORS,(n HP&UNDER) $21. $6.81 1 N 5D BL Y.. TRACTORS,(OVER 75 HP) $22.12 $6.61 1 IJ SD 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $22.56 $6.81 1 N 5D 8L $21.76 $6.81 IN SD 8L TRENCHING MACHINES $21. $6.81 IN 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON&OVER) $22.12 $6.81 1 N 5D 8L WHEEL TRACTORS,FARMALL TYPE $ W.. YO YO PAY DOZER $22..12 $6.81 IN SD 8L $6.81 1 N 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $20.10 $5.05 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR $19. $4.3 4A 5A SPRAY PERSON $18.79 $4.30 4A 5A $17.35 $4.96 4A SA TREE TRIMMER TREE TRIMMER GROUNDPERSON/CHIPPER OPERATOR $12.17 $4.08 4A SA REFRIGERATION&AIR CONDITIONING MECHANICS ..r $26.57 $804 1A SA MECHANIC RESIDENTIAL CARPENTERS $11.85 $3.50 1 JOURNEY LEVEL - RESIDENTIAL DRYWALL TAPERS $19.15 $0.00 1 JOURNEY LEVEL RESIDENTIAL ELECTRICIANS $15.21 $0.00 1 JOURNEY LEVEL - RESIDENTIAL GLAZIERS $11.87 $0.00 1 JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS .,. $11.00 $2.96 1 JOURNEY LEVEL RESIDENTIAL LABORERS J $7.96 $0.00 1 JOURNEY LEVEL RESIDENTIAL PAINTERS $14.66 $0.00 1 JOURNEY LEVEL RESIDENTIAL PLUMBERS&PIPEFITTERS $17.00 $4.12 18. 5A JOURNEY LEVEL RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS $18.68 $4.26 1 B 5A JOURNEY LEVEL RESIDENTIAL SHEET METALWORKERS .� $13.55 $2.70 1 JOURNEY LEVEL RESIDENTIAL SOFT FLOOR LAYERS $19.89 $0.00 1 JOURNEY LEVEL �. RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 $0.00 1 ROOFERS $21.40 $4.90 1 R 5A JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS $24.40 $4.90 1 R 5A SHEET METAL WORKERS $25.52 $7.24 1J 5A JOURNEY LEVEL ... SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $$8. $2. 1 STOCK PERSON .65 $1.74 1 ` Page 7 w KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ` SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $15.63 $2.42 1 CONSTRUCTION"B" $7.91 $2.42 1 PRODUCTION SILK SCREENER $7.82 $2.42 1 SHOP PERSON $4.99 $2.42 1 SIGN HANGER $15.63 $2.42 1 SIGN PAINTER $18.39 $2.42 1 SILK SCREENER $12.16 S2.42 1 SOFT FLOOR LAYERS $20.00 $4.61 1 B SA JOURNEY LEVEL `- SOLAR CONTROLS FOR WINDOWS $11.20 $1.24 1 SS JOURNEY LEVEL SPRINKLER FITTERS(FIRE PROTECTION) $25.00 $9.30 1 B 5C JOURNEY LEVEL STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $10.50 $2.73 1 -_ SURVEYORS CHAIN PERSON $9.35 $0.00 1 INSTRUMENT PERSON $11.40 $0.00 1 PARTY CHIEF $13.40 $0.00 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE $18.06 $3.08 2B SA CABLE SPLICER HOLE DIGGERIGROUND PERSON $8.83 S2.53 2B 5A INSTALLER(REPAIRER) $17.20 $3.03 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $16.60 $3.00 2B 5A POLE SPRAYER $16.60 $3.00 213 5A _. SPECIAL APPARATUS INSTALLER 1 $18.06 $3.08 2B 5A SPECIAL APPARATUS INSTALLER II S17.64 S3.06 26 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) S18.06 $3.08 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $16.60 $3.00 2B 5A -- TELEVISION GROUND PERSON $8.24 $2.49 2B 5A TELEVISION LINEPERSON $11.90 $2.71 2B 5A TELEVISION SYSTEM TECHNICIAN $14.72 $2.88 2B 5A TELEVISION TECHNICIAN $12.95 $2.78 26 5A TREE TRIMMER $16.60 $3.00 213 5A TERRAZZO WORKERS&TILE SETTERS $22.27 $5.31 1 R SA JOURNEY LEVEL TILE,MARBLE&TERRAZZO FINISHERS FINISHER $17.60 $5.06 1 R 5A TRAFFIC CONTROL STRIPERS $18.33 $4.46 1 K 5A JOURNEY LEVEL TRUCK DRIVERS DUMP TRUCK $20.64 $6.28 1M 5D 8L r DUMP TRUCK 8 TRAILER $21.22 $6.28 1 M 5D 8L $21.22 $6.28 1M SD 8L OTHER TRUCKS TRANSIT MIXER $26.46 $0.00 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 $0.00 1 OILER $9.45 $0.00 1 WELL DRILLER $11.60 $0.00 1 - Page 8 BENEFIT CODE KEY EFFECTIVE 03-02-96 rrtrrtrtrrrtrtrrtrtrrrtrr►rrrttrrtrrsrrrrtr►r rrrrrrrrrrrtrrtrrr.rrrrrrtrsrrrrrrtrrr...•+r.rrrrr.......r........r............... OVERTIME CODES 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF w.. TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ... C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. THE.FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS KORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY" RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE .., OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME)WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL, ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND �.• ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND ... HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE BENEFIT CODE KEY - EFFECTIVE 03-02 l6 2 E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. -A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL. DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE W FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). -- I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. AND CHRISTMAS DAY(6). M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. -- VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY(9) 0. PAID HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL.DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND CHRISTMAS DAY(6). 2 BENEFIT CODE KEY EFFECTIVE 03-02-96 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOk DAY. �- THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. �- U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. INDEPENDENCE DAY. LABOR DAY. 'THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOIJRS - W- NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY. �- THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY. AND CHRISTMAS DAY(9). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). W- F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. VETERANS DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR.DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY: MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY: AND CHRISTMAS DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8) T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. THE LAST WORKING DAY BEFORE CHRISTMAS DAY.AND CHRISTMAS DAY(9). 3 W_