Loading...
HomeMy WebLinkAboutPW13-208 - Original - SCI Infrastructure, LLC - SR 516 to S 231st Way Levee Improvements - 09/03/2013 I ��. Records M ,ax� genre}ntr �! KET(T ; n �., Document WA S H,N 1.H C!:t III CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: SCI Infrastructure, LLC Vendor Number: JD Edwards Number Contract Number: ®O This is assigned by City Clerk's Office Project Name: SR 516 to S. 2316t Way Levee Improvements North Reach Secondary Levee Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 60working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Beth Tan Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.)- The p ject consists of a secondary levee east of the existing SR 516 to S. 231st Way levee along the Green River in Kent Washington. The project will take place along a portion of the Green River Trail near the development of The Lakes community multi family development. The project is approximately 1,200 linear feet of simplified earthen levee constructed on city owned property. The work is part of the city of Kent and the king County Flood Control District's efforts to repair deficient levees to a safety standard that exceeds FEMA accreditation. S:Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 1i rn1 { "' tar ut s s"krf.:arv`d�LaAi c s §�rf ti re Y� nA «/}/ ,f is Ax�� xr s t� l.s 'k5 ti•; T t t f{ L*e �k J t .rt.+� e i r ..,, €' s .r� t r-Y + e i .£ ri txC t dffix�.ws§9�'AY'�ow€L x'Y'"Agfa{.� � >�� r"`A.r`�f > ts...l'k t #mM,�'i r��t vbdzy"'y 'Y,•3�u.'�r t4 goi4`� }. �,Yxlr�y�* �f < 't �3'r ,y.#'Nk�"F"yk,4 � �� ti rn ✓' tiu ,k Yt f s y tu` 3 - u r .'�.^' A.,r ^' ``F } .stf y, d < is'. FX+r }+$.k *5 `" t?i it s Glxfj ,t,, "` *.b e 's s '# 'sr LX rz�+�"rxY§x xk r t £ di (7f}*�`a �§I � tthh zz,�� 5 ta�S�t•4 ' "' + y a j !r ti€ �. aY r f�Y .A ..� "5 Z"-x 4. �I F `r N #c .;YX� a t rt d� k° ^� 'u rw# xs �a4xi xy t tyt;�5' 9 S.A4 -x^.y dk ''y.x � k'`~� y '�tz T 7 i ✓a F#��' 4 Kx `3 3 � C Y ,a g xs Ut :�fitix�� to e tt�t`u`f*"�* z# � si'}•.#°`4i t' ca rm ,na r u v sx )>nN i; ^a s ;" < ¢ i A ^.,.'3 '. ,tom, «s ✓,Km,�„,u1SH^� °'€,4''ae_:€`�r'�yt "s ts`�+��i",-i�,`'h '#�aPs l�'il ''p�. '� „` K ti S a>^ �+e�:€ t 't w4 xr 'S*.f k�kS t .�Er�x k "L"�:ry�>xi"zs" k# t F s ry�'y ?+ X ah�# 5^ t 7y"x x 4 .6r7 a.� +ram g,Y'1< q` ar�s} 'Y'Y h 4v rt�'z;}Y#' rx s��f#Y�I�Xts Y�'Y�Y�xsi e4 �r `z'*"x i✓ Sre��+mEa€day 'k�rx. ,x, e� x 4Y � i 5k y ra fiJky��Y#� t,� z�rp ':rah.q s't r+' ,, r� t� n y�.A'•; r r .3 3' r-Y° Si'.�%t}+,yr a Xf µr,"Y1` rcy;¢x r s"*s' a"�+ 4,�'y XxC w '�*k*a �. T.�wq. '"r'�.�t m�§ vk' i }., +'r�tt r rpti.0 ra. x N„ r k :+ `� �„ 'ir• 'vr ry t'x {xrf-.is ": t'rr r,;,(N`'%;:€* p;� t #4_,ykyp,� lb+a .�-:}r. rt<e ApCA• y r� '°'L €,�h,.v ix „x ux`'»::: rr 2K�. J�,.xz t crt a �'Je2it e Cny{t," "r`+<fi: r 5hz& vi sS rv�"`«k�'ns >er-r s `a+xx max""� vK'i s#x P~k�"� 'i 1'w"dam�r x t t; a ,r a� a 1' ..,, = st xp bffzs ' fx d 4 ;a� hv � �,s d'"' -�y,,rrr_r}'�'>+'r✓t r�#r+�?a v`� , di �xy � e'# o-xo- �#' � d.2�.+< a.m r�s,e k,r :��x�t} Kn;�rd�nt �s. } r sx e� �� :.�ntr A``,? z � +�--•����zr ..urmk ., "Rv,*��a x 3:. P?'' '� +" xt'+Yi $y�.s} S 3',r."H'v dY�.rss,t.4 ,j rb Pkt?Y�.-i4� rrY r^a ax�s +?S a•( x v'R' hK I'Fr ^s '. :s.i'�-yb ,rfxt";ht t + ..r*v:+ ,r,�y x31��7�+. 21`k v fir,. S,i" tt" ;, =#µ va` Ti y "s`s S is x'Mf'ana 2 st ,P r' §. 4 q ',x`>1 Yti` tm rk?� rosx�' reT9 =z•'§'` ^b �v {4 �r trz *ems,r�^., tn-5r„�,*s dSYfi`• �#' 5d w4 -�xY,� kx+ as „"'S i�`t nt to s,4�k;�4 ���3 ���.Ye�4 t"trrx A'_: G yF -".k� s`,^ "fa-y,s � '«C"� `tr � n� k�W Yr'i+ `�` v f } '+`sii'�d as£ s. S},r �' �k� � �f tr `1�wL r €r �,..i.r„�"t a.r i ,t x:ag = &.z-u °r ;.s ; �a� rt.�*-. +.;a c� x s= ``'rx•t4 a. � t ngi s sus t. ? , ``*f✓ F-xa 'r �Lk;:„r�,c-z}?.'ss`k anadn��s-'z rYv'§"S'na��Pr «� �+ � 'xl"��: ? -w �%,:�Fv t- �*Y'"`'r 7s%``t rr4"'8 'L 0v�� t �- �.'•�'gmt ;�,,}Yj�.�k x&rm#` +t ,r: ':rr ���+t, r"r 4� a u�a ,r.5 a v � }�' S r ':x ^A of :� a� ���<'L t ;.n t¢'a+' x �,f � <, 2, ! 2# iax .rir.'t. r I [ b' `d.?' a a Yr„�w S¢a y �` A v ry # y .� c � �x-�^, f� i c£ � 'x. y r* S�, Y`i Y^$(" t yx4 ,# •: A A >3M . fX r} ie�i��`Y`i�' L a„edYYi tatN,r, v+ t' nee"sue {f# y€„'r ?.r j r „a a1 � -grra r a4 r• K t e x ru x r'e= c 't r Six p y r +r� A �., -; .+ t.' -,n k`''7i 4, { sp � d ,�, 9*a r. "?itix s �,# v t } "{ �is`' mat{;"< k^ f✓ , 1 `� Y �* t M1 {x^r+i#}} 2'r a �4 r!'# : j`i•: '4 e# r, Sc�^ ax c �, �i-�&Zk,ta 4°U�'h x � :`�,�.x?Z"t"' y ^s€ 4 ' ,4 ?`'a s 'i..r''` `'*' � r.0 `�f.Yx at��p b"t?'3'�r#<� Y r#" $?+r 'yYr L� $'F` 'r�X ,.Ax tt � x# 'K!Y t$rY"s$� £ a =c'^� t•Sxrrc w * ib s .w,r` Tflk L`Y`�' a £ �� �t GNs;..a't'Kg`L'4 ,1p,., °�.r'a fir} �xK P£'Tl ria'+`'4� f i � sr c 'K d � w+ x g j' Ft _,? xk r L� ,3'ff "�° .aY •'. £ to}gE xk p�`` d*#F u� 1 t S s #ay;'xl t F Y �t i y i. �tx h d"" r;{ �'r':✓'s�;.Y£5 +Au n..v� r,, " r'd,,,`�Hs t £Tf L t Kf'r 3" '}` xe „r t 't.'",„ (`k �� 4<�59"ti°�C;]+X".r C��t��� �A3 kE}�fk�YGiI S� ti�,��fiy`3�A� xs��•'kF^y{€€ �, ` ��p,y �J PAY is tS'YjW�+%{'°Ixti 4 y�"+.a- t5'£Y� Y^3 � � k i�'SF`t$'fY t1 pp °'` 'it�y 'r>Lr�t'*�`xx+§%�`.�txx��,� �? -z ,: as 4§ �r r€ * r s : t3,=t i5;i�y'fy i z kr`ae # k t`I•ry !� `+ a "z ,: r T" sk` """ „ .yt^2x}h ne� n+ st7F� � rx++ ,i,:-+�+'��,g§�.�42,.�� S e.rXF � e :t x'£��s ':tr�s ✓}s� � #r'�Y� w?v t � r�' xi� r �r „x����4 aa �a x"�k�".�� s� '�`� � � '�u *xr•a . :..:�* �}t � `,�� cr, '+. sT}. x xsa3r,cr `�r""°'yr X'-�� uS pry x�k�rs�}4 .��:., G t"a %� r� 4 r 't n a '�ih�a� '3` x �i� T�<! �s #a rs, F 'S sXf r�. `�•""'h 'S�,*`£'� t g �/ ,Y x f "A `ti x'r s r A ,v. x � �v ,t� �4'f d ara *• � } '`'4k � b � `' � a K tr} + �, c Y F -A tk+'y+r /a X.;., r;,Y ,:c ,k ..X.L x s .�Y* �''�i#xH+'}4 x,"�`�.ag sx^ YS } +V.-t`� �,fv3n rv�tz xxYa h :a �'!�r^ �t ;*� �k, s" t �'S �✓ r'� S'LS +s s` ,{i v::#b z +y,. y z a A s ick .t d >"-ti i• ~~t %'x �; kvs nsr �� x k Y s a�r s. ' e }" +.,.ro r 1L 'r�f{ 'x`s xk �,. +.r": l� At? xa' -:."Xe +s`.t .v'#'2.{ ld-S.,y: Aa h","~5 "{tlf v s `x";ka} d' 'b.� Y,.0 ",r„ tx v A% �a" x#P#,A,c9�E x✓' 3'rx x n`� 55-��1t s r c � s '?` .+ { ir• x` x � .Y w rs u Y rk, .1{ }N xh,„,a}k � r ,; of r r a !`: ; zA' at �. '; :k m .}Yk`. ,a a'� j 51 k "s sX+ Yy .+, hr ,� F t-.. a✓a c:T °d'/ k k't l ¢fix 4 t a y s +ek r xte Ntr~fir £ si' ^'u .+':r Y#a N cT4r aA,, S s ,� r I '` t` ry `�` r. r< t'P rc sr t y -r ry S e c,. { ,# ,;.+5;. F Pn 4 r47 i Y'x' x {`}x x A y✓ Y r v: t � {a n•' �vi :k Lx'' va s r ,l}y; d� r xtY fi r r,^txT eir '^ t # u' x$ . ..r ... .?. _>;., � Ts r� x+ q i CITY OF KENT KING COUNTY, WASHINGTON SR 516 to So 231st Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 ADDENDUM No. 1 July 5, 2013 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH III - APPENDIX Appendix 3 - Miscellaneous Detail ADD the following Miscellaneous Detail: 6 Foot High Wood Fence END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Bidder's Document Miscellaneous Details: ® 6 Foot High Wood Fence I I 1 1x PICKETS ill CEDAR OR REDWOOD 0 2-12d NAILS PER POST a2x4 CAP RAIL — CEDAR OR REDWOOD 2-6d NAILS EACH 44 POST — PICKET. TOP AND CEDAR OR REDWOOD OR BOTTOM MINIMUM PRESSURE TREATED DOUGLAS FIR AT 10' ON CENTER (MAX) 0 0 I i � y I TOENAIL INTO POST W/2-16d EACH END 2x4 OR 2x6 RAILS BETWEEN POSTS — CEDAR OR REDWOOD 1x OR LARGER SPLASH BOARD — 2-8d NAILS CEDAR OR REDWOOD 0 FINISHED GROUND T \� a � CL 3000 CONCRETE I \\ v a i TO PROVIDE DRAINAGE FOR POST NOTE: ALL NAILS SHALL BE DO NOT ENCASE POST BOTTOM IN CORROSION RESISTANT CONCRETE USE 2" MIN DEEP '', GRAVEL 9" DIA HOLE 6 _FOOT HIGH W00D FENCE NOT TO SCALE r-%nau..%nQ-inm RIKCFI RO I"FRH,n. WJI iMPFACH 1ffFMCF nF All d— 7I1011114 nn 1i ,m TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table f o Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Miscellaneous Detail Tab 8 Traffic Control Plans Tab 9 Permits Tab 10 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 516 to S. 231st Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 BIDS ACCEPTED UNTIL July 9® 2013 1 :30 I® OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KE T® CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 ygpr� AP M^ TIMOTHY 1. LAPORTE, P.E. �4V PUBLIC WORKS DIRECTOR I 37427 �c�, �s`tSTER��y`tW II 40 \zr' ic KENT r©nrax, �t� r � 1 W A 3 H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents i Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Miscellaneous Detail Traffic Control Plans Permits Prevailing Wage Rates i SGI INMASTRUC�URE, LLB BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 516 to S. 231st Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 BIDS ACCEPTED UNTIL July 9, 2013 11:30 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WAS HI NGTON I INVITATION TO BI® Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 9, 2013 up to 11.30 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11,30 a.m. for the City of Kent project named as follows: SR 516 to S. 2315` Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 The project consists of a secondary levee east of the existing SR.516 to S. 2315t Way levee along the Green River in Kent Washington. The project will take place along a portion of the Green River Trail near the development of The Lakes Community multi-family development, The project is approximately 1,200 linear feet of simplified earthen levee constructed on city owned property, The work is part of the city of Kent and the King County Flood Control District's efforts to repair deficient levees to a safety standard that exceeds FEMA accreditation. The Engineer's estimated range for this project is approximately $800,000 - $1,000,000, Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Beth Tan at (253) 856-5552. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their Initial bid a signed statement as to whether they have previously it performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. i i Dated this day of 2013. BY: v y �� RoaaJd- Or ;r , clerk Published in Kent Reporter on June 28, 2013 Daily Journal of Commerce on June 25 & July 2 2013 I I I i I CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date m This statement relates to a proposed contract with the City of Kent named SR 516 to S. 2315C Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 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 #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. I NAME OF BIDDER Signature/Title ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) SR 516 to S. 231"Way Levee N Reach/Tan 1 June 25, 2013 Project Number: 09-3006 i i DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. elf Dated this day of 2013. By: For: E.� A INFRASTRUCTURE, LLG Title: IVIL Date: SR 516 to S. 231't Way Levee N Reach/Tan 2 June 25, 2013 Project Number: 09-3006 i CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. i i SR 516 to S. 231"Way Levee N Reach/Tan 3 June 25, 2013 Project Number: 09-3006 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of SCI INFRASTRUCTURE, LL Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as SR 516 to S. 231st Way Levee Improvements — North Reach Secondary Levee/Project Number: 09-3006 that was entered into on the (Date) between the firm I represent and the City of Kent. I I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of 2013. By.. _. For: S ;I IM STRUCTURE LLC Title: Date: SR 516 to S. 231"Way Levee N Reach/Tan 4 June 25, 2013 Project Number: 09-3006 i PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named SR 516 to S. 2318c Way Levee Improvements — North Reach Secondary Levee/Project Number: 09-3006 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. SR 516 to S. 231"Way Levee N Reach/Tan 5 June 25, 2013 Project Number: 09-3006 '.. SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ p ""O $ WSDOT LUMP SUM Per LS 1005 2 01.5 1 Clearing and Grubbing $ p $ � WSDOT LUMP SUM Per LS I 1020 2-02.5 65 Remove Cement Concrete $ $ cS KSP SQ YDS Sidewalk Per Sy 1030 2-02.5 20 Saw Cut Existing Cement $ — $ KSP LN FT Concrete Pavement Per LF 1065 2-03.5 1,500 Unsuitable Foundation .a WSDOT CU YDS Excavation Including Haul Per CY I? 1075 4-03.5 250 Gravel Borrow, Including Haul $ a $ KSP TONS and Compaction Per TON ($2.50 Min) 1076 4-03.5 17,500 Low Permeability Fill for Levee $ $ 1 . KSP TONS Embankment, Including Haul Per TON and Compaction 1080 4-04.5 500 Crushed Surfacing Top $ L '" $ " KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 2-02.5 1 Remove and Reinstall Bench $ 2r, V- $ $c� KSP LUMP SUM with New Foundation Per LS 1095 2-03.5 1,200 Inspection Trench $ $ KSP LN FT Per LF SR 516 to S. 231"Way Levee N Reach/Tan 6 June 25, 2013 Project Number: 09-3006 I SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1145 8-14.5 65 Cement Concrete Sidewalk $ $ KSP SQ YDS Per SY 1270 8-12.5 2,500 Temporary Fencing $ � $ ' KSP LN FT Per LF 1275 8-12.5 1,200 Install New 6' Wood Fence $ $ lfl KSP LN FT Per LF 1320 8-30.5 2 Project Sign Installation $ ,� I $ KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $8,000.00* $8,000.00 WSDOT CALC Per CALC *Common price to all bidders �'ab 413a a Sub Total $ E� 9.5% WA State Sales Tax $ Schedule I Total $ 4 23 � 434 0-30 SR 516 to S. 231rt Way Levee N Reach/Tan 7 June 25, 2013 Project Number: 09-3006 SCHEDULE V - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 500 Traffic Control Labor $ 1-50 $ ?. *to KSP HOURS Per HR 5010 1-10.5 200 Construction Signs Class A $ 1 ` - $ 2? 0 6 6 WSDOT SQ FT Per SF 5015 1-10.5 120 Traffic Control Supervisor $ 1057— $ " KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ i �$ -� 0 KSP LUMP SUM Devices Per LS 5030 1-10.5 200 Portable Changeable Message $ 1 $ 1 &do KSP DAYS Sign (PCMS) Per DAY 5040 1-10.5 10 Traffic Safety Drum $ ' KSP EACH Per EA 5065 1-10.5 40 Temporary Barrier $ Me KSP LN FT Per LF Sub Total $ 1 9.5% WA State Sales Tax $ 15 , Schedule V Total $ m SR 516 to S. 231"Way Levee N Reach/Tan 8 June 25, 2013 Project Number: 09-3006 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 2.0 Seeding, Fertilizing, and $ 115,00 M $ KSP ACRE Mulching Per AC 7005 8-01.5 1,500 Silt Fence $ $ a t 66 KSP LN FT Per LF 7010 8-01.5 500 Wattle $ 4-- $ 1 WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $ to $ KSP EACH Per EA 7020 8-01.5 8,560 Straw Mulch $ l $ KSP SQ YDS Per SY 7025 8-01.5 1,000 Clear Plastic Covering $ $ T- KSP SQ YDS Per SY 7035 8-01.5 40 Street Cleaning $ E $ G WSDOT HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $8,000.00* $8,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Sub Total $ a 55 4 9.5% WA State Sales Tax - 695 Schedule VII Total i I SR 516 to S. 231st Way Levee N Reach/Tan 9 June 25, 2013 j Project Number: 09-3006 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 1,800 Topsoil Type A $ n _ $ KSP CU YDS Per CY Sub Total $ t €ter 9.5% WA State Sales Tax $ t -% Schedule VIII Total $ q e SR 516 to S. 231"Way Levee N Reach/Tan 10 June 25, 2013 Project Number: 09-3006 BID SUMMARY Schedule I ,4 e, 3 093 Schedule V - p " Schedule VII { 2� 39� G<{9 Schedule VIII 1 "� TOTAL BID AMOUNT ill SR 516 to S. 231"Way Levee N Reach/Tan 11 June 25, 2013 Project Number: 09-3006 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: SR 516 to S. 231" Way Levee Improvements — North Reach Secondary Levee Project Number: 09-3006 Subcontractor Name 1 Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE � � 1 SR 516 to S. 231"Way Levee N Reach/Tan 12 June 25, 2013 Project Number: 09-3006 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: SR 516 to S. 2315t Way Levee Improvements — North Reach Secondary Levee Project Number: 09-3006 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: a Electrical Subcontractor Name: Signature of Bidder Date SR 516 to S. 231"Way Levee N Reach/Tan 13 3une 25, 2013 Project Number: 09-3006 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. SR 516 to S. 231"Way Levee N Reach/Tan 14 3une 25, 2013 Project Number: 09-3006 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID, FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be mis eaggdripn� R� LIC SUBMITTED BY: I1C.,_ i IN STRURU ��I� , NAME: MA AV-,K— <," ADDRESS: y� so, t a -0-t'T 1• f -cdl, 16 a PRINCIPAL OFFICE: -t a oaa< ADDRESS: 50, PHONE: f« ' 1 ea7i FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). SR 516 to S. 231"Way Levee N Reach/Tan 15 June 25, 2013 Project Number: 09-3006 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? SR 516 to S. 231"Way Levee N Reach/Tan 16 June 25, 2013 Project Number: 09-3006 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: SR 516 to S. 231`t Way Levee N Reach/Tan 17 June 25, 2013 Project Number: 09-3006 Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of - , 2013. Name of Organization: r4 h4fat' lle� Title: 7.2 0 ec , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. }i21 Subscribed and sworn before me this day of �� �� \ 2013. Notary Public: My Commission Expires: 7-4 /2-0 i LINDA LOUT EAN ICSON STATE OF WASHINGTON Commission Expires — 05-24-2017 SR 516 to S. 231"Way Levee N Reach/Tan 18 June 25, 2013 Project Number: 09-3006 City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: SCI INFRASTRUCTURE, LLC NAME: Mark Scoccolo ADDRESS: 2825 S 154`h Street Seattle, WA 98188 i PRINCIPAL OFFICE: SAME Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor& Industries Certificate of registration: rvt#�'18TIdii�t.3bt', tt llt �11�T TITf4F T 7 C; 4, a W� tit 1i 7 i � �: } � i �,� � � �� ILL 3T� i � ,.I„ �• �� :� a � 4, 1 f1H Vi, i ( (i 6t t�L1 nM-UP71mrs C T��i� `. y25 bt?Trn'Fi 154TV NTRE]T ,��. ° `k, 3V Nhc+n Lx t1',F2(ftd y ii ( i iid I ii t r` i Statement of Qualifications City of Kent July 31, 2012 1.2 Current State UBI Number: 602 094 857 BUSINESS LICENSE (r- 61RtiHINf d[}.A iil b' Unifiwq ausinees ID #r 602 094 857 uemes{iz Limited LiaCi1]ty Eompapy Business ID #, I ! Location: 1 6 E.Rires: US-31-2013 ,,11 INFRASTRUCTURE, L.L.C. 2625 S 154TH ST SEATTLE WA 98M J i �3) TAX REOISTRATTON i INDUSTRIAL INSURANCE UNEMPLOYMENT IN.UP.ANCE S7 CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS 4163463 _ MARYSVILLE EF.NFRAL HU51NE55 #0444CON90e 'j. SAMMAM25I1 GENERAL BUSINESS LICENSING RESTRICTIONSr jz Ci�ly z{ Bellevue - Muct czm.ly with rill Home 9....a{t.. ..embtizn rriteri2, Not L±con.:d to hire persons under ace Ls aL l4rin Location. i4 i J;3 ii 4 I ,3 �A� I I fo ........iw litlx Ilx ecyrc Gauom md�rxrmmb era rfMfrli5Y5]!MOKR'd in3 Lh-F a � I r,A at we_nracuyningJ�dowmaiµfierx.0 reeeerlY Jeeflr blirnwl Na+pPlh mi.m ( �9 m-311 f rcd mws MvL /I I I eavlE 33lle Trh ah M� r N rrrci I pt ih Al I 6, xl ri r I I ,I r i i SCI Infrastructure, LLC Page 2 of 7 Statement of Qualifications City of Kent July 31, 2012 1.3 Copy of Master License Service: See Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602 094 857 1.4 SCI Infrastructure, LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owner's of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). a 'i Manager 2. ORGANIZATION 2.1 Our organization has been in business for 61 years. 2.2 Our organization has been in business under its present business name for 12 years. 2.2.1 Our organization has formerly operated under the names: Scoccolo Construction, Inc. Scoccolo Construction Company 2.3 Our organization was incorporated in 1965 and now operates as a limited liability j company in the state of Washington. 2.3.1 Date of incorporation: 1965 (formed SCI April 1, 2001.) 2.3.2 State of Incorporation: Washington 2.3.3 N/A 2.3.4 N/A 2.3.5 N/A 2.3.6 N/A 2.4 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.4.1 April 1, 2001 2.4.2 Limited Liability Company 2.4.3 General Partners: Scoccolo Construction, Inc. &Mountain Pacific Contractors, Inc. SCI Infrastructure, LLC Page 3 of 7 Statement of Qualifications City of Kent July 31, 2012 2.5 N/A 2.6 N/A 3. LICENSING 3.1 Jurisdictions and trade categories our organization is legally qualified to do business with: State of Washington, Contractor's Registration No. SCIINL*993JA Department of Labor&Industries Account No. 009, 814-00 3.2 Jurisdictions in which our organization or trade name is filed: State of Washington 4. EXPERIENCE 4.1 Categories of work that our organization typically performs with it's own forces: Excavation, Sitework,Underground Utilities, Trucking, Concrete (flatwork,retaining walls, vaults, etc.) 4.2 Claims and Suits 4.2.1 Our organization has never failed to complete any work awarded to it. 4.2.2 No judgments, claims, arbitration proceedings or suits are pending or outstanding against our organization or its officers. 4.2.3 Our organization has not filed any law suits or requested arbitration with regard to construction contracts within the last five years. 4.3 Within the last five years, no officer or principal or our organization has ever been an officer or principal of another organization when it failed to complete a construction contract. 4.4 See the attached list of the major projects our organization has in progress. 4.4.1 The total worth of work in progress is: $10.6 Million The total worth of work under contract is: $21 Million 4.5 See the attached list of major projects our organization has completed in the past five years,with the name of the project, owner, architect/engineer, contract amount, date of completion, and percentage of cost of work performed with our own forces. SCI Infrastructure, LLC Page 4 of 7 Statement of Qualifications City of Kent July 31, 2012 4.5.1 The average annual amount or construction work performed during the past five years is $25 Million. 4.6 Construction experience and present commitments of key personnel in our organization: Mark Scoccolo: Company Manager — Has been in the heavy, civil, construction business for over 24 years. Starting in the field and working his way through the various roles as superintendent, estimator, and project manager, Mark currently manages the day-to-day operations of personnel, management, and finance. Patrick Scoccolo: Equipment/Claims Manager — Started with SCI in 1987 as a foreman, moved up to field supervisor, general superintendent, as is now in the office as a project manager. He has experience coordinating manpower and equipment to properly staff each project. Tyson Lashbrook: Project Manager — Started with SCI in 2000 as a foreman, moved up to field supervisor, and is now in the office as a project manager. He has the field and management experience to be a well-rounded manager of time, money, and resources. Jennifer Scoccolo: Contract Manager — Worked for Sellen Construction, a local general contractor for over seven years before coming to work for SCi. Jennifer has a strong background in concrete, both cast-in-place and precast. Jennifer also has extensive experience with AutoCad and earthwork volume calculation software (Sitework 98 / Graphic Grade). Currently handles payment for contract and extra work. Our organization has over 4 Field Supervisors, most of them have worked with SCI for numerous years. These are the people who direct field operations on the projects and maintain communication with the office through the project manager or project engineer assigned to the project. 4.7 See attached list of major equipment owned by SCI Infrastructure and available for use on this project. 5. REFERENCES 5.1 Trade References NC Machinery, PO Box C-34936, Seattle, WA (425) 251-5800 Mack Trucks, Inc., 25619 Pacific IIwy S, Des Moines, WA (253) 529-0258 SCI Infrastructure, LLC Page 5 of 7 i Statement of Qualifications City of Kent July 31, 2012 5.2 Bank References Columbia Bank, 1301 A Street, Tacoma, WA 98401 Contact: David Stiffler 253-305-1909 5.3 Surety Bonding Company: Merchants Bonding Company 2100 Fleur Drive, Des Moines, IA 50321 Bonding Agent: Cascade Surety 10924 Mukilteo Speedway, Suite B Mukilteo, WA 98275 6. Financing 6.1 (6.1.1) After bid opening, financial information maybe required by the City. 6.1.2 Bernston Porter& Company, PLLC 155 10g« Ave NE, Suite 510 Bellevue, WA 98004 800-876-6931 6.1.3 After bid opening, financial information may be required by the City. If requested, the relationship and financial responsibility of the organization is identical to that named on page 1. 6.1.4 N/A 6.2 The organization whose financial statement may be requested after bid opening, will act as guarantor of the contract for construction. 7. Signature 7.1 Dated at this 9th day of July 2013. Name of Organization: SCI Infrastructure, LLC By: . Title: Manager SCI Infrastructure, LLC Page 6 of 7 Statement of Qualifications City of Kent July 31, 2012 7.2 Linda Louise Anderson, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me eeithis 9th day of July 2013. Notary Public: ( c ` r i �vz •'1 C .' i � , �L My Commission Expires: 05/24/17 ISE ANDERSON NOTARY PUBLIC STATE OF WASHINGTON Commission Expires 05-24-2017 i SCI Infrastructure, LLC Page 7 of 7 01— WI 1 A'A' W!'" M ,: _ Qw All I my 1, -,V I " � 1, 1 0 " g, KIM 'k a 1 -10 4 Q I t I, J, I id --.,u Q1_L40,or 4nd 7x '-p elil l, YPQ 130 PAMM50 0 10, -Pfmiqx�, PQw'onJ"m T yfta,MX, 85044445 M , MNUN 1 In W W11 W I A, IN ; I Mm, low,W -ONO 4 1 —M,r A ided by'L Himf'"Iffs A th 1 - WI T -rg Y 0,yd I npl Ir. W, m" WA oia, "As W;j "on, IIS Alto "AM I I P, "M i",� III- sw in Wni,-Mm 1W M t4 11111 Fi V im, �'D hi Wl'4/3/2 0 1*, s' A in III M, R I iV, SIVA A T, MX 80826 4 I I IIN IIII yp V Ilk 1 -1 1 dt too? W Wow SOMW&M M.1 111-11 iq, n; I " kin W-001-I 1, ilm NN'W" 1 -Mm J, J- I I Ve, AM OK la It- Iqq "m V_ SO TITS t� sm.rt use o t_ s _ BUSINESS LICENSE 1 9 STATE OF WASHMCTON Unified Business ID #: 602 094 857 Domestic Limited Liability Company Business ID #: 1 Location: 1 k Expires: 01-31-2014 SCI INFRASTRUCTURE, L. L .C. 2825 S 154TH ST SEATTLE WA 98188 r TAX REGISTRATION C= INDUSTRIAL INSURANCE 1 UNEMPLOYMENT INSURANCE t; ht CITY LICENSES/REGISTRATIONS: r BELLEVUE GENERAL BUSINESS #063463 I= MARYSVILLE GENERAL BUSINESS #0444CON908 $° SAMMAMISH GENERAL BUSINESS C, LICENSING RESTRICTIONS: •j- City of Bellevue - Must comply with all Home Occupation exemption J' criteria. Not licensed to hire minors without a Minor Work Permit. y - i� � Y i s" =7f e- i � t@ 1 44° (' f di t r'Ir� This document lists the registrations, endorsements, and licenses authorized for the business at named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be t j conducted in compliance with all applicable Washington state, county,and city regulations. Director,Department of Revenue ur =t i REVISED: 06/25/2012 EQUIPMENT LIST EARTHMOVERS Caterpillar 623B Scrapers 3 Caterpillar 631D Scrapers 4 0 DOZERS Caterpillar D-9 Dozers 1 Caterpillar D-8 Dozers 1 John Deere 660 Dozers 2 E40ii John Deere 450 Dozers 1 EXCAVATORS Linkbelt LX460 Excavator 1 Caterpillar EX330 Excavator 1 Volvo 21OLC Excavator 1 Hitachi EX220 Excavator 1 ►' i Komatsu PC128 Excavator 1 �7 Komatsu PC138 Excavator 2 �J i John Deere JD 50 Excavator 1 .j^7 I Yanmar V-1045 Excavator 2 Caterpillar 303 CR Excavator 1 T RACTO R/LOAD E R/BAC KH O E S John Deere 310 Backhoe 2 0 1 OF 2 I REVISED: 06/25/2012 EQUIPMENT LIST WHEEL LOADERS Caterpillar 980C Loader Caterpillar 962G Loader 1 Caterpillar 928G Loader 1 Caterpillar 9501938 Loader 1 0 COMPACTORS Caterpillar 815 Pad Foot 1 Bomag 172 Compactor 1 Caterpillar CS563 Compactor 1 Wacker 1.5T Compactor 1 ® r MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 12E Grader 1 0 TRUCKS Mack End Dump w/Trailer 4 Mack End Dump 2 ARTICULATED TRUCKS Volvo A-35 4 SWEEPER TRUCKS a„ , Tymco 600 1 vooe ,00 11 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets,Air Compressors Sweeper Broom 2OF2 I PROPOSAL SIGNATURE PAGE i The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) working days after issuance of the City's Notice to Proceed. i The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. i By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. 66 aa U I DATE: € NAME OF BIDDER BY: L � - J Signature (Print Name and Title) 5I Address �a�Ei tf IetiZ 14 ; l ' S SR 516 to S. 231't way Levee N Reach/Tan 19 June 25, 2013 Project Number: 09-3006 BID BON® FOR KNOW ALL. MEN BY THESE PRESENTS: That we, SCI Infrastructure, LLC__ as Principal, and Merchants Bonding Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 5% of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. i The condition of this obligation is such that if the Obligee shall make any award to the Principal for SR 516 to S. 2316t Way Levee Improvements - North Reach Secondary Levee/Project Number: 09-3006 i According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full, force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. i i SIGNED, SEALED AND DATED THIS 9th DAY OF July 2013. I SCI Infrastructure, LLC PRINCIPAL Merchants Bonding Company SURETY Nicholas Wibbens Attorney-In-Fact 20_. Received return of deposit In the sum of I SR 516 to S. 231"Way Levee N Reach/Tan 20 June 25, 2013 Project Number, 09-3006 �� II M 1N: � `3. BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duty organized under the laws of the State of Iowa (herein collectively called the"Companies"), and that the Companies do hereby make, constitute and appoint, individually, Gordon E Wibbens; Nicholas Wibbens of Mukilteo and State of WA their true and lawful Attorney-in-Fad,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances Or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: SIX MFLZ.FON ($6,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011, "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and seated this 2nd day of March , 2012. ...M0 11", ....... .e • oo��� t0�ld E .s • °®�®1�P()®�p�°° MERCHANTS BONDING COMPANY(MUTUAL) 1 � .• �4j,, ®.VOA a.��,$�a MERCHANTS NATIONAL BONDING,INC. 1433 e® s tS . '•��. . ye By STATE OF IOWA r'`reYNe 11'teia<Baaaaaa •'°°•°°® President COUNTY OF POLK as. On this 2nd day of March 2012,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. MARANGA GREENWALT Commission Number 770312 My Commission Expires October 28,2014 Notary Public, Polk County,Iowa STATE OF IOWA COUNTY OF POLK as. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of July13 ®°®® tl'VJ1t nw i0.... e*. .... ... Secretary gam$ YQ�� a4jyy off• 1933 .:�, POA 0014 (11/11) ;a��........,�e�°6,a` KN•aaA �I I CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM j 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. SR 516 to S. 23161 Way Levee Improvements North Reach Secondary Levee Project Number: 09-3006 NAME OF PROJECT ' rJ (MUN - NAME OF BIDDER'S FIRM 4 P SIGNATURE OF AUTHORIZED REPRESS A VE OF BIDDER SR 516 to S. 2315'Way Levee N Reach/Tan 21 June 25, 2013 Project Number: 09-3006 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days SR 516 to S. 231"Way Levee N Reach/Tan 22 June 25, 2013 Project Number: 09-3006 i In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: SR 516 to S. 231"Way Levee N Reach/Tan 23 June 25, 2013 Project Number: 09-3006 �I BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................El Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ ContractorCompliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Minimum bid prices are correct...................................................El Subcontractor List (contracts over $100K) ..........................................❑ Subcontractorslisted properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................El Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ Change Order Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The fallowing forms are to be executed after the Contract is awarded: A) CONTRACT This agreement Is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. SR 516 to 5. 231s`way Levee N Reach/Tan 24 June 25, 2013 Project Number: 09-3006 Bond No. WAC-46440 i PAYMENT AND PERFORMANCE BOND KENT TO cary of KENT Wn]Illiotan i KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCI Infrastructure, LLC as Principal, and Merchants Bonding Company 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 $ 583,462.54 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. i This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of SR-516 to S. 231't Way Levee Improvements - North Reach Secondary Levee/Project Number: 09- 3006 (which contract is referred to herein and is made a part hereof as though attached hereto), and i WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. SR 516 to S. 231"Way Levee N Reach/Tan 25 June 25, 2013 Project Number: 09-3006 ii it TWO WITNESSES: SCI Infrastructure, LLC + PRINCIPAL (enter principal's name above) TITLE:AA ,�«° ' ' .PC Print Name DATE: DATE: X CORPORATE SEAL: PRINT NAME l DATE: Merchants Bonding Company SURETY CORPORATE SEAL: BY: � DATE: 08/30/2013 TITLE: Nicholas Wibbens Attorney—In—Fact I ADDRESS: 2100 Fleur Drive Des Moines, IA 50321 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal SCI Infrastructure, LLC 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 SR 516 to S. 231e°Way Levee N Reach/Tan 26 June 25, 2013 , Project Number: 09-3006 '. Bond No. WAC-46440 C IZANi! "'' BONDrNG COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies'), and that the Companies do hereby make, constitute and appoint, individually, Gordon E Wibbens; Nicholas Wibbens of Mukilteo and State of WA their true and lawful Attorney-in-Fad,with full power and authority hereby conferred In their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: $IX MILLION($6,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the ads of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24,2011. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-In-Fact,and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of March , 2012. '$. s°®���• ® °°° �° A MERCHANTS BONDING COMPANY(MUTUAL) FOR •.4 ®, 'g°ptlq p°® ° °�° �. MERCHANTS NATIONAL BONDING, INC, STATE OF IOWA '^�d��° . 0.'.� ° By /x-7 COUNTY OF POLK ss. "pe'1 ° President On this 2nd day of March , 2012,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seat at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT Commission Number 770312 - ` a My Commission Expires October 20,2014 Notary Public, Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr., Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which Is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto setmy hand and affixed the seal of the Companies on this 30thday of August ,p)•rtr�aq� ®°p Ofl oeOq°�® °oagk t'`l lote4t °O•S, c° ®�p* •./te a .•°fi a°-rpye° ���lj,•®Q^s ®®®®°�y®���9'��•.n°° "/' dq/ `P�S$. �00�, •:s °�'• 99h5 •�°° secretary e.e� o��• �00 POA 0014 (11/11) ZN •.. °;;)Okk `° d3 .• . '` 8 CONTRACTry THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Scr— w ��,� e g , organized Z�ise la s of thee State of NAI tr-<�tJ located and doin business at t59 'S"i s :A-me ("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: SR S16 to S. 231't Way Levee Improvements — North Reach Secondary Levee/Project Number: 09-3006 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. SR 516 to S. 231"Way Levee N Reach/Tan 27 June 25, 2013 Project Number: 09-3006 I 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance,of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19,122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. SR 516 to S. 231"Way Levee N Reach/Tan 28 June 25, 2013 Project Number: 09-3006 i CITY OF KENT BY: w r " SU &TE fd , MAYOR DATE:' / / ATTEST:, /"RONALD F. ORE, CJTY CLERK APPROVED AS TO FOR tVb Vt4mY. ry KENT LAW DEPARTMENT CONTRACTOR BY: & . . PRINT NAME: _,V_-5tyce 4 t 0 TITLE: - DATE: �I i SR 516 to S. 231"Way Levee N Reach/Tan 29 June 25, 2013 Project Number: 09-3006 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office j (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. SR 516 to S. 2315'Way Levee N Reach/Tan 30 June 25, 2013 Project Number: 09-3006 EXHIBIT A (continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN II. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. SR 516 to S. 231'Way Levee N Reach/Tan 31 June 25, 2013 Project Number: 09-3006 EXHIBIT A (continued) H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. i SR 516 to S. 231"Way Levee N Reach/Tan 32 June 25, 2013 Project Number: 09-3006 i r ® DATE(MMIDDNYYY) A�o CERTIFICATE OF LIABILITY INSURANCE 08/23/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: _ _ Parker,Smith&Feek, Inc. PHONE Eat:425-709-3600 AIC,Ne,425-709-7460 IAIC.2233112th Avenue NE E-MAIL -- Bellevue,WA98004 ADDRESS: _... INSURERIS)AFFORDING COVERAGE _ N_AIC p wsURERA: Valley Forge Insurance Company INSURED INSURER B: Liberty Insurance Corporation _ SCI Infrastructure,LLC - - 2825 South 154th Street INSURER C Seattle,WA 98188 INSURER D: INSURER E. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ LTR 411/2013 4/l/2014 DAMAGE To RENTED S IADOL SUBR POLICVEFF POLICY EXP ILTR� TYPE OF INSURANCE POLICY NUMBER MMIDOM'VY MMIDDIYYYY LIMIT A GENERAL LIABILITY C4O162S1533 EACH OCCURRENCE _'$ 1,000,000 X COMMERCIAL GENERAL LIABILITY X PREMISES(Ea occurrence $ 3001000 " CLAIMS-MADE LOCCUR MED EXP(Any one Person) $ 15,000 III PERSONAL&ADV INJURY. $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP ASS $ 2,000,000 POLICY X . PRO- X LOC $ COMBINED SINGLE LIMIT 1.000,000 A AUTOMOBILE LIABILITY C4016281516 v' 41112013 411/2014 '' Ea acclaent) $ 17 ANYAUTO X BODILY INJURY(Per person) $ ALL OWNED X SCHEDULED BODILY INJURY(Per accidenp $ AUTOS AUTOS PROPERTY OHMAGE NON OWNED Per accident). $ X ' HIRED AUTOS X AUTOS B UMBRELLA LIAR X OCCUR TH7661066322013 c 4/1/2013 4/1/2014 EACH OCCURRENCE $ 2,000,000 X EXCESS LIAB CLAIMS-MADE X AGGREGATE $ 2,000,000 DED WORKERS COMPENSATIOINN$ 10,000 NIA C4016281533 " T CSTATU- X O1H- A' AND EMPLOYERS'LIABILITY Yf N '4/l/2013 4/1/2014 - ANY PROPRIETORIPARTNERIFXECUTIVE❑ E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBFR EXCLUDED? E.L.DISEASE-EA EMPLOYE ._$ 1,000,000 (Mandatory in NH) - Ilyyea,tlescribeunder F.L.DISEASE-POLICY LIMIT $ 1,OOD,000 DESCRIPTION OF OP FRAT10N5 below �.. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORO 101,Additional Remarks Schedule,If snore space Is required) SCI Job No TBD-SR 516 to S. 2315t Way Levee Improvements-North Reach Secondary Levee/Project No.09-3006. City of Kent Is included as additional insured and coverage Is primary and non-contributory per the attached endorsement G140331C 1010'GE),CA 2048 02 9(AU)EMU 20 02 08 Hand LCU 29 08 j 11-10(Excess).Per project aggregate applies per G18652J 07-12 attached.There is no cross suits exclusion. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent,WA 98032 , ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: C4 01 6281 51 6 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 04/01/2012 Countersigned By: Named Insured: SCI Infrastructure, LLC Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): City of Kent (If no entry appears above; information required to complete this endorsement will be shown in the-Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 13 G-18652-J CNA (Ed. 07-12) policy, then the $100,000 limit provided by this Intended Injury and replace it with the Provision 8. Electronic Data Liability is part of, following: and not in addition to, that higher limit. [This insurance does not apply to:] 9. EXPANDED PERSONAL AND ADVERTISING a. Expected or Intended Injury INJURY- DISCRIMINATION OR HUMILIATION A. SECTION V— DEFINITIONS is amended to add "Bodily injury" or"property damage" the following to the definition of "Personal and expected or intended from the standpoint of the insured. This exclusion does not apply advertising injury": to "bodily injury" or"property damage" h. Discrimination or humiliation that results in resulting from the use of reasonable force injury to the feelings or reputation of a to protect persons or property. natural person, but only if such 11. GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE - PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of: premises you own or rent, a separate (a) The insured; or Construction Project General Aggregate b An "executive officer," director, Limit, equal to the amount of the General ( ) Y Aggregate Limit, is the most we will pay for stockholder, partner, member or the sum of: manager (if you are a limited liability company) of the insured; and 1. All damages under Coverage A, except 2 Not direct) or indirect) related to the damages because of "bodily injury" or ( ) Y Y property damage" included in the employment, prospective employment, "products-completed operations past employment or termination of hazard"; and employment of any person or persons by any insured. 2. All medical expenses under Coverage B. Under SECTION I — COVERAGE B — C, PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments shall not reduce the General Aggregate [This insurance does not apply to:] Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury" caused by B. All: discrimination directly or indirectly related to 1. Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lease or sub-lease projects involved; of any room, dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed Fines Or Penalties solely to ongoing operations at a single Fines or penalties levied or imposed by a construction project, except damages governmental entity because of because of "bodily injury" or "property discrimination. damage" included in the "products- completed operations hazard'; and This provision 9. does not apply to any person or organization who otherwise qualifies as an 3. Medical expenses under Coverage C additional Insured on this Coverage Part. caused by accidents which cannot be 10. EXPECTED OR INTENDED INJURY attributed solely to ongoing operations at a single construction project, Under SECTION I—COVERAGE A— BODILY will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G-18652-J (Ed. 07-12) Page 6 of 12 Copyright,CNA All Rights Reserved. G-18652-J (Ed. 07-12) CNA C. The limits shown in the Declarations for Each (a) "Bodily injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an "occurrence", and apply, but will be subject to either the (b) All acts, errors or omissions that Construction Project Aggregate Limit or the are logically connected by any General Aggregate Limit, depending on whether common fact, circumstance, the "occurrence" can be attributed solely to situation, transaction, event, advice ongoing operations at a particular construction or decision will be considered to project. constitute a single"occurrence" D. When coverage for liability arising out of the (2) The "bodily injury" occurs during the "products-completed operations hazard" is policy period. All "bodily injury" arising provided, any payments for damages because from an "occurrence" will be deemed to of "bodily injury" or "property damage" included have occurred at the time of the first in the "products-completed operations hazard," act, error, or omission that is part of the regardless of the number of locations involved "occurrence"; and will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations. B. With respect only to the insurance provided by E. If a single construction project away from this Provision 13., Exclusion 2.e. Employer's Liability of SECTION I — COVERAGE A — premises owned by or rented to the insured has BODILY INJURY AND PROPERTY DAMAGE, been abandoned and then restarted, or if the is amended to append the following: authorized contracting parties deviate from plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the same construction project, self insurance) available to the insured (or which F. The provisions of SECTION III — LIMITS OF would be available but for exhaustion of its INSURANCE not otherwise modified by this limits), this exclusion does not apply to "bodily injury" that arises out of a"health care incident." endorsement shall continue to apply as stipulated. C. SECTION V— DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: "Health care incident" means a negligent act, Any action in rem against any vessel owned or operated by or for you, or chartered by or for you will error or omission by your "employees" or be treated in the same manner as though the action volunteer workers" working on your behalf in were in personam against you. the rendering of or failure to render professional health care services in any of the following In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person, which are said to be in personam. a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE b. Nurse; A. With respect only to "bodily injury" that arises c. Emergency medical technician; out of a "health care incident," COVERAGE A— d. Paramedic; BODILY.INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION I — COVERAGES is e. Chiropractor; amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the g. Athletic trainer; following: b. This insurance applies to "bodily injury" only h. Audiologist; if you are not in the business of providing I. Physical therapist; professional health care services, and only j. Psychologist; if: (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the I. Other allied health professional; or "coverage territory." For the purpose of this insurance: G-18652-J (Ed. 07-12) Page 7 of 12 Copyright, CNA All Rights Reserved. i r G t40331 C 1010 Page 1 of 2 OVA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations City of Kent Locations of Covered Operations As per the"written contract,"provided the location is within the"coverage territo 'of this Coverage Part. A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by"written contract"to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for"bodily injury,""property damage," or"personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf In the performance of your ongoing operations specified in the"written contract'; or c. "Your work" that is specified in the "written contract" but only for "bodily injury" or"property damage" included in the"products-completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. We will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. Required by the"written contract' b. Described in BA.above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract," this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 4. The insurance provided to the additional insured does not apply to "bodily injury, "property damage," or "Personal and advertising injury arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying 3/25/2011 G140331C 1010 Page 2 of services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or"suit" under this insurance, and of any claim or"suit"that does result; (2) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional Insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "Written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This insurance is primary and non-contributory except when rendered excess by endorsement G- 140331-C, or when Paragraph b. below applies. D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: j 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The"bodily injury"or"property damage'; or b The offense that caused the"personal and advertising Injury" for which the additional insured seeks coverage under this Coverage Part. 3/25/2011 i Liberty Mutual. COMMERCIAL POLICY TH7-661-066322-013 SCI Infrastructure, LLC 2825 South 154th Street Seattle, WA 98188 LibertyMutual is the marketing name for the property and casualty insurance operations of Liberty g Mutual Group Inc. Products may be written in the following stock insurance company subsidiaries of Liberty Mutual Group Inc.: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company Liberty Insurance Corporation LM Insurance Corporation The First Liberty Insurance Corporation Liberty Insurance Company of America Liberty Surplus Insurance Corporation Liberty County Mutual Insurance Company Wausau Business Insurance Company Wausau Underwriters Insurance Company Employers Insurance Company of Wausau Not all products and coverages are available in all companies or jurisdictions. LIL 90 02 01 12 ©2011, Liberty Mutual Group, All rights reserved. Page 1 of 1 Endorsementntnnber 25 forpolicynumber TH7-661-066322-013 Named Insured SCI Infrastructure, LLC This endorsement is effective 04/01/2013 and will terminate with the policy. It is issued by the company designated in the Declaration. All other provisions of the policy remain unchanged. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Change Endorsement It is agreed that the following Endorsement is added to the policy: Endorsement 26- LMU 20 02 08 11 Additional Insured - Designated Person or Organization No Premium Change I Issued: BAM 8/22/2013 IC9999 10-11 Policy Number: TH7-661-066322-013 Endorsement#:26 Issued by: LIBERTY INSURANCE CORPORATION End. Eff. Date: 04/01/2013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED—DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM SCHEDULE Name of Person of Organization: City of Kent,WA (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. For the purposes of this endorsement, the following is added to Paragraph 2. of SECTION II —WHO IS AN INSURED Who is an insured is amended to include the person or organization shown in the Schedule but only with respect to liability for "bodily injury", "property damage' or "personal and advertising injury" arising out of your operations or premises owned by or rented to you, and only if the person or organization is included as an additional insured under "underlying insurance. The person or organization will not be an insured for broader coverage than is provided by the "underlying insurance I LMU 20 02 08 11 ©2011 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. i Policy Number: TN7-661-066322-013 Endorsement 4:15 issued by: LIBERTY INSURANCE CORPORATION End, Eff. Date: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE REDEFINED This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Definition 16. of SECTION V—DEFINITIONS Is replaced by the following;. 16. "Other insurance" means a. Any valid and collectible insurance (except "underlying insurance") that Insures any Insured, even if the coverage is unavailabie or uncollectibie as a consequence of a breach, by any Insured under this policy, of terms or conditions of that insurance. This Includes any insurance whether primary, excess, umbrella, contingent or on any other basis, available to the insured covering liability for damages arising out of the premises or operations, or the products and completed operations, for which the insured has been added as an additional insured to any policy, and any other Insurance for that portion of any loss for which the insured has other valid and collectible insurance as an additional insured on a liability insurance policy Issued to a subcontractor of the insured; plus b. Any amount rotalned under an established self-insurance program that is not "underlying insurance "Other insurance"does not Include: a. Any Insurance specifically written as excess over this policy; and I Insurance issued to or on behalf of an additional insured on this policy if you have agreed in writing that your umbrella or excess liability insurance will respond before any liability insurance policy issued to or on behalf of that additional insured, and we will not seek contribution from that Insurance. LCU 29 08 11 10 ©2010 Liberty Mutual Group of Companies. All rights Page 1 of 1 reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. I KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms......................................................... 1-1 1-02 Bid Procedures and Conditions............................................. 1-2 1-03 Award and Execution of Contract..........................................1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-16 1-07 Legal Relations and Responsibilities to the Public.................. 1-18 1-08 Prosecution and Progress .................................................. 1-23 1-09 Measurement and Payment ............................................... 1-27 1-10 Temporary Traffic Control ................................................. 1-29 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-3 2-06 Subgrade Preparation.........................................................2-5 2-07 Watering ..........................................................................2-5 DIVISION4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-02 Roadside Restoration..........................................................8-8 8-12 Chain Link Fence and Wire Fence ....................................... 8-10 8-14 Cement Concrete Sidewalks .............................................. 8-11 8-21 Permanent Signing........................................................... 8-13 8-30 Project Signs................................................................... 8-13 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-3 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 MISCELLANEOUS DETAIL................................................................. A-3 TRAFFIC CONTROL PLANS ............................................................... A-4 PERMITS.......................................................................................... A-5 PREVAILING WAGE RATES............................................................... A-6 SR 516 to S. 231"Way Levee N Reach/Tan June 25, 2013 Project Number: 09-3006 KNT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING. 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: SR 516 to S. 231s`Way Levee N Reach/Tan 1 - 1 June 2S, 2013 Project Number: 09-3006 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SR 516 to S. 231"Way Levee N Reach/Tan 1 - 2 June 25, 2013 Project Number: 09-3006 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: I Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS DELETED AND REPLACED WITH THE FOLLOWING. I 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized SR 516 to S. 231't Way Levee N Reach/Tan 1 - 3 June 25, 2013 Project Number: 09-3006 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. i SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: I 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. .SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 4 June 25, 2013 Project Number: 09-3006 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor 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. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 5 June 25, 2013 Project Number: 09-3006 No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING; 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. I SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans SR 516 to S. 231"Way Levee N Reach/Tan 1 - 6 - lune 25, 2013 Project Number: 09-3006 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans S. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 7 June 25, 2013 Project Number: 09-3006 Limits of construction are indicated or defined efined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items, Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved, temporary and/or unneeded material left from grading, surfacing, erosion control or paving. 1-05 CONTROL, OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes it SR 616 to S. 231"Way Levee NReach/Tan 1 - 8 June 26, 2013 Project Number: 09-3006 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, stake," "mark," "marker, or ,'monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. SR 516 to S. 2315'Way Levee N Reach/Tan 1 - 9 June 25, 2013 Project Number: 09-3006 I Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Vacant 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working SR 516 to S. 231't Way Levee N Reach/Tan 1 - 10 June 25, 2013 Project Number: 09-3006 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope j exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 11 June 25, 2013 Project Number: 09-3006 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main . +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 12 June 25, 2013 Project Number: 09-3006 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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 remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 13 June 25, 2013 Project Number: 09-3006 SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that 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 an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all SR 516 to S. 231't Way Levee N Reach/Tan 1 - 14 June 25, 2013 Project Number: 09-3006 corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING., 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: None SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power SR 516 to S. 23V'Way Levee N Reach/Tan 1 - 15 June 25, 2013 Project Number: 09-3006 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal, 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the {Cent Special Provisions The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or SR 516 to S. 231"Way Levee N Reach/Tan 1 - 16 June 25, 2013 Project Number: 09-3006 group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph . The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: SR 516 to S. 231"Way Levee N Reach/Tan 1 - 17 June 25, 2013 Project Number: 09-3006 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or SR 516 to S. 231"Way Levee N Reach/Tan 1 - 18 June 25, 2013 Project Number: 09-3006 regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120, For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a j certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets roads etc. which are owned b a p g y municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real SR 516 to S. 231" Way Levee N Reach/Tan 1 - 19 June 25, 2013 Project Number: 09-3006 I i property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. l Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). .SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City has obtained the following permits: 1. SEPA 2. Shoreline Exemption 3. Hydraulic Project Approval 4. Shoreline Conditional Use Permit S. Ecology Construction Stormwater General Permit Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. i SR 516 to S. 231s'Way Levee N Reach/Tan 1 - 20 lune 25, 2013 Project Number: 09-3006 SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date, SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. I 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07,17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 21 June 25, 2013 Project Number: 09-3006 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection j Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.16 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 22 June 25, 2013 Project Number: 09-3006 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: SR 516 to S. 231"Way Levee N Reach/Tan 1 - 23 June 25, 2013 Project Number: 09-3006 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. S. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. j The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 8:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 24 June 25, 2013 Project Number: 09-3006 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 8:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 8:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 8:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum SR 516 to S. 231"Way levee N Reach/Tan 1 - 25 June 25, 2013 Project Number: 09-3006 tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH. 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 26 June 25, 2013 i Project Number: 09-3006 If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: SR 516 to S. 231"Way Levee N Reach/Tan 1 - 27 June 25, 2013 Project Number: 09-3006 I 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SR 516 to S. 231"Way Levee N Reach/Tan 1 - 28 June 25, 2013 Project Number: 09-3006 SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, SR 516 to S. 2315'Way Levee N Reach/Tan 1 - 29 June 25, 2013 Project Number: 09-3006 sidewalks, pedestrian paths, or bicycle paths. No wore shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED UYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and SR 516 to S. 231"Way Levee N Reach/Tan 1 - 30 June 25, 2013 Project Number: 09-3006 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: j The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1- 10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Traffic Safety Drum" per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. SR 516 to S. 231s` Way Levee N Reach/Tan 1 - 31 June 25, 2013 Project Number: 09-3006 Drums damaged by the Contractor, due to the Contractors operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Temporary Barrier" per linear foot will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barriers to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. SR 516 to S. 2315'Way Levee N Reach/Tan 1 - 32 June 25, 2013 Project Number: 09-3006 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were j not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction m n Re4 uire e t s The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Bench The salvaged material shall be removed, hauled and stored by Contractor. All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete to an approved off-site location, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 3. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 4. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would SR 516 to S. 2315t Way Levee N Reach/Tan 2 - 1 June 25, 2013 Project Number: 09-3006 result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION., 2-02.3(4) Removal of Traffic Islands, and/or "traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. S. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lump sum for "Remove and Reinstall Bench with New Foundation" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to saw cut existing foundation and remove, haul, dispose of concrete and remove bench, protect it and reinstall undamaged at new location as shown on the plans and as directed by the Engineer with a new foundation as described in these specifications. SR 516 to S. 231"Way Levee N Reach/Tan 2 - 2 June 25, 2013 Project Number: 09-3006 Photos to be taken prior to construction and removal to protect all parties and ensure equal or better condition at time of replacement. The unit price contract price per lineal foot for "Saw Cut Existing Cement Concrete Pavement" constitutes complete compensation for all i materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price = additional 6inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: (8 - 6) x $Z5 0= $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)B Earth Embankment Construction Prior to placement of the levee Embankment and other earthen fill, the subgrade shall be stripped of asphalt, top soil and vegetation, aerated and proof-compacted with a self-propelled compactor with lug SR 516 to S. 231"Way Levee N Reach/Tan 2 - 3 June 25,.2013 Project Number: 09-3006 attachments of a sheeps-foot roller. Following proof-compaction of the subgrade, the fill shall be placed directly onto the irregular ground surface created by the lug wheel. No surface grading shall be performed before or between placing lifts of fill as continuous smooth surfaces could create seepage channels for water. Any smooth areas should be scarified 1 to 2 inches deep prior to placing the next lift. Maximum lift thickness shall be 12 inches except for those requirements identified in Section 2-06 of the Kent Special Provisions. The embankment material shall be compacted to 95 percent of the maximum dry density as determined by ASTM D-1557 test procedures. Once the embankment has reached maximum height as shown on the plans, the Contractor shall grade the surface to the final subgrade before applying top soil. Refer to Levee Sections on the drawings, See Section 4-03 for Low Permeability Fill for Levee Embankment, SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.3(14)3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(14)E Unsuitable Foundation Excavation An inspection trench shall be excavated under all levees as shown on the plans. Undesirable underground features such as abandoned utilities, animal burrows, buried logs, debris, or otherwise unsuitable material or potential seepage paths should be removed or intercepted as directed by the Engineer. Backfill should be placed only after inspection of the trench by the Engineer. Backfill should be placed and compacted as specified in 2-03.3(14)B. Native material shall be used for backfill if excavated material is deemed satisfactory. Should the inspection trench reveal undesirable underground features, additional excavation to remove said features shall be paid as Unsuitable Foundation Excavation. All of the above specified unsuitable excavated material shall be hauled and disposed by the Contractor. See Section 2-03.3(7)C of the Kent Special Provisions for disposal sites. SECTION 2-03.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per linear foot for "Inspection Trench" constitutes complete compensation for furnishing all labor, materials, SR 516 to S. 231"Way Levee N Reach/Tan 2 - 4 June 25, 2013 Project Number: 09-3006 tools, supplies and equipment necessary to excavate the trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, inspection, backfilling, compacting, removal, hauling and disposal of unsuitable excavated materials. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. i SECTION 2-06.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. SR 516 to S. 231"Way Levee N Reach/Tan 2 - 5 June 25, 2013 Project Number: 09-3006 i The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. i SR 516 to S. 231"Way Levee N Reach/Tan 2 - 6 June 25, 2013 Project Number: 09-3006 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow ..................................................... 9-03.14(1) Low Permeability Fill for Levee Embankment............ 9-03.14(5) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04,4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. The unit contract price per ton for "Low Permeability Fill for Levee Embankment, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the low permeability fill as shown on the plans and described in the specifications. SR 516 to S. 231"Way Levee N Reach/Tan 4 - 1 June 25, 2013 Project Number: 09-3006 i 4-04 BALLAST AND CRUSHED SURFACING i 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Top Course, 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. SR 516 to S. 231"Way Levee N Reach/Tan 4 - 2 June 25, 2013 Project Number: 09-3006 DIVISION S - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) 8-01.3 Construction Requirements i SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. SR 516 to S. 2315'Way Levee N Reach/Tan 8 - 1 June 25, 2013 Project Number: 09-3006 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS., 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual SR 516 to S. 231"Way Levee N Reach/Tan 8 - 2 June 25, 2013 Project Number: 09-3006 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 3-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. j Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to SR 516 to S. 231"Way Levee N Reach/Tan 8 - 3 June 25, 2013 Project Number: 09-3006 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix B shall be used as the standards for seeded areas. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed, Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum SR 516 to S. 231"Way Levee N Reach/Tan 8 - 4 June 25, 2013 Project Number: 09-3006 period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix B" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING; 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8- 01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or SR 516 to S. 231"Way Levee N Reach/Tan 8 - 5 June 25, 2013 Project Number: 09-3006 break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9- 14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SR 516 to S. 23Vt Way Levee N Reach/Tan 8 - 6 June 25, 2013 Project Number: 09-3006 SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No process waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at.the locations shown on the plans, including the following areas: SR 516 to S. 231"Way Levee N Reach/Tan 8 - 7 June 25, 2013 Project Number: 09-3006 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Silt Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. 8-02 ROADSIDE RESTORATION I SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE POLLOWrNG: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). SR S16 to S. 231"Way Levee N Reach/Tan 8 - 8 June 25, 2013 Project Number: 09-3006 Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SR 516 to S. 231"Way Levee N Reach/Tan 8 - 9 June 25, 2013 Project Number: 09-3006 SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: i 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION B-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION B-12.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION B-12.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer SR 516 to S. 231"Way Levee N Reach/Tan 8 - 10 June 25, 2013 Project Number: 09-3006 SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING., 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Temporary Fencing" "Install New 6' Wood Fence" The unit contract price per lineal foot for the above items shall be full pay for all labor, materials, tools and equipment required to furnish and install the fences where identified on the plans and/or directed by the Engineer. Included, but not limited to, this installation will include supports along the top of the fence; posts, bracing, and gates as shown on the plans or directed by the Engineer. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SR 516 to S. 231"Way Levee N Reach/Tan 8 - 11 June 25, 2013 Project Number: 09-3006 i SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles, When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit bid per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include SR 516 to S. 231't Way Levee N Reach/Tan 8 - 12 June 25, 2013 Project Number: 09-3006 all work necessary to discontinue sidewalk panels at locations of existing power poles. I Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 8-21 PERMANENT SIGNING SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. DIVISION 8IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: I 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, hardware, fabrication, installation and maintenance of project signs-provided by Contractor based upon template (see sample Kent Project Sign in Appendix 3) provided by City, where shown +11 on the plans or as directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone (253) 856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall deliver project signs to the same facility when so directed by the Engineer. SR 516 to S. 231"Way Levee N Reach/Tan 8 - 13 June 25, 2013 Project Number: 09-3006 '. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A i Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in Kent Standard Plan 6-13, Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. SR 516 to S. 231st Way Levee N Reach/Tan 8 - 14 June 25, 2013 Project Number: 09-3006 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow I Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: I Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-03.14(5) Low Permeability Fill for Levee Embankment Material for the levee embankment shall be clay or silty/clayey sand either naturally occurring or processed, and shall be homogenous in nature consisting of at least 30% by weight passing the No. 200 sieve, a minimum plasticity index of 8, a maximum liquid limit of 45 and be free of deleterious materials. The Allowable Unified Soil Classification System (USCS) classifications acceptable are CL, SC or SM. A sieve analysis (ASTM D 422) and Atterberg limits (ASTM D 4318) shall be used to verify that these requirements are met. i Compaction requirements shall be a maximum lift thickness of 8 inches and at least 92 percent of the maximum dry density determined in accordance with ASTM D 1557, The compaction moisture content shall SR 516 to S. 231"Way Levee N Reach/Tan 9 - 1 June 25, 2013 ' Project Number: 09-3006 be between 1 percentage point below and 3 percentage points above the optimum water content. The material shall be blend adequately during placement such that the compacted material forms a uniform, homogeneous, stiff, void free, and relatively impervious compacted fill. Recycled materials such as broken concrete or asphalt shall not be allowed. SECTION 9-03.17IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. SR 516 to S. 23151 Way Levee N Reach/Tan 9 - 2 June 25, 2013 Project Number: 09-3006 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 900/0 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 900/0 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). SR 516 to S. 231s' Way Levee N Reach/Tan 9 - 3 June 25, 2013 Project Number: 09-3006 Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 500/0 is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14,4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(9) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. SR 516 to S. 231"Way Levee N Reach/Tan 9 - 4 June 25, 2013 Project Number: 09-3006 Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve ..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. Special planting mixture shall consist of a two-way mix consisting of 25% Pacific Garden Mulch and 75% Loamy Sand by volume. The organic component shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. Loamy sand shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Sieve Percent i Size Passing 1/4" square 100 US No. 10 80 - 90 US No. 30 65 - 70 US No. 60 25 - 35 US No. 100 15 - 25 US No. 200 5 - 10 The loamy sand shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. Contractor shall submit a certified laboratory analysis from an accredited soils testing laboratory indicating the material source and compliance with all planting soil specifications to the Engineer for approval before delivery to the Project Site. The analysis shall be with a sample of no less than one gallon. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When SR 516 to S. 23V'Way Levee N Reach/Tan 9 - 5 June 25, 2013 Project Number: 09-3006 i hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. Ali SR 516 to S. 2315'Way Levee N Reach/Tan 9 - 6 June 25, 2013 Project Number: 09-3006 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling STREET 6-35 Expansion and Contraction Joints 6-57 Site Grading 6-58 Minor Fills Around Trees SR 516 to S 231'Way Levee N Reach/Tan A - 1 )une 25, 2013 Project Number 09-3006 . NEWLY GRADED OR WIRE FABRIC DISTURBED SIDE SLOPE 2- 2. FILTER FABRIC z FLOW MATERIAL M —LARGE ROCK 2"OR / GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR o, 3/4"-1 5"WASHED GRAVEL / \ 8" U SECTION A-A FILTER FABRIC MATERIAL 2"x2"x14 GAUGE WELDED WIRE FABRIC OR MIRAFI 100X OR EQUIVALENT A WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS USE STAPLES,WIRE RINGS, f OR EQUIVALENT TO ATTACH FABRIC TO POSTS, I I STEEL OR I I A I I L-J 2 X 4 WOOD POSTS. U U U 6'O.C. INSTALLATION NOTES: ELEVATION 1 FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER I 2, FILTER FABRIC FENCES SHALL BE NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE RAINFALL AND LEAST DAILY SOSEI'.FJ ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REQUIRED REPAIRS SHALL 8E MADE � DURING PROLONGED RAINFALL.ANY .'y�. F WASHl .q� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST "S' F, N IMMEDIATELY. CITY OF KE1VT Z ENGINEERING DEPARTMENT 3 REMOVE SEDIMENT WHEN IT REACHES 1/3 FENCE HEIGHT. V FILTER FABRIC FENCE A ,P 21493 4, INSTALL THE SILT FENCE FIRST. I FGIST -� F AFTER THE SILT FENCE HAS BEEN f x DESIGNED OwN SCALE NONE STANDARD PUN S�'ONAL FAG DRAWN Be INSTALLED,CONSTRUCT BERM AND CHECKED DATE 5-31 TRENCH. +" APPROVED (,p.,nil,ci '0109 FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2 3.E 24' AX HEIGHT BURY SHEETING 1p MAX SPACING INTO EXISTING SOIL MINIMUM 4"X4"TRENCH BE7W TIRES,SANDBAGS,OR EQUILVALENT J/ L PI4STICSN667' S MAY BE USED TO WEIGHT PLASTIC MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL MINIMUM 4"X4"TRENCH GENERAL NOTES: 1 PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14 5 2 MAXIMUM PERMITTED SLOPE SHALL BE 2H:IV. 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT QSEP AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE S 'I t ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS 0f Hiy 'C,.c+l THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST p �Pe ` co p CITY OF KENT y � Z ENGINEERING DEPARTMENT TEMPORARY STOCKPILING -a ,9 21463 �- w��hao�o• �OF FCISTER� F DESIGNED-ONAL DRAWN TJH SCALE NONE STANDARD PUN C-\` CHECKED DATE C®Z S ONNW J J APPROVED 15'MAX. S. 5' 5' BROOMED FINISH EXPANSION JOINT Sao F�,q! A �'9S S��TFR EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION RFQ� (TYP.)SEE DETAIL"A" SEE DETAIL"B" JOINT J CURB& GUTTER 15' 4" 4, L2 3/8"x FULL DEPTH L21, CONTRACTI(O�N JOINT, 5'O.C. EXPANSION JOINT, (SEE NOTE U2 IT O C (MATERIAL SEE NOTE O1 ) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION)DINT 4"CONCRETE PER WSDOT 1°/°(MIN.) ° STD SPECIFICATION 8-14 2/ 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE O) DRIVEWAY SIDEWALK TL 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION I,, I` MATERIAL(SEE NOTE 0) } CURB,GUTTER&SIDEWALK T I CROSS SECTION 4"MIN, J 6"CEMENT CONCRETE DRIVEWAY APRON AND 2" NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS 1 EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND 0 C SPACING ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS � WSDOT STD,SPECIFICATION SECTION 9-04 1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED, DRIVEWAY CROSS SECTION 2 CONTRACTION JOINT SHALL BE 1/4" ' WIDE BY 2"DEEP AT 5'SPACING. 3 EXPANSION JOINTS SHALL BE INSTALLED pSEP IN CURB&GUTTER AND SIDEWALK AT S NOTE,THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P C &P T AT ALL CURB RETURNS AND �� OF WQSA/�� �9 AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ALL ANGLE POINTS, �`�' c� ENGINEER AND APPROVED FOR PUBLICATION 15 KEPT ON FILE AT O N° i O THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST 4. FORM &SUB-GRADE INSPECTION r �y CITY NG KENT REQUIRED BEFORE POURING CONCRETE. CTJ ENGINEERING DEPARTMENT 1 S EXPANSION]DINTS IN SIDEWALKS AND A�pF qFG/g 9EFE� RCNT EXPANSION AND CURBS SHALL BE ALIGNED WITH EACH F \� W......... CONTRACTION JOINTS OTHER AND NOT OFFSET `r'�OPJAL G DESIGNED DWH STANDARD PLAN DRAWN 88 SCALE NONE 6. DESIGN SIDEWALK CROSS GRADE SHALL CHECKED DATE - C BE 1 5% 6-35 APPROVED EXISTING TOPOGRAPHY \ 2'FILL 6'MAX.CUT 4'MAX.FILL y 4'CUT PROPOSED GRADING SITE GRADING REQUIREMENTS: 1. 8'NET CHANGE ALLOWED FROM EXISTING TOPOGRAPHY. Z. 4'MAXIMUM FILL 3. 6'MAXIMUM CUT 4. FOR MAXIMUM RETAINING WALL HEIGHTS,SEE STANDARD PLAN 6-63. 5 SITE GRADING DOES NOT APPLY TO GRADING FOR STORMWATER FACILITIES SOSE NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 0p WASy,� AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE c' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST a CITY OF KENT ENGINEERING DEPARTMENT o A 21493 o�o �FGISTER� F ��SENT SITE GRADING l F \� w..x,x...x s�)NAL ENG DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED I DATE - 6—e7 ox,�xm+ V J 1 APPROVED _(Xill ODRIPLINE I I"-STRAW LAYER FINISHED GRADE NATIVE SOIL FILL x ORIGINAL GRADE ORIGINAL GRADE 1� { f I 1 NOTES: I 1 EXTEND STRAW OUT TO DRIPLINE OF TREE 2. COMPACT SOIL BY HAND EQUIPMENT ONLY, SQSEP� l NOTE.THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT ,h.� Qp WaSy�� L� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT I ti IN °z THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST y CITY OF KENT N r (SJ ENGINEERING DEPARTMENT -O ,P 21493 Q �OF F�rsTeR` 4 KEjJ�' MINOR FILLS AROUND TREES FONAL W......... DESIGNED FDS DRAWN JN SCALE NONE STANDARD PUN CHECKED OW DATE k=D-99 C®5 p O APPROVED OIGINFFA V WSDOT STANDARD PLANS SITE PRESERVATION AND EROSION CONTROL I-30.30-00 Wattle Installation on Slope SR 516 to S 231� Way Levee N Reach/Tan A- 2 June 25, 2013 Project Number 09-3006 u0m v p $ Pcc �m m °� EE `° `~- a O N(l1 UU mN mN m' N m � mW� 0m >.0 TS m�a p� E— Em a9c cw tco E'c mp1 mo ynm E� avE Si t3 me zc� ao m w n in O1 a°m a 'Smmm a J WO W N t gW 13 'zvw.9 N161.E f \ z J ----- ` oa J � � .z ww. N1w.0•A H� N • W N Vl �'•• a 1 " o IJI U y YU G ? Ca �u a um Zb zo Q Ov �w gw .7z -.- NI > MU NW z 5 a z '�H a W » b b g n X Z g Qo� U Qb 6 N W k Jw ry Q O h z . 1-w Zw Oy �1 C W c1 N mono vsn ke wM ao TRAFFIC CONTROL PLANS SR 516 to S 231'`Way Levee N Reach/Tan A-4 June 25, 2013 Project Number 09-3006 GENERAL NOTES: 1, ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED 4 ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 5. ALERT AFFECTED RESIDENTS AND BUSINESSES. DISTANCE ROAD TYPE BETWEEN SIGNS URBAN 200 FT 200 FT ,A 25/30 MPH o��oao� GAS RESIDENTIAL & 350 FT 350 FT BUSINESS DISTRICTS 35/40 MPH A 'QO RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT '9Q 45/55 MPH a �;a �10 o` 0 VETFRgNs �RIVF LEGEND SZ SIGN LOCATION (WOOD POST MOUNT) TRAFFIC CONTROL PLAN TYPICAL *ft� KENT TRUCK CROSSING w.",.o" CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT pA7E JUKE 2013 I � o U Z W 2 Q K W V W JAMES ST DISTANCE p ROAD TYPE BETWEEN SIGNS URBAN '6 25/30 MPH 200 FT 200 FT UCH G CKGSSN RESIDENTIAL & 350 FT 350 FT BUSINESS DISTRICTS Q 35/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH e LEGEND (P SIGN LOCATION (P pHE� (WOOD POST MOUNT) Q GENERAL NOTES, 1 ALL SIGNS AND SPACING SHALL CONFORM �® TO THE MUTCD AND CITY OF KENT �7 SPECIFICATIONS 7 2 PRIORITY PASSAGE THROUGH WORK AREA Q FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3 ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED TRAFFIC CONTROL PLAN 4. ALL SPACING MAY BE ADJUSTED TO TYPICAL ACCOMMODATE AT GRADE INTERSECTIONS • AND/OR DRIVEWAYS KENT TRUCK CROSSING 5 ALERT AFFECTED RESIDENTS AND BUSINESSES CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT pATE DUNE 2013 2 l—OZM OV3HV XwA ovoH d745 .001 LEGEND 01 SZ SIGN LOCATION offiow (TEMPORARY MOUNT) 30 £—OZM 001 WORK VEHICLE VL—OZM FLAGGER LOCATION ,o01 xow ,001 UIW .0S D w Y o WORK VEHICLE i J 50 min 100' max uj W 100' > W20-7A J tig o' —3 GENERAL NOTES- a 1 ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. EZ 2. ALL SIGNS 48"08" B/O UNLESS OTHERWISE SPECIFIED. 3. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS 4. ALERT AFFECTED RESIDENTS AND BUSINESSES. TRAFFIC CONTROL PLAN 5� TYPICAL KENT FLAGGER CONTROL CITY OF KENT SCALE N TTS EXHIBIT ENGINEERING DEPARTMENT DATE DUNE 2013 3 PERMITS Shoreline Substantial Development Permit Shoreline Conditional Use Permit SEPA - Mitigated Determination of Nonsignificance Hydraulic Project Approval #126629-1 Construction Stormwater General Permit Federal Fish and Wildlife Permit SR 516 to S 231"Way Levee N Reach/Tan A - 5 June 25, 2013 Project Number 09-3006 i RECEIVED rr MAY 2 5 2012 STATE OF WASHINGTON CITY Uf, SENT DEPARTMENT OF ECOLOGY ILENGI EERING DEP' Northwest Regional Office * 3190 160th Ave SE o Bellevue, WA 98008-5452 • 425-649-7000 711 for Washington Relay Service • Persons with a speech disability can call 877-833-63.11 May 25, 2012 Beth Tan City of Kent,Engineering 220 4th Avenue South Kent, WA 98032 Re: City of Kent Local Permit SMA-2012-2; RPSP-2120135;RPP3-2120176 City of Kent- Approved Beth Tan, City of Kent Engineering -Applicant Shoreline Substantial Development Permit (SDP) 1050 Dear Beth Tan: On April 30,2012,the Department of Ecology received notice that the City of Kent approved your application for an SDP. Your permit is for construction of additional earthen berms and road relocations for levee improvements at four locations between SR 516 and South 231"Way. These improvements will enable the City to meet FEMA certification requirements for 100-year flood events at these locations along the Green River. This is part of a larger effort to obtain FEMA certification on the entire Green River levee system in the City of Kent. FEMA certification will remove areas behind the setback levees from FEMA flood maps, which will reduce development restrictions and FEMA flood insurance requirements in the Kent Valley By law, local governments must review all SDPs for compliance with: • The Shoreline Management Act (Chapter 90 58 RCW) • Ecology's Substantial Development Permit approval criteria (Chapter 173-27-150 WAC) • The Kent Local Shoreline Master Program Local governments, after reviewing SDPs for compliance, are required to submit them to Ecology. Your approved SDP has been received by Ecology. What Happens Next? Before you begin activities authorized by this permit, the law requires you wait at least 21 days from April 30, 2012, the "date of filing". This waiting period allows anyone (including you) who disagrees with any aspect of this permit, to appeal the decision to the state Shorelines Hearings Board You must wait for the conclusion of an appeal before you can begin the activities authorized by this permit. I i Beth Tan May 25, 2012 2 of 2 What Happens Next? Before you begin activities authorized by this permit, the law requires you to wait at least 21 days from the May 24, 2012, the "date of filing" This waiting period allows anyone (including you)who disagrees with any aspect of this permit, to appeal the decision to the state Shorelines Hearings Board. You must wart for the conclusion of an appeal before you can begin the activities authorized by this permit. The Shorelines Hearings Board will notify you by letter if they receive an appeal. We recommend you contact the Shorelines Hearings Board before you begin permit activities to ensure no appeal has been received They can be reached at(360) 664-9160 or http://www.eho.wa.gov. If you want to appeal this decision, you can find appeal instructions (Chapter 461-08 WAC)at the Shorelines Hearings Board website above. They are also posted on the website of the Washington State Legislature at: http•//apps.leg.wa.gov/wac. If you have any questions, please contact Barbara Nightingale at(425) 649-4309. Sincerely, Geoff Tallent, Section Manager Shorelands and Environmental Assistance Program cc: Erin George, City of Kent Planning Services j I i i i i RECEIVED (Cit MAY 2 5 2012 .� y�Or _gyp STATE OF WASHINGTON CITY KENT DEPARTMENT OF ECOLOGY ENGINEERING Dr-P' Northwest Regional Office • 3190 160th Ave SE • Sellevue, btA 98008-5452 • 425-649-7000 711 for Washington Relay Service • Persons with a speech disability can ca11877-M-041 May 25,2012 Beth Tan City Of Kent, Engineering 220 4th Avenue South Kent, WA 98032 Re: City of Kent Local Permit SMA-2012-2; RPSP-2120135; RPP3-2120176 Beth Tan, City of Kent Engineering- Applicant Approved Shoreline Conditional Use Permit 333 Dear Beth Tan: On April 30, 2012,the Department of Ecology (Ecology) received the City of Kent's decision on your Shoreline Conditional Use Permit for construction of additional earthen berms and road relocations for levee improvements at four locations between SR 516 and South 231s'Way. These improvements will enable the City to meet FEMA certification requirements for 100-year flood events at these locations along the Green River. This is part of a larger effort to obtain FEMA certification on the entire Green River levee system in the City of Kent. FEMA certification is expected to remove areas between the Green River and these setback levees from FEMA flood maps. This will reduce development restrictions and FEMA flood insurance requirements in the Kent Valley. By law, Ecology must review Conditional Use Permits for compliance with: ® The Shoreline Management Act (Chapter 90.58 RCW) • Ecology's Conditional Use Permit approval criteria(Chapter 173-27-160 WAC) • The Kent Local Shoreline Master Program After reviewing Conditional Use Permits for compliance, Ecology must decide whether to approve, approve with conditions, or disapprove them Our Decision: Ecology approves your Conditional Use Permit provided your project complies with the conditions required by the City of Kent. Please note, however, that other federal,state and local permits may be required in addition to this shoreline permit. i I i Beth Tan May 25,2012 2of2 The Shorelines Hearings Board will notify you by letter if they receive an appeal. We recommend you contact the Shorelines Hearings Board before you begin permit activities to ensure no appeal has been received They can be reached at(360) 664-9160 or http://www.eho.wa.gov/ ' If you want to appeal this decision, you can find appeal instructions (Chapter 461-08 WAC) at the Shorelines Hearings Board website above. They are also posted on the website of the Washington State Legislature at: http.//apps.leg.wa.c ov/wac. Other federal,state and local permits may be required in addition to this shoreline permit. If you have any questions about tlus letter,please contact Barbara Nightingale at (425) 649-4309. Sincerely, 44 (-ta '--L Barbara Nightingale, Regional Shoreline Planner Shorelands and Environmental Assistance Program BN:cj a cc: Erin George, City of Kent, Planning Services i e 40e K E N T WASHINGTON CITY OF SCENT MITIGATED DETERMINATION OF NONSIGNIFICANCE Environmental Checklist No. *ENV-2012-1 Project SR 516 to S 231st WAY #RPSA-2113588 LEVEE IMPROVEMENTS Description: The City of Kent Public Works Department proposes to construct an earthen berm levee for flood protection in several segments along the right(east) bank of the Green River between State Route 516 and South 231st Way. The existing levee will remain. The top of the new, secondary levee will be 20 feet wide and will be between 1.5 and 3.5 feet higher than the existing levee, depending on location. The intersection of James Street and Russell Road will be shifted approximately 18 feet to the east to accommodate the new levee berm. Near SR 516, the existing roadway of 62"d Avenue South will be raised to act as the new levee berm. Relocation of utilities will be necessary near the project area to accommodate the new levee and shifted roadway. This project is part of a larger effort to have the entire levee system within the city limits accredited by FEMA. Accreditation of this levee will remove areas behind the levee from FEMA flood maps which will reduce development restrictions and FEMA flood Insurance requirements in the Kent Valley. Associated work includes removal and relocation of existing utilities within the new levee footprint, as well as removal of all trees and vegetation within the same footprint. Disturbed areas will be hydroseeded and off-site tree mitigation will occur upstream on the Green River at South 2615t Street and 80th Avenue South. Construction of the first phase, relocation of the Russell Road/James Street intersection is anticipated to occur in the summer of 2012. Subsequent phases will be completed by December 2015. Project Location: The project area is located on the right (east) bank of the Green River between SR 516 and South 2315t Way; identified as King County parcel numbers 2322049018, 2322049027, 2322049086, 0006200016, 2322049011, 2322049010, 1085670000, 108S680000, 7212220000, and 5148970000. The project area spans several zoning districts, including MR-M (Medium Density Multifamily Residential), SR-1 (Residential Agricultural), GC (General Commercial), and MR-G (Low Density Multifamily Residential). Applicant: Beth Tan, City of Kent Public Works Engineering Lead Agency: CITY OF KENT The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental impact statement (EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request. Determination of Nonsignlficance SR 516 TO S 231sT WAY LEVEE IMPROVEMENTS ENV-2012-1, KIVA# RPSA-2113588 There is no comment period for this DNS. X This MDNS is issued under 197-11-340(2). The lead agency will not act on this proposal for 14 days from the date of this decision; this constitutes a 14-day comment period. Comments must be submitted by March 23, 2012. This DNS is subject to appeal pursuant to Kent City Code section 11.03.520. Responsible Official: Charlene Anderson AICP Position/Title: Planning Manager / SEPA OFFICIAL Address: 220 S Fourth Avenue, Kent, WA 98032 Telephone: 253 856-5454 Dated: March 9, 2012 APPEAL PROCESS: AN APPEAL OF A DETERMINATION OF NONSIGNIFICANCE (DNS) MUST BE MADE TO THE KENT HEARING EXAMINER WITHIN FOURTEEN (14) DAYS FOLLOWING THE END OF THE COMMENT PERIOD PER KENT CITY CODE 11.03.520. CONDITIONS/MITIGATING MEASURES: 1. The applicant shall obtain all necessary state and Federal authorizations for compliance with the Bald and Golden Eagle Protection Act, priorto beginning any ground disturbing activities or timber harvest within 660 feet of the bald eagle nests. m b\s:\Permit\Plan\Env\2012\2113588-2012-1 mdns.doc i I i i I ' I 2 of 2 _Tf LAND USE HEARING EXAMINER Kimberly A. Allen ® Hearing Examiner KEN"[' CITY OF KENT WASHINGTON In the Matter of the Application of ) No. SMC-2012-2 KIVA #RPP3-2120176 Kent Public Works Department ) SR 516 to South 2315t Way Levee Improvements FINDINGS, CONCLUSIONS, For a Shoreline Conditional Use Permit ) AND DECISION SUMMARY OF DECISION The Hearing Examiner APPROVES the request for a Shoreline Conditional Use Permit to construct earthen berms to form two setback levees; relocate the intersection of James Street and Russell Road; raise a portion of 62"d Avenue South; and add an asphalt overlap to an existing asphalt path along the east bank of the Green River between State Route 516 and South 2315t Way in Kent, Washington. Conditions of approval are necessary to mitigate specific impacts of the proposed development. SUMMARY OF RECORD Request: Beth Tan, for the City Public Works Department, requests a Shoreline Conditional Use Permit to construct two earthen berms and other flood protection measures at four locations along the east bank of the Green River. The property subject to the request is located between State Route 516 and South 2315t Way in Kent, Washington. Hearing Date: The Hearing Examiner held an open record hearing on the request on April 4, 2012 2010. The hearing record was held open until April 9, 2012. Testimony: The following individuals presented testimony under oath at the open record hearing: Beth Tan, P.E. City Public Works Department, Project Manager Erin George, Senior Planner Edward Orlosky Findings, Conclusions and Decision City of Kent Nearing F_xaminer SR 516 to South 231"Way Levee Improvements-SCUP No. SMC-2012-21 KIVA#RPP3-2120176 Page 1 of 16 I Sharon Peden Erwin Pace, Jr. Me( Roberts Exhibits: The following exhibits were admitted into the record: i 1. Staff Report, dated March 27, 2012 2. Shoreline Substantial Development Permit and Shoreline Conditional Use Permit Application Materials, dated January 17, 2012; with parcel numbers 3. Engineering plans a. Sheet 1 of 27, Cover Sheet, received December 5, 2011 b. Sheet 2 of 27, Sheet Index, Datum, Legend and Notes, File date October Sr 2011 c. Sheet 3 of 27, Sheet Index, File date October 5, 2011 d. Sheet 4 of 27, The Lakes - Reach 1 Plan and Profile STA. 1+100 to STA. 7+100, File date October 5, 2011 e. Sheet 5 of 27, The Lakes - Reach 1 Plan and Profile STA. 7+100 to STA. 12+50, File date October 5, 2011 f. Sheet 6 of 27, Asphalt Overlay Plan and Profile STA. 1120+00 to STA 1125+00, File date October 5, 2011 g. Sheet 10 of 27, Asphalt Overlay Plan and Profile STA. 1146+00 to STA 1152+00, File date October 5, 2011 h. Sheet 11 of 27, Asphalt Overlay Plan and Profile STA. 1152+00 to STA 1158+00, File date October 5, 2011 1. Sheet 12 of 27, Asphalt Overlay Plan and Profile STA. 1158+00 to STA 1162+00, File date October 5, 2011 j. Sheet 13 of 27, 62°d Ave S. Plan and Profile STA. 10+00 to STA. 15+00, File date October 6, 2011 k. Sheet 14 of 27, Temporary Erosion/Sedimentation Control Notes and Details, File date October 5,2011 I. Sheet 21 of 27, Right of Way Plan, File date October 5, 2011 m. Sheet 22 of 27, Right of Way Plan, File date October 5, 2011 n. Sheet 23 of 27, Right of Way Plan, File date October 5, 2011 o. Sheet 24 of 27, Right of Way Plan, File date October 5, 2011 p. Sheet 25 of 27, Right of Way Plan, File date October 5, 2011 q. Sheet 26 of 27, Right of Way Plan, File date October 5, 2011 r. Sheet 27 of 27, Right of Way Plan, File date October 5, 2011 s. Sheet 1 of 5, The Lakes- Reach 2 Plan and Profile, File date November 30, 2011 t. Sheet 2 of 5, The Lakes - Reach 2 Plan and Profile, File date November 30, 2011 u. Sheet 3 of 5, The Lakes - Reach 2 Plan and Profile, File date November 30, 2011 Findings, Condusfons and Decision City of Kent Nearing Examiner SR 516 to South 2315t Way Levee Improvements - SCUP No. SMC-2012-21 KIVA#RPP3-2120176 Page 2 of 16 v. Sheet 4 of 5, The Lakes - Reach 2 James St/ Russell Rd Realignment, File date November 30, 2011 w. Sheet 5 of 5, The Lakes - Reach 2 Sections, File date November 30, 2011 4. Site plans with cross sections a. Figure 1 - Vicinity Map, dated November 2011 b. Figure 2, Location #1, dated November 2011 c. Figure 3, Section A-A, dated November 2011 d. Figure 4, Location #2, dated November 2011 e. Figure 5, Sections B-B and C-C, dated November 2011 f. Figure 6, Location #3, dated November 2011 g. Figure 7, Location #4, dated November 2011 h. Sheet _ of_, Location #1, Shoreline Permit Existing Tree Survey, File date November 16, 2011 1. Figure 8, Section D-D, dated November 2011 5. Tree plans a. Sheet_ of_, Location #2, Shoreline Permit Existing Tree Survey, File date, November 16, 2011 b. Sheet 1 of 4, Location #1, Shoreline Permit Existing Tree Survey, received January 17, 2012 c. Sheet 2 of 4, Location #1, Shoreline Permit Existing Tree Survey, received January 17, 2012 d. Sheet 3 of 4, Location #2, Shoreline Permit Existing Tree Survey, received January 17, 2012 e. Sheet 4 of 4, Location #2, Shoreline Permit Existing Tree Survey, received January 17, 2012 6. Shoreline Permit Planting Plan (Sheet 1 of 1), received January 17, 2012 7. Letter from Muckleshoot Indian Tribe, dated February 27, 2012 S. Letter from Beth Tan to Karen Walter, Muckleshoot Indian Tribe, dated March 20,2012 9. Email comment from Diane DeMeerleer dated January 31 and February 15, 2012 10. Notice of Application SMC-2012-2, #2120176; SMA-2012-21 #2120135; ENV-2012-11 #2113588; with Affidavit of Posting, dated January 27, 2012; distribution list; and Kent Reporter newspaper ad, dated January 27, 2012 11. Public Hearing Agenda and Staff Report Distribution, dated March 28, 2012, with Declaration of Service 12. Notice of Public Hearing with Affidavit of Service; Declaration of Service of Mailing, with distribution; and f(ent Reporter newspaper ad, dated March 23, 2012 13. City of Kent Public Notice of SEPA Threshold Determination, with distribution and Declaration of Delivery, and f(ent Reporter Public Notice, dated March 9, 2012 14. SEPA Environmental Checklist, dated March 5, 2012 15. Mitigated Determination of Nonsignificance, dated March 9, 2012 16. Environmental Review Report - Decision Document, dated March 5, 2012 Findings, Conclusions and Decision City of(Cent Nearing Examiner SR 516 to South 231" Way Levee Improvements- SCUP No. SMC-2012-21 KIVA#RPP3-21 201 76 Page 3 of 16 17, Biological Assessment Green River Levee Improvements, prepared by Shannon & Wilson, Inc. dated October 3, 2011 18. Wetland Delineation Report Green River Levee Improvements. prepared by Shannon & Wilson, Inc. dated October 14, 2011 19. Attachment A - Legal Descriptions, received November 22, 2011 20. Routing Slips, dated January 18 2012 and January 20, 2012 21. Letter from Bridgewater IV HOA, dated March 28, 2012, with five photos on one page 22. Letter from King County Water and Land Resources Division, dated April 3, 2012 23. Letter from Muckleshoot Indian Trip, dated March 23, 2012 24, Hand drawing, Floodplain Mapping, undated 25. Letter from Melvin Roberts, dated April 4, 2012, with three attached Applicant drawings (Sheet 4 of 5; Sheet 4 of 9; Sheet 7 of 9) 26. Letter (revised) from Melvin Roberts, dated April 4, 2012, updated April 6, 2012; with Bike Lanes, Sidewalks and Multi-use Trails near the James St. and Russell Rd. Intersection re-alignment at the Green River Setback Levee, Kent Bicycle Advisory Board, Mel Roberts, Chairman, 12 powerpoint slides, dated April 5, 2012* 27. Letter from City of Kent Public Works in response to Exhibit 25, dated April 6, 2012, with attached Figure 9.19, Bicycle System Recommendations, dated April 18, 2008* 28. Email from Christine Marshall, dated April 5, 2012* 29. Email from Alex Murillo, City of Kent, dated April 9, 2012* * Received after April 4, 2012 open record hearing The Hearing Examiner enters the following Findings and Conclusions based upon the testimony and exhibits admitted at the open record hearing: FINDINGS Application and Public Notice 1. Beth Tan, P.E., for the City Public Works Department (Applicant), requests a Shoreline Conditional Use Permit (SCUP) to construct earthen berms to form two setback levees; relocate the intersection of James Street and Russell Road; raise a portion of 62"d Avenue South; and add an asphalt overlap to an existing asphalt path at four locations along the east bank of the Green River. The two setback levees would require approximately 30,000 cubic yards of fill. The property subject to the request is located between State Route 516 and South 231s' Way, in Kent Washington.' Exhibit 1, Staff Report, pages 1 and 2; Exhibit 2; Exhibit 3; Exhibit 4. 'The project area contains portions of ten parcels identified by King County Parcel Nos. 2322049010, -011, -018, -027, -086, 0006200016, and multiple accounts of 1085670000, 1085680000, 7212220000, and 5148970000. Exhibit 1, Staff Report, page 3; Exhibit 12. The project would be located in the sections 15, 14, and 23, township 22N, range 4E, W.M. Exhibit 14, page 2. A legal description of the various properties is provided in Exhibit 19. Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 2315t Way Levee Improvements-SCUP IVo. SMC-2012-21I<I11A#RPP3-2120176 Page 4 of 16 2. The City of Kent (City) determined the SCUP application was complete on January 17, 2012. Exhibit 10. On January 27, 2012, the City provided notice of the application by mailing to local agencies, interested parties, and owners of property within 300 feet of the subject property, publishing notice in the Kent Reporter, and posting notice on the property. Exhibit 1, Staff Report, page 5; Exhibit 10, On March 23, 2012, the City provided notice of the open record hearing associated with the application by mailing to local agencies, interested parties, and owners of property within 300 feet of the subject property; publishing notice in the Kent Reporter; and posting notice on the property. Exhibit 12. Environmental Review 3. The City acted as lead agency and analyzed the environmental impact of the proposed project under the State Environmental Protection Act (SEPA), Ch. 43.21C RCW.Z Charlene Anderson, City Planning Manager, reviewed the Applicant's environmental checklist and other information on file with the lead agency. Ms. Anderson determined that with one condition requiring the Applicant to obtain all necessary state and Federal authorizations for compliance with the Bald and Gold Eagle Protection Act, the proposal would not result in probable significant adverse environmental impacts. Ms. Anderson issued a Mitigated Determination of Nonsignificance (MDNS) on March 9, 2012. The Muckleshoot Indian Tribe submitted comments on the MDNS, requesting that the City withdraw the MDNS and conduct a comprehensive analysis of the direct, indirect, and cumulative environmental impacts for the larger Green River levee certification project within the City. The City considered comments submitted by the Muckleshoot Indian Tribe on the MDNS. Because the MDNS Appeal deadline was April 6, 2012, the Hearing Record was held open until April 9, 2012. No SEPA appeal was filed. Exhibit 1, Staff Report, pages 3; Exhibit 7; Exhibit 13; Exhibit 14; Exhibit 15; Exhibit 23. 4. Brooke O'Neill and Sarah Corbin for Shannon & Wilson, Inc., prepared a Biological Assessment (BA) of proposed Green River levee projects between River Mile (RM) 14.25 and RM 22.00 in Kent, Washington, dated October 3, 2011. The BA on threatened and endangered species, critical habitat, and essential fish habitat includes the SR 516 to South 231't Way Levee Improvement Project. The BA concludes that the proposed project may affect but is not likely to adversely affect marbled murrelet, bull trout, Chinook, and steelhead; may affect but is not likely to adversely affect critical habitat for bull trout and Chinook; will have no effect on other listed species or critical Z Charlene Anderson, City Planning Manager, is the responsible SEPA official who reviewed the City of Kent Public works SEPA checklist. Exhibit 15. Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 231'f Way Levee Improvements -SCUP No. SMC-2012-21 KIVA#RPP3-2120176 Page 5 of 16 habitat; and will not adversely affect essential fish habitat (EFH). Exhibit 14, pages 8-12; Exhibit 16, pages 4 to 5; Exhibit 17, pages 1, 15 to 17. 5. O'Neil and Corbin, Shannon &Wilson, Inc., also prepared a Wetland Delineation Report of proposed Green River Levee Improvements between RM 14.25 and RM 22.00 in Kent, Washington, dated October 14, 2011. The proposed project would not impact any wetlands. Exhibit 18. 6. Associated work would include relocation of existing utilities and removal of all trees and vegetation within the footprint of the levees. Erin George, Senior Planner, testified that the Applicant would remove a total of 130 trees as part of the overall project. She testified that because of Corps of Engineers restrictions on tree planting on levees, 140 replacement native trees and 400 native shrubs would be planted upstream along the Green River near 80th and 2615t Streets, outside the project area. Exhibit 2, Staff Report, pages S. 10 and 11; Exhibit S.a; Exhibit 6; Testimony of Ms. George. Location and Comprehensive Planning 7. The City is carrying out overall levee upgrades along the Green River in order to receive Federal Emergency Management Agency (FEMA) accreditation for the entire levee system.3 As depicted on the Engineering Plans (30 percent completed) and Site Plans, this proposed project (also called the Upper Russell Road Levee Improvements) would be located at four separate locations on the right (east) bank of the Green River between SR 516 and South 2315t Way and between River Mile (RM) 19.25 and RM 22. Location #1, between Green River Mile (RM) 19.25 and RM 20, is within the western edge of Marina Pointe at the Lakes, between South 2315t Way and James Street. A 20-foot wide setback levee would be constructed to an elevation of 45.0± between the existing Green River levee and neighboring property lines on the following parcels: 514897-0000 (multiple residential accounts) and 000620-0016. This levee would help protect residences to the east within Marina Pointe at the Lakes. Exhibit 2; Exhibit 4.a; Exhibit 4.b; Exhibit 4.c; Exhibit 14; Exhibit 15. Location #2, between RM 20 and RM 21, begins near the intersection of Russell Road and S. 236th Place. A 20-foot wide setback levee would be constructed on the northeast side of the existing Russell Road running east toward James Street. This levee would help protect residences to the north and east, as well as the Clty's Public Works Operation facility south of James Street. The proposed project would extend Into the following parcels: s other levee improvement projects along the Green River between RM 14.25 and RM 22.00 include Brisco/Desimone Levee Project; Boeing Levee Project (subject of a separate SCUP permit application hearing, SMC-1012-1, on April 4, 2012); and Lower/Lowest Russell Road Levee Project. Exhibit 17, page 1. Findings, Conclusions and Decision City of Kent Nearing Examiner SR 516 to South 231st Way Levee Improvements- SCUP No. SMC-2012-21 KIVA#RPP3-21 2 0 1 76 Page 6 of 16 721222-0000 (Regatta at the Lakes, multiple residential accounts); 108568- 0000 (Bridgewater IV, multiple residential accounts); 108567-0000 (Bridgewater III, multiple residential accounts); 2332204-9027 (City of Kent facility shops); 23204-9010 (Riverbend Golf Course). The current intersection of Russell Road and James Street would be relocated approximately 18 feet to the east to continue the proposed levee south to the Riverbend Golf Course. Ms. George testified that the proposed project at Location #2, shown on Exhibit 4, Figure 4 (Exhibit 4.d) has been modified slightly as shown on Exhibit 5, Figures 3 and 4. Exhibit 2; Exhibit 4.a; Exhibit 4.d; Exhibit 4.e; Exhibit 5.d; Exhibit 5.e; Exhibit 14; Exhibit 15; Testimony of Ms. George. Location #3, at RM 21.25, is just north of the West Meeker Street bridge over the Green River on parcel 232204-9010 (Riverbend Golf Complex). A proposed asphalt overlay to raise the levee elevation would be placed over a short section of the existing levee trail. Exhibit 2; Exhibit 4.a; Exhibit 4.f; Exhibit 14; Exhibit 15. Location #4, between RM 21.75 to RM 22, is north of SR 516. A proposed asphalt overlay to raise the levee elevation would be placed over 1,600 feet of the existing levee trail from west of Russell Road South on the Riverbend Golf Complex Driving Range on parcel 232204-9011 and east of Russell Road South to South 249th St. on parcels 232204-9086 (Red Mortgage Capital Inc.) and 232204-9018 (Signature Point Apartments). South of S.249t' St, the proposed project would raise 62"d Ave South to elevation 47.8f passing under SR 516 on parcel 232204-9018. Exhibit 2; Exhibit 4.a; 4.g; 4.i; Exhibit 14; Exhibit 15. 8. Ms. George testified that the four locations are within the following City Comprehensive Plan designations: Location #1 - Low Density Multi-Family (LDMF); Location #2 - Open Space (OS) and (LDMF); Location #3 - Mixed Use (MU); and Location #4 - Multi-Density Multi-Family (MDMF) and (OS). The City identified the following Comprehensive Plan goals and policies as relevant to the proposed project: Shoreline Element, Policy 7.b.2, to include environmental enhancement measures for levee improvements and Policy 7.b.8, to maintain and enhance city parks, trails and public access facilities adjacent to shorelines. Exhibit 1, Staff Report, page 7; Testimony of Ms. George. Zoning 9. Ms. George testi ied that the four locations are within the following zoning districts: Location #1 - Low Density Multifamily Residential District (MR-G); Location #2 - Residential Agricultural (SR-1) and (MR-G); Location #3 - General Commercial (GC); and Location #4 - Medium Density Multifamily Residential (MR-M) and (SR-1). The purpose of the (MR-M) district is "to Findings, Conclusions and Decision City of Kent Nearing Examiner SR 516 to South 2315t Way Levee Improvements-SCUP No. SMC-2012-21 l(1VA#RPP3-2120176 Page 7 of 16 provide for locations for medium density multifamily residential development and higher density single-family residential development, as designated in the comprehensive plan." The purpose of the (SR-1) district is "to provide for areas allowing low density single-family residential development. SR-1 zoning shall be applied to those areas identified in the comprehensive plan for low density development, because of environmental constraints or the lack of urban services." The purpose of the (GC) district is " to provide for the location of commercial areas developed along certain major thoroughfares; to provide use incentives and development standards which will encourage the redevelopment and upgrading of such areas; to provide for a range of trade, service, entertainment, and recreation land uses which occur adjacent to major traffic arterials and residential uses; and to provide areas for development which are automobile-oriented and designed for convenience, safety, and the reduction of the visual blight of uncontrolled advertising signs, traffic control devices, and utility equipment. It is also the purpose of this district to provide opportunities for mixed use development within the designated mixed use overlay boundary, as designated by the comprehensive plan." The purpose of the (MR-G) district is "to provide locations for low to medium density multifamily residential development and higher density single-family residential development, as designated in the comprehensive plan." Kent City Code (KCC) 15.03.010; Testimony of Ms. George. Kent Shoreline Management Program 10. The State Shoreline Management Act (SMA) and the Kent Shoreline Master Program (KSMP)4 regulate activity within 200 feet of the ordinary high water mark of shorelines of the state. RCW 90.58.030(2)(c); RCW 90.58.030(2)(f); RCW 90,58.040, The proposed project includes work at four separate locations impacted a total of 5.2 acres within 200 feet of the Green River, a shoreline of the state under Section 173-18-350 of the Washington Administrative Code (WAC) and a Shoreline of Statewide Significance under RCW 90.58.030(2)(e)(v), Exhibit 1, Staff Report, page 3. 11. Any substantial development within the shoreline requires approval of a shoreline substantial development permit (SSDP). Substantial development is any development in which the total cost or fair market value exceeds $5,718.00, or any development that materially interferes with the normal public use of the water or shorelines of the state. RCW 90.58.030(3) (e). Levees may be authorized by a Conditional Use Permit so long as the project is consistent with the 2006 King County Flood Hazard Management Plan. Ms. George testified that levees may be constructed in the affected shoreline 4 The City most recently updated the KSMP in September 2009. KSMP Chapter I.A; Exhibit 1, Staff Report, page S. i Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 2315` Way Levee Improvements -SCUP No, SMC-2012-21 KIVA#RPP3-2120176 i Page 8 of 16 environment designations with a SCUP.5 Kent Shoreline Master Program (KSMP), Chapter 4.C.7.c.7; Exhibit 1, Staff Report, page 4; Testimony of Ms. George. 12. One purpose of the SMA is to manage the shorelines of the state by planning and fostering reasonable and appropriate uses. The policy of the Act "contemplates protecting against adverse effects to the public health, the land and its vegetation and wildlife, and the waters of the state and their aquatic life . . ." RCW 90.58.020. The Act mandates that local jurisdictions give preference to the following uses when developing shoreline master programs for shores of statewide significance: a. Recognize and protect the state-wide interest over local interest; b. Preserve the natural character of the shoreline; c. Result in long term over short term benefit; d. Protect the resources and ecology of the shoreline; e. Increase public access to publicly owned areas of the shorelines; f. Increase recreational opportunities for the public in the shoreline; g. Provide for any other element as defined in RCW 90.58.100 deemed appropriate or necessary. RCW 90.58.020. Elements a.- f. are the same polices adopted by the KSMP for review of decisions Involving Shorelines of State-Wide Significance. KSMP Chapter 3.C.8. 13. The KSMP establishes development policies and performance standards for major waterways and environmental designations along their shorelines extending 200 feet landward of the ordinary high water mark. The proposed project includes work in the shoreline jurisdiction at four separate locations. Location #1, south of South 231" Way, is within the Shoreline Residential environment. Location #2, northwest of the intersection of James Street and Russell Road, is designated Shoreline Residential, while the shoreline to the south of James Street has a parallel designation of Urban Conservancy-Open Space. Location #3, just north of West Meeker Street, is designated Urban Conservancy-Open Space. Location #4, north of SR 516, is designated Shoreline Residential. s The KSMP Shoreline Modification matrix lists levees as a permitted use within the Urban Conservancy-Open Space shoreline environment and as a conditional use within the Shoreline Residential shoreline environment. All shoreline modifications are subject to other provisions In this SMP. KSMP Chapter 4, Table 5, page 50. Findings, Conclusions and Decision City of Kent Nearing Examiner SR 516 to South 2315f Way Levee Improvements- SCUP No. SMC-2012-21 K1VA#RPP3-2 1 2 01 76 Page 9 of 16 The purpose of the Urban Conservancy-Open Space environment is to "protect and 'restore', as defined in this SMP, ecological functions in urban and developed settings, while allowing public access and a variety of park and recreation uses. The purpose of the Shoreline Residential environment is "to accommodate residential development and appurtenant structures that are consistent with this chapter. An additional purpose is to provide appropriate community access and recreational uses." KSMP Chapter 2.C, pages 15 to18, 22 to 24; KSMP, Appendix A, Shoreline Environmental Designation Maps; Exhibit 1, Staff Report, page 3. 14. The KSMP policies for the Urban Conservancy-Open Space environment Include giving priority to water-oriented recreational uses, implementation of public access and public recreation objectives, and restoration of ecological functions. Policies for the Shoreline Residential environment include development standards for setbacks or buffers, shoreline stabilization, vegetation conservation, critical area protection, and water quality that protect and, where significant ecological degradation has occurred, restore ecological functions over time. KSMP Chapter 2.C, pages 15, 16, and 22. 15. The KSMP contains policies and regulations that apply to all uses in the shoreline, including Archaeological and Historic Resources (KSMP Chapter 3.B.2); Environmental Impacts (KSMP Chapter 3.8.4); Flood Hazard Reduction and River Corridor Management (KSMP Chapter 3.B.5); Public Access (KSMP Chapter 3.B.7); Shorelines of State-Wide Significance (KSMP Chapter 3.B.8); Vegetation Conservation (KSMP Chapter 3.B.11); and Water Quality and Quantity (KSMP Chapter 3.B.12). The KSMP policies for dikes and levees require consistency with a comprehensive flood hazard reduction program and environmental enhancement. Regulations include compliance with Washington State Department of Fish and Wildlife Hydraulic Project approval, federal levee criteria, and the minimum height required to protect adjacent lands (KSMP Chapter 4.C.7). The KSMP also contains policies to encourage recreational development and regulations to ensure ecological restoration and public access (KSMP Chapter 5.C.7). KSMP (September 2009), Project Design 16. Tom Bean, P.E., Green River Basin Supervisor, King County Water and land Resources Division, submitted a comment letter dated April 3, 2012. Mr. Bean's letter notes that the 2006 King County Flood Hazard Management Plan recommends riverward levee slopes at a minimum 2.5H:1V. Subsequent work indicates that long-term levee stability on the lower Green River may require slopes that are flatter than those suggested in the 2006 plan. King County has shared preliminary design drawings to provide enough room for stable levee slopes and has made recommendations for levee alignment in the Findings, Conclusions and Decision City of Kent Nearing Examiner SR 516 to South 2315t way Levee Improvements-SCUP No. SNC-2012-21 KIVA#RPP3-21 201 76 Page 10 of 16 i vicinity of the Russell Road and James Street relocation intersection. Exhibit 22. 17. Beth Tan, P.E., testified for the Applicant that the purpose of the proposed project is to improve the Green River levee system to receive accreditation from the Federal Emergency Management Agency. The Applicant would place approximately 30,000 cubic yards of clean fill to construct the levee berms at Locations #1 and #2. The Applicant would design the project to ensure that no standing water would occur between the existing Green River levee and the new setback levees. She testified that the final design would meet the design concerns of King County. Testimony of Ms. Tan. Water Quality 18. Runoff from the relocated James Street & Russell Road intersection at Location #2 would be collected in a new stormwater conveyance line that would discharge into an existing stormwater system and into the City's regional detention facility. Runoff from the water on the right bank of the levees would flow to the City's municipal separate storm sewer system during the construction phase and after completion. The City's Environmental Review Report states that the Applicant would prepare a Detailed Grading Plan and a Temporary Erosion / Sedimentation Control Plan to meet the requirements of the City Construction Standards and the City Surface Water Design Manual. The Applicant would also prepare a Stormwater Pollution Prevention Plan (SWPPP). Exhibit 14, pages 8-11; Exhibit 16, pages 2 to 4; Exhibit 17, page 14. Archeological Resources 19. The David F. Neely house (Neely/Soames Homestead) is listed on the State Register of Historic Places at 5311 South 237th Place within the project area. The Applicant would work with City Parks if parking needs to be relocated but no impacts to the structure would occur. The Applicant would stop construction should archaeological materials be discovered during project activities. Exhibit 1, Staff Report, page 14; Exhibit 15, page 6. Transportation 20. The proposed project would not impact public transit. The Applicant would submit a traffic control plan to reduce traffic impacts during construction. Exhibit 3.v depicts the James Street and Russell Road realignment showing pedestrian and bicycle access to the proposed levee and trail at the intersection of James Street and Russell Road. Exhibit 3.v, Exhibit 14, page 19. Hearing Testimony and Comments 21. Mel Roberts testified that he is a member of the Cascade Bicycle Club. He submitted a letter dated April 4, 2012 requesting better walking and bicycling Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 231't Way Levee Improvements -SCUP No. SMC-2012-21 KIVA#RPP3-2120176 Page 1 i of 16 lanes on both sides of James Street and Russell Road and connection to the Green River Trail. In addition, he recommended that shared pedestrians and bicycles trails should be at least eight feet wide and preferably ten feet wide to allow two-way bicycle traffic. The Applicant submitted a response which indicates that the design of this portion of the project is consistent with Kent's Transportation Management Plan (TMP) and that the type of improvements suggested by Mr. Roberts are more appropriately considered during design of the secondary levee near the trail as a future project, where additional pedestrian and bicycle improvements to connect to the Green River trail will be revisited. Exhibits 25 and 27; Testimony of Mr. Roberts. 22. Edward Orlosky testified asking whether any sand that would be removed as part of the project could be stored on site. Testimony of Mr. Orlosky, Sharon Peden testified that she lives at Regatta Lakes and asked about other levee projects. Testimony of Ms. Peden. Erwin Pace, Jr. testified that he lives in Kent and represents the Association of Realtors. He submitted a hand drawing of the reach of new FEMA floodplain regulations depending on whether the levees are certified or uncertified. He testified that Chambers of Commerce in south Puget Sound support addressing floodplain issues to improve the quality of life. Such levees make houses and jobs more secure. He noted that under the SMA, housing is a preferred use and that the levee project would help meet the housing goals under the State Growth Management Act. He supports issuance of the SCUP. Exhibit 24; Testimony of Mr. Pace. 23. The Bridgewater IV (BWIV) Home Owners' Association submitted a comment letter dated March 28, 2012, raising concerns about the levee aesthetics; access to a walking trail between BWIV and neighboring residences at Regatta; and relocation of BWIV's community garden and irrigation. Exhibit 21. 24. Ms. George testified that Diane DeMeerleer, a Lakes community resident, submitted an email dated February 15, 2012 concerning landscaping relocation and property acquisition issues. Ms. George testified that the Applicant would work with property owners regarding property acquisition as final design work is completed and that each property owners' concerns would be addressed. She agreed that the City had no objection to adding this as a condition. She explained that because the project is still being designed, the final levee height could vary from 1.5 to 3.5 feet higher than the existing levee. She testified that the City had no objection to a condition requiring additional public comment and hearing if the levee height exceeds 3.5 feet above the existing levee. Exhibit t, Staff Report, page 2 and 14; Exhibit 9; Testimony of Ms. George. Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 2315t Way Levee Improvements- SCUP No. SMC-2012-21I(IVA#RPP3-2120176 Page 12 of 16 25. The City Planning Services prepared an Environmental Review Report Decision Document and reviewed the project for compliance with the City Comprehensive Plan, the City SMP and the Kent City Code, including Chapter 14.09 KCC, Flood Hazard Protection. Ms. George testified that the Applicant also submitted an application for a Shoreline Substantial Development Permit, which the City will review as an administrative decision. She recommended approval of the SCUP, with the proposed conditions. Exhibit 1, Staff Report, pages 9, 12, and 16; Exhibit 16; Testimony of Ms. George. CONCLUSIONS Jurisdiction The Hearing Examiner has jurisdiction to hear and decide this application pursuant to authority granted by the Legislature to the City in Chapter 35A.63 of the Revised Code of Washington and authority granted by the City of Kent in Chapter 2.32 of the Kent City Code (KCC). KCC 2.32.090.A.1.f. Criteria for Review The criteria for a shoreline conditional use permit are set forth in Chapter 7.C. of the Kent Shoreline Master Program (September 2009). The Hearing Examiner may approve a shoreline conditional use permit if the proponent satisfies the following criteria set forth in WAC 173-27-160, as summarized: 1. The proposed use will be consistent with the policies of RCW 90.58.020 and the policies of the Kent Shoreline Master Program. 2. The proposed use will not interfere with the normal public use of public shorelines. 3. The proposed use of the site and design of the project will be compatible with other permitted uses within the area. 4. The proposed use will cause no unreasonable adverse effects to the shoreline environment designation in which it is to be located. 5. The public interest suffers no substantial detrimental effect. Consideration shall be given to the cumulative impacts of additional requests for like actions in the area. WAC 173-27-160; KSMP Chapter 7.C. Special conditions may be necessary to prevent undesirable effects of the proposed use. Chapter 7.C.1.a. of the KSMP grants authority to the Hearing Examiner to attach such conditions to a shoreline conditional use permit. The criteria for review adopted by the Kent City Council are designed to implement the requirement of Chapter 36.708 RCW to enact the Growth Management Act. In particular, RCW 36.70B.040 mandates that local jurisdictions review proposed development to ensure consistency with City development regulations considering Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 231" Way Levee Improvements -SCUP No. SPIC-2012-21I<IVA#RPP3-2120176 Page 13 of 16 the type of land use, the level of development, Infrastructure, and the characteristics of development. RCW 36.708.040. Conclusions Based on Findings 1. With conditions, the proposed use would be consistent with the policies of RCW 90.58.020 and the policies of the Kent Shoreline Master Program. The proposed use recognizes the state interest in flood protection and would result in long term benefits from flooding. The proposed levee project would be consistent with Shoreline Management Act goals to protect the character of the shoreline area, its resources, and its ecology. The proposed setback levees are the minimum height required to provide 100-year flood protection. They are-set back from the existing Green River levees, ensuring that the proposed levees and other features are consistent with SMA goals to minimize impacts on the character of the shoreline area, its resources, and its ecology. Levees are allowed as conditional uses within the Shoreline Residential and Urban Conservancy- Open Space shoreline environments. The proposed setback levees and other features would protect upland property and reduce flood hazards in the area consistent with the 2006 King County Flood Hazard Management Plan. The Applicant testified that the final design would meet King County design requirements. No archaeological sites or wetlands have been identified in the project area. The Applicant would provide alternative parking if the project impacts parking at the David F. Neely house. The proposed project would provide additional shoreline enhancement and replacement tree planting along the Green River at 80�' Ave. South and South 261st Street. The City provided adequate notice and opportunity to comment on the proposed project and provided an open record hearing. The City carried out environmental review under the State Environmental Policy Act and issued a Mitigated Determination of Nonsignificance. Conditions are necessary to ensure the Applicant screens the levee from neighboring residences with dense native vegetation and works with any affected property owners throughout the acquisition process to minimize impacts. Findings 1-25. 2. The proposed use would not interfere with the normal public use of public shorelines. The proposed setback levees and other features would be located behind the existing Green River levee. As with any new construction, there would be temporary impacts to the shoreline environment to complete the project, filling for the levee, road relocation and removal of existing trees and vegetation. The proposed project would continue public access to the Green River Trail, which runs along the length of the existing levee. Findings 1-25. Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 2311t Way Levee improvements - SCUP No. SMC-2012-2/1(1VA#RPP3-21201700- Page 14 of 16 3. With conditions, the proposed use of the site and design of the project would be compatible with other permitted uses within the area. The project would be located within the Low Density Multifamily Residential District (MR-G); Residential Agricultural (SR-1); General Commercial (GC); Medium Density Multifamily Residential (MR-M) zoning districts. The project site is bounded by the Green River to the west. The proposed setback levees, asphalt path overlays, and raising of 62"d Ave South would provide protection to surrounding properties from 100-year floods, including residences east of the Green River. The two proposed setback levees would be located adjacent to residential neighborhoods. Concerns were expressed by residents about proposed setback levees located closer to residences, aesthetics, and impacts to a community garden and irrigation. Conditions are necessary to ensure the Applicant screens the levee from neighboring residences with dense native vegetation and works with any affected property owners throughout the acquisition process to minimize impacts. Findings 1, 3-25. 4. With conditions, the proposed use would cause no unreasonable adverse effects to the shoreline environment designation in which it is to be located. The KSMP designates the project area as Urban Conservancy-Open Space and Shoreline Residential. The City issued a MDNS after reviewing the environmental impact of the proposal and determining that, with a condition, the proposed development would not have a probable significant adverse impact on the environment. A Biological Assessment concluded that there were no adverse impacts to threatened or endangered species or their habitat. Although trees and vegetation would be removed to construct the secondary levees, the proposed mitigation planting project would enhance the Green River shoreline habitat at the intersection of SOth Ave South and South 2615t Street. The relocation of the James Street and Russell Road intersection and trail paving on top of the setback levee would create additional impervious surfaces. Runoff would infiltrate or flow to the City's municipal separate storm sewer system. Conditions are necessary to ensure the Applicant screens the levee from neighboring residences with dense native vegetation and works with any affected property owners throughout the acquisition process to minimize impacts. Findings 1, 3-25. 5. With conditions, the public interest would suffer no substantial detrimental effects from the proposed project. The proposed project would protect existing residences and businesses from 100-year flood events. Although additional setback levees are proposed for the Green River to the north, there would be no additional cumulative impacts from additional levees in this area. Conditions are necessary to ensure the Applicant screens the levee from neighboring residences with dense native vegetation and works with any affected property owners throughout the acquisition process to minimize impacts. Findings 1-25. Findings, Conclusions and Decision City of Kent Heanng Examiner SR S16 to South 2315f Way Levee Improvements -SCUP No. SMC-2012-21l(IVA#RPP3-2120176 Page 15 of 16 DECISION Based upon the preceding Findings and Conclusions, the request for a Shoreline Conditional Use Permit to construct earthen berms to form two setback levees; relocate the intersection of James Street and Russell Road; raise a portion of 62nd Avenue South; and add an asphalt overlap to an existing asphalt path along the east bank of the Green River between State Route 516 and South 2315t Way in Kent Washington, is APPROVED, subject to the following conditions:6 1. Construction pursuant to this Shoreline Conditional Use Permit shall not begin and is not authorized until twenty-one days from the date the Department of Ecology's final order on the permit is transmitted to the City. 2. The new levee berm shall be screened from the existing homes with native vegetation as densely as possible, within the constraints of the Corps of Engineers levee vegetation standards. 3. The Applicant shall work with any affected property owners throughout the acquisition process to minimize impacts. 4. If the constructed levee exceeds 3.5 feet in height from what is shown in the drawings in Exhibits 3 and 4, it shall be considered a modification to the SCUP and subject to public notice and hearing before the Hearing Examiner. DATED this3 day of April 2012. KIM LY A. ALLEN Hearing Examiner Sound Law Center 6 This decision includes conditions required to reduce project impacts as well as conditions required to meet City code standards. Findings, Conclusions and Decision City of Kent Hearing Examiner SR 516 to South 2315i Way Levee Improvements - SCUP No. SMC-2012-21 KIVA#RPP3-2120176 Page 16 of 16 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-See appeal process at end of HPA Mill Creek,WA 98012-1296 1i.e WILDLIFE (425)775-1311 Issue Date-April 09, 2012 Control Number. 126629-1 Project Expiration Date April 08, 2017 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Public Works Engineering Dept City of Kent ATTENTION Beth Tan 220 4th Avenue South 220 Fourth Avenue South Kent,WA 98032 Kent, WA 98032 253-856-5500 253-856-5552 Fax 253-856-6500 Fax*253-856-6500 Project Name: SR 516 to S 231 st Way Levee Improvement Project Project Description- Construct a secondary levee, approximately 5 1/2 feet higher than the 100 year flood elevation of the Green River. PROVISIONS 1. The project may begin immediately and shall be completed by April 8, 2017. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "SR 516 TO S. 231 ST WAY LEVEE IMPROVEMENTS", except as modified by this Hydraulic Project Approval (HPA). A copy of these plans shall be available on site during construction. 3. NOTIFICATION REQUIREMENT: The Area Habitat Biologist (AHB) listed below (e-mail to fisheldf@dfw wa gov) and the Enforcement Program Officer (e-mail to krenzmkk@dfw.wa gov) shall receive e-mail notification from the person to whom this HPA is issued (permlttee) no less than three working days prior to start of work, and again within seven days of completion of work to arrange a compliance inspection The notification shall include the permittee's name, project location, starting date of work or completion date of work, and the control number of this HPA. 4 Grading shall be accomplished in a manner that avoids waterward release of material. 5. Disturbance of the streambed and banks and riparian vegetation associated with the river shall be limited to that necessary to perform the project Affected areas of vegetation shall be restored to pre-project or improved habitat configuration Prior to December 31 of the year of project grading, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the AHB Vegetative cuttings shall be planted at a maximum interval of three feet (on center) Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB 6 Equipment used for this project shall be free of external petroleum-based products while working around the river and wetlands associated with the river Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc ) and undercarriage of equipment prior to its working within the floodplam of the river Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the river and Page 1 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound 1 , Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-See appeal process at end of HPA Mill Creek,WA 9 801 2-1 29 6 WILDLIFE (425)775-1311 Issue Date April 09, 2012 Control Number 126629-1 Project Expiration Date April 08, 2017 FPA/Public Notice#: NIA wetlands associated with the river. 7. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 8. Erosion control methods shall be used to prevent silt-laden water from entering the river and wetlands associated with the river. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or Immediate mulching of exposed areas. 9 Prior to starting work, the selected erosion control methods (Provision 8) shall be installed Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 10. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 11. 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 river or wetlands associated with the river. PROJECT LOCATIONS Location #1 SR 516 to S 231 st Way WORK START April 09, 2012 IWORK END: April 08, 2017 WRIA Wateri Tributary to 090001 Duwamish River/Green River Elliott Bay 1/4 SEC Section Township Range Latitude Longitude County All 14 122 N 04 E N 47 40764 W 122 2707 King Location#1 Driving Directions Accessing the city from 1-5, take the State Route 516 Exit and head east on Hwy 516 towards the city center Turn left onto Washington Avenue SW and take a left again on South 196th Street South 196th Street turns into Russell Road and continue to head straight until you reach South 200th and 58th Place South/Three Friends Fishing Hole Park APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77 55 RCW(formerly RCW 77 20) Additional authorization from other public agencies may be necessary for this project The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be Page 2 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-See appeal process at end of HPA Mill Creek,WA 98012.1296 �( WILDLIFE (425)775-1311 Issue Date April 09,2012 Control Number: 126629-1 Project Expiration Date April 08, 2017 FPA/Public Notice#: N/A necessary for this project This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work This Hydraulic Project Approval does not authorize trespass The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that 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 and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77 55 021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action The person(s)to whom this Hydraulic Project Approval is issued has the right to appeal those decisions Procedures for filing appeals are listed below. Requests for any change to an unexpired HPA must be made in writing Requests for new HPAs must be made by submitting a new complete application Send your requests to the department by mall to the Washington Department of Fish and Wldllfe, Habitat Program, 600 Capitol Way North, Olympia,Washington 98501-1091, e-mail to HPAapphcahons@dfw wa gov, fax to (360) 902-2946, or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. APPEALS INFORMATION If you wish to appeal the issuance,denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns Such a discussion may resolve your concerns without the need for further appeal action If you proceed with an appeal, you may request an informal or formal appeal WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process If the informal appeal process does not resolve your concerns, you may advance your appeal to the formal process You may contact the HPA Appeals Coordinator at(360)902-2534 for more information A INFORMAL APPEALS WAC 220-110-340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77 55 RCW Please refer to that rule for complete informal appeal procedures The following information summarizes that rule A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1 091, e-mail to HPAapplications@dfw wa gov, fax to(360)902-2946, or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor WDFW must receive your request within 30 days from the date you receive notice of the decision If you agree,and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee If you are not satisfied with the results of the informal appeal,you may file a request for a formal appeal Page 3 of 4 t Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77 55 021-See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date-April 09,2012 Control Number, 126629-1 . Project Expiration Date April 08,2017 FPA/Public Notice# NIA B. FORMAL APPEALS WAC 220-110-350 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77 55 RCW Please refer to that rule for complete formal appeal procedures The following Information summarizes that rule A person who is aggrieved by the issuance, denial, conditioning,or modification of an HPA may request a formal appeal of that action You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision You may serve WDFW by mall to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia,Washington 98501-1091, e-mail to HPAapplications@dfw wa gov,fax to(360)902-2946, or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal If there has been an informal appeal,you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal C FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS- If there is no timely request for an appeal,the WDFW action shall be final and unappealable ENFORCEMENT Sergeant Chandler (34) P3 Habitat Biologist for Director Larry Fisher 425-313-5683 -' WDFW CC. Page 4 of 4 STATE M WAS 11INGrON DEPARTMENT OF ECOLOGY - ' ` PO Box 11600 •Olympia, WA 90504-7600 + 160-107-6000 711 for Relay Service^Persan with.I spee(It drsabdify can call 877-711.1-64+1f May 7,2012 Paul Kuehne City of Kent 220 4°i Avenue South Kent,WA 98032 + RE: Coverage under the Construction Stormwater General Permit Permit number: WAR-125724 Site Name: SR516 to S.231"Way Levee Improvements Location: SR 516 north to S.2315f Way-Green River Right Bank Kent,WA County:King Disturbed Acres: 2.5 Dear Mr.Kuehne: The Washington State Department of Ecology(Ecology)received your Notice of Intent for coverage under Ecology's Construction Stormwater General Permit(peunit). This is your permit coverage letter. Your permit coverage is effective on May 7,2012 Please retain this permit coverage letter ; with your permit(enclosed),stormwater pollution prevention plan (SWPPP),and site log book. These materials are the official record of permit coverage for your site. Please take time to read the entire permit and contact Ecology if you have any questions. Appeal Process You have a right to appeal coverage under the general permit to the Pollution Control Hearing Board (PCHB)within 30 days of the date of receipt of this letter This appeal is limited to the general permit's applicability or non-applicability to a specific discharge) The appeal process is governed by chapter 43.21B RCW and chapter 371-08 WAC "Date of receipt"is defined in RCW 43 2113 001(2) i i Paul Kuehne May 7,2012 Page 2 To appeal,you must do the following within 30 days of the date of receipt of this letter: • File your appeal and a copy of the permit cover page with the PCHB (see addresses below). i Filing means actual receipt by the PCI-113 during regular business hours, • Serve a copy of your appeal and the permmt cover page on Ecology in paper form- by mail or in person(see addresses below) E-mail is not accepted. You must also comply with other applicable requirements in chapter 43.2I13 RCW and chapter 371- 08 WAC. Address and Location Information: I Street Addresses: Mailing Addresses: Department of Ecology Department of Ecology Attn•Appeals Processing Desk Atm. Appeals Processing Desk 300 Desmond Drive SE PO Box 47608 Lacey, WA 98503 Olympia, WA 98504-7608 Pollution Control Hearings Board(PCHB) Pollution Control Hearings Board 1111 Israel Road SW, Suite 301 PO Box 40903 Tumwater,WA 98501 Olympia, WA 98504-0903 Electronic Discharge Monitoring Reports(WAWebDMR) This permit requires that Permittces submit monthly discharge monitoring reports (DMRs)electronically using Ecology's secure online system, WAWebDMR, To sign up for WAWebDMR go to: www ecy wa.gov/programs/wq/permits/pans/wtbdmr html If you have questions, contact Tonya Wolfe at(360) 407-7097(locally), or(800) 633-6I93/option 3, or email WAWebDMR@ecy.wa.gov. Ecology Field Inspector Assistance If you have questions regarding stormwater management at your construction site,please contact, Ken Waldo at(425)649-7279, or lcen waldo@ecy.wa.gov,or, for Linear Transportation projects- WSDOT and local governments, Cynthia Waleker at(425)649-7276,or cynthia.walcker@ecy.wa gov, both of Ecology's Northwest Regional Office in Bellevue. Questions or Additional Information Ecology is committed to providing assistance Please review our web page at: www.ecy.wa gov/programs/wq/stormwater/construction/. If you have questions about the construction stormwater general permit,please contact Clay Keown at(360)407-6048, or clay.keown@ecy.wa gov. Since aly-,_ f dl,Vloore,P E. Program Development Services, Section Manager Water Quality Program Enclosure r DEPARTMENT OF THE INTERIOR c US FISH AND WILDLIFE SERVICE FaS Gei Vit�,BJ¢E 2 AUTHORITY-STATUTES f FEDERAL FISH AND WILDLIFE PERMIT 16 USC 668a q iNi' E E IVE D REGULATIONS 50 CFR 13 1 PERMITTEE 50 CFR 22 26 CITY OF KENTp!�� dba PUBLIC WORKS DEPARTMENT U U 2012 400 W GROVE ST CITY 7 NUMBER KENT,WA98032 Cl/y'1�{NE Ye OF KENT MB7754OA-0 USA ENGI EERING ®Epp- 4 RENEWABLE 5 MAY COPY YES YES NO NO 6 EFFECTIVE 7 EXPIRES 06/15/2012 09/30/2013 x NANE AA^J TITLE OF PRL4CtPA1 OCCICi.R fG=7/�u M,eLwal 9 rS PE Or PERN1,7 --- BETH M TAN EAGLE TAKE ASSOCIATED WITH BUT NOT THE PURPOSE OF AN ENVIRONMENTAL ENGINEER ACTIVITY 10 LOCATION WHERE AUTHORIZED ACTIVITY MAYBE CONDUCTED Records Kept at Address in Block 1 Above Physical Work Conducted on James Street as Described Below KING COUNTY 11 CONDITIONS AND AUTHORIZATIONS A GENERAL CONDITIONS SET OUT IN SUBPART D OF 50 CFR 13,AND SPECIFIC CONDITIONS CONTAINED IN FEDERAL REGULATIONS CITED IN BLOCK 92 ABOVE, ARE HEREBY MADE A PART OF THIS PERMIT ALLACTIVITIES AUI HORIZED HEREIN MUST BE CARRIED OUT IN ACCORD WITH 4ND FOR I HE PURPOSES DESCRIBED IN THE APPLICATION SUBMITTED CONTINUED VALIDITY,OR RENEWAL,OFTHISPERMIT IS SUBJECT TO COMPLETE ANDTIMELY COMPLIANCE WITH ALLAPPLICABLE CONDITIONS INCLUDINGTHE FILING OF ALL REQUIRED INFORMATION 4ND REPORTS B THE VALIDITY OF THIS PERMIT IS ALSO CONDITIONED UPON STRICT OBSERVANCE OF ALL APPLICABLE FOREIGN,STATE,LOCAL,TRIBAL,OR OTHER FEDERAL LAW C VALID FOR USE BY PERMITTEE NAMED ABOVE D You are authorized to take/disturb up to two bald eagle(s) during the course of the following activities: Sandbag Removal & James/Russell Road Relocation 1) Remove large sandbags, 3 days, July 12 through July 15, 2012 2) Relocate private utilities on James/Russell Road, 2 weeks, July 16 through July 30, 2012 3) Relocate fences on James/Russell Road, 1 week, July 30 through August 3, 2012 4) Clear and prepare site for road relocations, 2 weeks, August 6 through August 17, 2012 5) Grind the removed asphalt surface, 2 weeks, August 20 through August 31, 2012 6) Install utilities on the new James/Russell Road, 1 week, September 3 through September 7, 2012 7) Subsurface placement, overlay asphalt, strip, install guard rails, and landscape planting on new James/Russell Road, 6 weeks, September 10 through October 19, 2012 ® ADDITIONAL CONDITIONS AND AUTHORIZATIONS ALSO APPLY 12 REPORTING REQUIREMENTS JISSUED BY �� TITLE DATE __ I PERMIT BIOLOGIST-FWS REGION I 06I182012 New Levee Construction Levee Setback 8) Relocate private utilities for levee construction, 3 weeks, June 25 through July 13, 2013 9) Install temporary erosion controls(silt fencing), 1 week, July 16 through July 20, 2013 10) Clear and prepare levee construction site, 2 weeks, July 23 through August 3, 2013 11) Construct levee, 6 weeks, September 6 through September 14, 2013 12) Landscape planting on area surrounding levee, 2 weeks, September 17 through September 28, 2013 Activities that occur between January 1 and August 15, within 660 feet of the nest may result in disturbance to the nesting bald eagles and/or their young Although this is a developed urban area, the activities of this project will involve intermittent use of heavy machinery for cutting, scraping, and clearing existing pavement, grinding old pavement into materials for new pavement, moving public utilities, installing new bike lanes and sidewalks, and excavating and filling for construction of a second levee Heavy equipment will include track hoes, dump trucks,jack-hammers, compactors and others Work will occur within 660 feet of the nest, with most work occurring within 330 feet of the nest, and sometimes as closer than 200 feet from the nest The work would be fully visible to the eagles from the nest, and would occur while the nest is being used (see Figure 1) Effects to Bald Eagles July 2012-October 2012 A reduction in biological fitness of the eagles may occur from sound and visual disturbance from human presence and by the construction activities associated with the road relocation activities Construction activities would start mid-July when juveniles would be fledging, learning to fly, and learning to hunt and care for themselves Juvenile bald eagles typically fledge and remain within Y4 mile of the nest for approximately six weeks while they are learning to hunt, the juveniles are almost completely dependent on the parents during this time until they are learn to hunt and care for themselves Effects to Bald Eagles June 2013-September 2013 A reduction in biological fitness of the eagles may occur from missed feeding opportunities, potential flushing of the adults and/or injury to the young caused by loud intermittent noise The levee construction would include excavation (stripping topsoil) and then filling along the river shoreline, and heavy machinery used for these purposes would be audible and visible from the nest, and would occur during nesting season In mid-June, when this work would occur, the nesting eagles will likely be feeding and protecting pre-fledging juvenile/s, which would be completely dependent on the adult until approximately mid- August when they are becoming more independent E The authorizations granted by permits issued under this section apply only to take that results from activities conducted in accordance with the description contained in the permit application and the terms of the permit Only City of Kent employees, individuals contracted to perform this work by the City of Kent, and public or private utility personnel associated with this project are permitted to perform actions that may result in take If the permitted activity changes, you must immediately contact the Service to determine whether a permit amendment is required in order to retain take authorization F This permit does not authorize intentional take of live eagles, eggs or young G. You must comply with the following avoidance, minimization, or other mitigation measures* • Pavement removal and crushing will occur outside nesting season, after August 15 and before January 1 • If the eagles are aggressively swooping at or attacking individuals on the ground, the work will be adjusted to minimize the disturbance causing this agitation No hazing of eagles will occur during construction or is authorized by this permit • Trees removed for the installation of the second levee(levee setback)will be replaced (within 660 feet of the nest) and will eventually provide visual screening between the nest and the activities on the opposite side of the levee o No fertilizers, herbicides or other chemicals will be applied to the restored vegetation because of close proximity to the water and potential for introduction into this freshwater system • Work that will occur within 660 feet of the nest during nesting season, between January 1 and August 15, will not commence before 8 00 a m to minimize disturbance to the early morning feeding activity • All personnel will be informed of the bald eagle nest location Foot traffic near the nest site will be avoided You remain responsible for all outstanding monitoring requirements and mitigation measures required under the terms of the permit for take that occurs prior to cancellation, expiration, suspension, or revocation of the permit J You are required to monitor eagle use of important eagle-use areas where eagles are likely to be affected by your activities for the duration of the project(two years, from June 2012 through January 2013), and for one year after the expiration of the permit, for a total of three years of monitoring (from June 15, 2012 through August 15, 2014) Information will be collected during the during the season(s)when eagles would normally be present, in the area where the take is likely to occur, noting whether eagles continue to nest, roost, or forage there You are required to monitor the activity area where eagles are likely to be taken to track the number and location of eagles injured, killed, or disturbed Monitoring will consist of • Monthly observations of the nest and other activities by a qualified biologist between January 1 and August 15; starting June 2012, through August 15, 2012, then from January 1, 2013 through August 15, 2013, and from January 1, 2014 through August 15, 2014 o If eagles are observed at the beginning of nesting season, perform monthly presence/absence observations for 4 hours or until an observation is made If a "present'observation is made in less than 4 hours, the observation obligation is complete observing biologist may leave and return the following month The nest must be observed for 4 consecutive hours before an"absence" determination can be made The purpose of these monthly observations is presence/absence and for us to make a determination whether take has occurred from the construction/road relocation project o If eagles are not observed during 4 hour observations in January, February, March, or April, then only check the nest one more time for 4 hours between June and August to confirm that there is not late nesting activity and that there are no eaglets in the nest or adults feeding young o Observations are to be conducted during times when it is most likely to observe behavior, such as early mornings; maintain a distance far enough away to avoid disturbance, but close enough to observe nest and eagle activity • Submit the attached Wildlife Observation Form to U S Fish and Wildlife Service at 510 Desmond Drive SE, Lacey WA 98503 along with photos if they are obtained • Immediately report if the eagles do not return to the nest or if any injury or obvious signs of agitation or injury occur K. You must submit an annual take report(Form 3-202-15) summarizing the information you obtained through monitoring to the Service for the five year duration of the permit and the following one year after the expiration of the permit Annual reports will include observation information obtained during the monitoring Form 3-202-15 (Eagle Non-purposeful Take Report)can be found online at www fws qov/forms/3-202-15 pdf <http//www fws qov/forms/3-202-15 pdf> Please mail your form to 1) U S Fish and Wildlife Service, Migratory Bird Permit Office 911 NE 11th Ave, Portland, OR 97232 and 2) U S Fish and Wildlife Service, Washington Fish and Wildlife Office 510 Desmond Drive SE, Lacey, WA 98503. L You must immediately notify the migratory bird permit issuing office at PermitsR1 MB@fws gov and call Lmclsy Wright 360- 753-6037 regarding any apparent injury or death occurring to any eagle, including viable eggs, during project activities You must immediately contact wildlife r ehabiiitators in the event of an Injured eagle Dr Jan White-South Sound Critter Care (local in Kent) 28727 216th Ave SE Kent, Wa 98042 360-886-8000 OR VCA 5-Corners Animal Hospital (24-hour Clinic) 15707 1st Avenue South Burien, Wa 98148 206-243-2982 OR Jennifer Convy, Director- PAWS Wildlife Center 15305 44th Ave West Lynnwood, WA 98046 425-412-4040 OR Sarvey Wildlife Care Center 13106 148th Street NE Arlington WA 98223 360-435-6551 M You must contact the migratory bird issuing office immediately upon discovery of any unanticipated take at PermitsR1 MB@fws gov N. While the permit is valid and for up to 3 years after it expires, you must allow Service personnel, or other qualified persons designated by the Service, access to the areas where eagles are likely to be affected, at any reasonable hour, and with reasonable notice from the Service, for purposes of monitoring eagles at the site(s) 0 You may delegate the authority granted in this permit to the following subpermittee(s), Matt Knox(City of Kent biologist), any City of Kent staff or employee under his direct supervision, or otherwise qualified, designated biologist Any subpermittee who has been delegated this authority may not re-delegate to another individual/business P Subpermittees must be at least 18 years of age You are responsible for ensuring that your subpermittees are qualified to perform the work and adhere to the terms of your permit You are also responsible for maintaining cui rent records of designated subpermittees As the permittee, you are ultimately legally responsible for compliance with the terms and conditions of this permit and that responsibility may not be delegated Q You and any subpermittees must carry a legible copy of this permit and display it upon request whenever exercising its authority R All of the provisions and conditions of the governing regulations at 50 CFR 13 and 50 CFR 22 26 are conditions of your permit Failure to comply with the conditions of your permit could be cause for suspension of the permit and/or citation For copies of the regulations, visit www fws gov/permits/mbpermits/birdbasics html S This permit does not authorize you to conduct activities on Federal, State, Tribal, or other public or private property other than your own without additional prior written permits or permission from the agency/landowner T You must maintain records as required in 50 CFR 13.46 All records relating to the permitted activities must be kept at the location indicated in writing by you to the migratory bird permit issuing office U Acceptance of this permit authorizes the U S Fish and Wildlife Service to inspect and audit or copy any permits, books or records required to be kept by the permit and governing regulations (50 CFR 13 46) V. Permittees and subpermittees operating under this permit may not take or disturb eagles contrary to the laws or regulations of any State, Tribal, or Municipal government, and none of the privileges of this authorization are valid unless the permittee possesses the appropriate State permits, or other authorizations, if required W The U S Fish and Wildlife Service is not liable for any damage or injury to person,wildlife, or property that occurs as the result of carrying out the activities associated with this permit a L f ,5., ;Y tl1,�S �in y L-•9 S' „�yiat'',y' YCt J s s i.�'n'` A ri��a,�.. �•• y T�egx}+ C �)�y`j��. � � + F}f �j+t�i �ti'1�7�b��rih'•�S s7>��'3� �d R+ �•-.` ��*� ao�,••�z ��•'�Y ,l;' ( � �F •-'J• �,,�11►������q �.+l �!l��,�_"•:iC�•i3. {ab�rt.�� ,z� �:�.i -;r��,•] d�������n','�'t��ge�v�f�4llb'��`+ ij��4''t�i'a�Y,•iT��O'Y r'4��r �]�' ji v°M:,�r? �q •> j S_ Y ,• � r,' r «.1t�J���� �ia� �'1"ili*.e�!ITN �•.F�• fie � L C _<R^�..'x'+Y.s"s'�w +,1fiRY d4. :b"vti Z..i�C ��(�� e''i y'• ��r r}'�• ['_r °sd '� �!•'Fa''}y�� rS Z� 1 6 '�r �t r�tx r4 4 T7,�r' x F' i �,al-zrt,�, �`+ �' Y��� .;�>'c,[`�i. ["�,x�'.Ityyf�,x7r t si � •mot a�t}?� f'.x7t+� Se "+ k,,,�i tom,_•. > vt„t�`i .i ♦file ( � 1 t�} ,,,j r •1Z.�.V s N�� �}r _ �y "r'1. 1°t,[ }��r`Q�'Tf..[, a }i�"�Tb _ a }F+� _ A ✓yy,- y('fr f.f �.t f �ii7[r i,r , � r n{� [.� 1.•i.M1'Sef+ �hT >,yi �+s�t }"`i"3' ,}'�tr,, t£+`3 to+� ' 3rp„R. b r ! �� Ott" r ♦A ��1� �. ..-�'•=.f Z i ' ! [F '•�d't;} t, /��t� ��. In•��'�••ve:.YJt �IS•.�. � t r• t � � [ _ a�``a t 3, �t� 4`D ':.v..i�rST"•�t'Ipl � � 7 a T `�ice. Y( [ �"„• '• ix t E p �e , .(1'?S>,• '�[y1x.Ctq y'.'^y�� d [ 5 r [;t l iwFT 2T xrr�'f' 'it• i[4Wf3 j�F '•S,•# ^ � ^ 'rua^"•.wi. ' �'�'Cf'� r +5 •�T'x'"[.['�`'r£ rtY ,s "� r �r � 'aL rta .. 3�—•��•y����I99��'''��zx��.. s.r ri����4['z" � r'�,.t�i 'it¢ 6�'A��`�FS��,,.�S,. W""'°'i•"[t r v.�-�iG _•'sI�VJ�d�( u eeiy�dv�.• t• lF� `y�fiWrf ��_i %y v� C 9ys'• ;[ f Ff,r � "�T{�1 �!M' .� v i'yiwYt a •' ''yaS•-o-^�1+�[ .(C"C"'`Kys �.. :a"�lA`°s�;44+ �� r CG a;°4 r� [l rt�' '_ a �. .s� �Y� s'i' ,��+�i[!i �y�pA " t y /15 , YF '�i�r a�i•�aj s, 'r• '� y [• - j °5-+.ii ;•{5 7[Yr'' 5''R}' X25.t�[ikw -i 4 k a �;r 4•fi• ,r T ,t,_r � [4 �•.,s. � r [ t �r .t[.�},•4, f - h3 Z t9, A er ^t t�•t J �4 ?'� � n } Ra t 7.3 c.c. E 5�• F # ♦ 4 i � 1 e �P^" r it [ r t 36�y J�� � ty"�•t� 4�•'4� 4` ,xnxw r� tF` �x'4 �Yu�[}�"4 ;�t� *'�:. s k'��y �''� 'tom`-r'b PREVAILING WAGE RATES SR 516 to S 231"Way Levee N Reach/Tan A- 6 June 25, 2013 Project Number 09-3006 r uyc i vi t i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/25/2013 County Trade Job Classification Wa a Holiday0vertime Note King Asbestos Abatement Workers Journey Level $40.831 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M King Brick Mason Journey Level $49 07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Budding Service Em 1p oyees Window Cleaner (Scaffold) $24.52 5S 2F King Buitdinb Service Employees Window CLeaner(non-scaffold) $23.66 5S 2F King Cabinet Makers (In Shops Journey Level $22 74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers & Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers & Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender King Dredge Workers Assistant Engineer $51.07 5D 3G King Dredge Workers JAssistant Mate(deckhand) 1 $50.561 5D J 3G ( r uyc � vi t i King Dredge Workers Boatmen $51.071 5D 3G King Dredge Workers Engineer Welder $51.12 5D 3G King Dredge Workers Leverman, Hydraulic $52.69 5D 3G King Dredge Workers Maintenance $50.81 5D 3G King Dredge Workers Mates $51.07 5D 3G King Dredge Workers Oiler $50.69 5D 3G King Drywall Apphcator Journey Level $49.74 5D 1 H King DryvrMl Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.041 7C 2W ,King Electricians - Inside Certified Welder (tunnel) $66.65 7C 2W King Electricians - Inside Construction Stock Person $34.19 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.691 1 King Electricians - Powertine Cable Splicer $64.95 5A 4A Co istruction King Electricians - Powerhne Certified Line Welder $59.37 5A 4A Construction 1 King Electricians - Powertine Groundperson $42.16 5A 4A Constructioni King Electricians - Powertine Head Groundperson $44.50 5A 4A Construction King Electricians - Powertine Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powertine Jackhammer Operator $44.50 5A 4A s Construction King Electricians - Powerhne Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerhne Line Equipment Operator $49.95 5A 4A t Construction ;King Etectncians - Powertine Pole Sprayer $59.37 5A 4A i Construction King Electricians - Powertine Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14 60 5B 2K Products Work Only King Fence Erectors Fence Erector $15.181 11 King Flagoers Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L 1Y King Heat Et Frost Insulators And Journeyman $56.93 5J 1S Asbestos Workers King Heating, EquiDment Mechanics Journey Level $68 52 7F 1 E King Hod Canners Et Mason Tenders Journey Level $42 11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52 32 5B 1K King Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand $48 96 5B 1K King Intand Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleamnq/Seating, Of Cleaner Operator, Foamer $31.49 1 Sewer It Water Syste ns By Operator Remote Control 'King InspectioniCleamng,/Seating, Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King InspectionlCteamnRlSeahng Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning,/SeahnQ Of Technician $19 33 1 Sewer Et Water Systems By Remote Control King Inspection/Cteamng/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Journey Level $49.57 5D 1M King Ironworkers Journeyman $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed King Laborers Airtrac Drill Operator $42.11 7A 2Y King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman $34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y King Laborers Caisson Worker $42.11 7A 2Y King Laborers Carpenter Tender $40.83 7A 2Y King Laborers Caulker $40.83 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender $40 83 7A 2Y King Laborers Change House Or Dry Shack $40 83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs And $41.59 7A 2Y Over) _u__. im_.i____ _ __. n__• i _ __i_ _ _ ._ I_ _ A•i_ __ _ _ _.. _ r ayc -r vi i i King Laborers Choker Setter $40.83 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.831 7A 2Y King Laoorers Demolition: Wrecking Et Moving $40.83 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40 83 7A 2Y King Laborers Diver $42.11 7A 2Y King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40 83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller Et Bucker Chain Saw $41.59 7A 2Y King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40 83 7A 2Y King Laborers Gabian Basket Builders $40 83 7A 2Y 'King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) King Laborers Hazardous Waste Worker (level $40 83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbea m Operator $41.59 7A 2Y King Laborers Maintenance Person $40 83 7A 2Y King La�orers Manhole Builder-mudman $41.59 7A 2Y rayc ./ vl ii King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzteman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $41.59 7A 2Y King Laborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11 7A 2Y King Laborers Pipe Layer/tailor $41 59 7A 2Y King Laborers Pipe Pot Tender $41.59 7A 2Y King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y ) King Laborers Railroad Spike Puller - Power $41.59 7A 2Y King Laborers Raker - Asphalt $42 11 7A 2Y King Laborers Re-timberman $4211 7A 2Y King Laborers Remote Equipment Operator $41 59 7A 2Y King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2) King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y r King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air $41 59 7A 2Y Et Gas Operated Tools ; King Laborers Tamper (multiple Et Self- $41 59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40 83 7A 2Y King Laborers Track Liner (power) $41 59 7A 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers Traffic Control Supervisor $37.011 7A 2Y 8R ruyc i King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Builder Plumber $11.56 1 King Modular Bindings Production Worker $9.40 1 King Modutar Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Pamteis Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49 82 5D 1M King Plastereis Journey Level $48.23 7G 1R King Playground Et Park Equipment Journey Level $9.19 1 Installers King Plumbers Et Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Equipme�it Operators Barrier Machine (zipper) $51.40 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P Concrete King Power Equipment Operators Bobcat $48.62 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment King Power Equipment Operators Brooms $48.62 7A 3C 8P King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P King Power Equipment Operators Cableways $51.89 7A 3C 8P King Power Equipment Operators Chipper $51.40 7A 3C 8P King Power Equipment Operators Compressor $48 62 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48 62 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42 m King Power Equipment Operators Conveyors $50.98 7A 3C 8P King Power Equipment Operators Cranes 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes. 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P r ayc v v i i Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes. A-frame - 10 Tons And $48.62 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes Friction Over 200 Tons $53.57 7A 3C 8P King Power Equumment Operators Cranes: Over 300 Tons Or 300 $53.57 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P ! King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $51.40 7A 3C 8P King Powei EquiDnient Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P Gamaco Et Similar Equipment !King Power Equipment Operators Forklift: 3000 Lbs And Over $50 98 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.401 7A 3C I 8P King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards o CKing Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons King Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P = Over vuyc 7 V/ 1/ King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P King Poever Egutipment Operators Locomotives, All $51.40 7A 3C 8P King Power Eaumment Operators Material Transfer Device $51.40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P c $0.50 Per Hour Over Mechanic) King Power Egq:pment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P King Power EauIQment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51 89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power EqUlDment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution Ix Mulch Seeding Operator 1 King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P Manhfts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P ` 20 Tons Through 44 Tons King Power Eguipment Operators Overhead, Bridge Type: 100 $52 44 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P King Power Egu pment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P King Power Equipment Operators Rollagon $51.89 7A 3C 8P King Power Egujament Operators Roller, Other Than Plant Mix $48 62 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P rayc iV vl L/ King Power Equipment Operators Saws - Concrete $50.981 7A 3C I 8P King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P King Powet Equipment Operators Shovel , Excavator, Backhoe, $50 98 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons 'King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.401 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $50.98 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50 98 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P King Power Equipment Operators Welder $51.891 7A 3C 8P :King Power Equipment Operators Wheel Tractors, Farman Type $48.62 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water King Pgwer Equipment Operatgrs- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $51 40 7A 3C 8P Underground Sewer & Water Concrete rayc Li vl ii King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment 02erators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $51.89 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water King Pawer Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Pawer Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer & Water Screed King Pawer Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes- 45 Tons Through 99 $51.89 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underrround Sewer & Water Under King Power Equipment Operators- Cranes: Fnction 100 Tons $53.01 7A 3C 8P i Underground Sewer 8 Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 r QIJG 1L VI L/ Tons King Power Equipment Operators- Crusher $51.40 7A 3C 8P Underground Sewer Et Water King Power Eguipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Urderground Sewer & Water King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers- Auger Type, Truck $50.98 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $48 62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P Undergrou�-id Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer & Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P Underground Sewer Et Water King Power Eguipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $50 98 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $51.40 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer & Water 10 Tons „King Power Equipment Operators- Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards But $51.89 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders. Elevating Type Belt $50.98 7A 3C 8P i r ayc i.� vi i i Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P Underground Sewer Et Water King Power Equ pment Operators Material Transfer Device $51.40 7A 3C 8P Underground Sewer Et Water King Power E ui ment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 7A 3C 8P Underground Sewer & Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Pow�rnent Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 2P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type 45 $51.89 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48 62 7A 3C 8P Underground Sewer Et Water King Power Equm rent Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $48 62 7A 3C 8P Underground Sewer Et Water King Power Equip r ent Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer & Water King Power- Equipment Operators- Quick Tower - No Cab, Under $48 62 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $51.89 7A 3C 8P r ayc i-r vi L r Underground Sewer Ee Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer It Water King Power E ui ment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Underground Sewer Et Water Materials King Power E ui ment Operators- Roto-mill, Roto-grinder $51.40 7A 3C 8P Underground Sewer Et Water King Power E ui meat Operators- Saws - Concrete $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 813 Underaround Sewer Et Water 45 Yards King Pow�ment Operators- Scrapers - Concrete 8: Carry All $50.98 7A 3C 8P Underground Sewer Ft Water King Power Eauipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water King Power Eauipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water King Rower ment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Pow�ment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power E ui went Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Un,er©round Sewer & Water Tractors: 15 To 30 Metric Tons King Power E ui meat Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Underaround Sewer Et Water Over 90 Metric Tons King Power E ui ment Operators- Slipform Pavers $51.89 7A 3C 813 Underground Sewer & Water King Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P Underground Sewer Et Water Screedman i King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer & Water King Power Eauip�erators- Tower Bucket Elevators $50.98 7A 3C 8P Underaround Sewer Et Water King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Eauipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Under round Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type King Power E ur merit Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Underaround Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P r ayc i.r vi i i Underground Sewer Et Water 100 Tons King Powei Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 813 Underground Sewer £t Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers r King Power Line Cleaiance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28 20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall AagLicators Journey Level r$49.79 5D 1M King Residential Drywall Tapers Journey Level 5P 1 E King Residential Etectncians JOURNEY LEVEL 1 King Residential Glaziers Journey Level 7L 1H King Residential Insulation Journey Level 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24 09 1 King Residential Painters Journey Level $24.46 1 King Residentiat Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics Ij King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 1 R Woi keys King Residential Soft Ftoor Layers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $49.071 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21 46 1 Finishers King Residential Tile Setters Journey Level $25 17 1 King Roofers Journey Level $43.90 5A 1R r ayc iv � i i King Roofers Using Irritable Bituminous $46.90 5A 1 R Materials King Sheet Metal Workers Journey Level (Field or Shop) $68 52 7F 1E King Shipbuilding Et Ship Repair Boilermaker $39.66 7M 1H King Shipbuildmp Et Shy Repair Carpenter $38.24 70 3B King Shipbuilding Ez Ship Repair Electrician $37.82 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.93 5J 15 King Shipbuilding Et Ship Repair Laborer $36.78 70 36 King Shipbuilding Et Ship Repair Machinist $37.81 70 313 King Shipbuilding Et Ship Repair Operator $40 15 70 3B King Shipbuilding Et Ship Repair Painter $37.81 70 313 l King Shipbuilding Et Ship Repair Pipefitter $37.77 70 3B j King Shipbuilding Et Ship Repair Rigger $37 76 70 36 King Shi abr ildino Et Ship Repair Sandblaster $36 78 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.74 70 3B King Shipbuildin; tt Stiip Repair Shipfitter $37.76 70 3B King Shipbuilding EL Ship Repair Trucker $37.61 70 3B 4 King Shipbuilding Et Ship Repair Warehouse $37.65 70 3B King Shipbuildine Et Ship Repair Wetder/Burner $37.76 70 36 King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et installers Sign Maker $21.36 1 tElectncalt King SMers e Non- Sign Installer $27.28 1 Electrical} i King Sign Makers Et Instatters (Non Sign Maker $33.25 1 Etectncall King Soft Ftoor Lavers Journey Level $41 78 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69 59 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural} King Stone Masons Journey Level $49.07 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor King Surveyors Chainman $50.46 7A 3C 8P ;King Survey Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B r uyc l i v� i i Outside King Telephone Line Construction Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer 11 $34.37 5A 2B Outside King Te[ephone line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Tetephone Line Construction - Telephone Equipment Operator $32 62 5A 2B Outside (Light) King Tetephone Line Consti uction - Telephone Lineperson $32.62 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside King Telephone Line Construction= Television Lineperson/Installer $24 66 5A 2B Outside King Tetephone Line Construction - Television System Technician $29.42 5A 2B Outside King Tetephone Line Construction - Television Technician $26.43 5A 2B Outside King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tite Setters Journey Level $21.65 1 King Tite, burble Et Terrazzo Finisher $37.76 5A 1B Finisheis King Traffic Control Stripers Journey Level $41.53 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47 07 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) i King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Wetl Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers ft irrigation Pump Oiler $12.97 1 Installers King Wett Drillers Et irrigation Pump Well Driller $18.00 1 'P Installers Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate ofthe cost of fringe benefits actually provided for the worker l ALL HOURS WORKFD IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C The first two (2)hours after eight (8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half tunes the hourly i ate of wage All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D The first two(2)hours before or after a five-eight(8) hour workweek day or a four-ten(10) hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half tunes the hourly rate of wage All additional hours worked and all woiked on Sundays and holidays shall be paid at double the hourly rate of wage E. The first two (2)hours after eight(8)regular hours Monday through Friday and the fitst eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage F The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half tines the houtly rate of wage All other overtime hours woiked,except Laboi Day, shall be paid at double the houily rate of wage All hours worked on Labor Day shall be paid at three tunes the hourly rate of wage G The first ten(10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the houily rate of wage All hours worked in excess of ten (10) houts per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the how ly rate of wage H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage All hours worked Monday thiough Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage J The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage K All hours worked on Satuidays 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 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-halt trines the hourly rate of wage All hows worked on Sundays and holidays shall be paid at double the hourly rate of wage 1 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 1. N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly Late of wage All hours worked on Sundays and holidays shall be paid at double the hourly i ate of wage O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve(12)hours, Monday thiough Friday and after ten(10)hours on Saturday shall be paid at double the hourly iate of wage P All hours worked on Saturdays(except makeup days if cii(,tunstances warrant) and Sundays shall be paid at one and one-halt times the houi ly rate of wage All hours woiked on holidays shall be paid at double the hourly rate of wage Q The first two (2) hours after eight(8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10) hours per day Monday through Satui day and all hours worked on Sundays and holidays(except Christmas day) shall be paid at double the hourly rate of wage All hours worked on Cluishnas day shall be paid at two and one-half times the houi ly rate of wage R All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage a S The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked. except Labor Day, shall be paid at double the hourly iate of wage All bouts worked on Labor Day shall be paid at three times the hourly rate of wage U All hours worked on Satuidays 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 tunes the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage V All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at double the houi ly rate of wage W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-hatf tmies the hourly rate of wage All hours woiked on holidays sliall be paid at double the hourly rate of wage X The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the houi ly i ate of wage When holiday falls on Saturday or Sunday, the day before Saturday, hriday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage Y All hours worked outside the hours of 5 00 am and 5.00 pm (or such other hours as may be agreed upon by any employei and the employee)and all hours worked in excess of eight(8) hours per day(10 hours pei day for a 4 x 10 woikweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the liourly tate of wage (except for employees who are absent fiom woiI, without print approval on a scheduled workday duung the woikweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek) All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 1 2 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage C All hour s worked on Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at two times the hourly late of wage F The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight(8) hours on holidays shall be paid at double the hourly rate of wage G All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage R All hours worked on Sundays and holidays and all hours worked over sixty(60) in one week shall be paid at double the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage W The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All othei hours worked Monday through Satuiday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten-pout weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked aftei ten shall be paid at double the hourly rate of wage The first eight(8)hours worked on the fifth day shall be paid atone and one-half times the hourly rate of wage All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage Y Alt hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly late of wage All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 3 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 Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)how shifts are established,or forty(40) hours of straight time pei week, Monday through Friday or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time late Hours worked over twelve hours(12) in a single shift and all i+rock performed after 6 00 pm Satui day to 6 00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift staitmg between the hours of 6 00 pm and midnight shall receive an additional one dollar($1 00)per hour for all hours worked that shift The employer shall have the sole discretion to assign overtnne work to employees Pitmary consideration for overtime woik shalt be given to employees regularly assigned to the Aoik to be peifonned on overtime situations After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such tune as the employee has had a break of eight(8)hours or moie 3 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3 B The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday Shall be paid atone and one-half times the hourly rate of wage All hours worked over twelve(12)hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly sate of wage All work peiformed after 6 00 pm Saturday to 5 00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has woiked eight(8)hours at an applicable overtime iate all additional hours shall be at the applicable overtime rate until such time as the employee has had a bleak of eight(8)hours or more D All hours worked between 6 00 pm Monday through 6 00 am Saturday,shall be paid at an overtime rate of 15% over the hourly rate of wage All other hours worked after 6 00 am on Saturdays,shal I be paid at one and one-half times the hourly rate of wage Alt hours worked on Sundays and holidays shall be paid at double the hourly rate of wage E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate G Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established, or forty(40) hours of stiaight time per week, Monday through Friday,,and all work on Saturdays shall be paid at time and one-half the straight time iate Hours worked ovei twelve horns(12) in a single shift and all woi k performed after 8 00 am Sunday to 8 00 am Monday and Holidays shall be paid at double the straight time rate of pay After an employee has worked eight(8) hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a bi eak of eight(8) houis of more 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A All hours worked in excess of eight(8)hours per day or forty(40) hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage Holiday Codes 5 A Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day,and Christmas Day(7) B Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8) C Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, ; the Friday after Thanksgiving Day,And Christmas Day(8) D Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Fhanksgivmg Day, the Friday and Saturday after Thanksgiving Day.And Christmas Day(8) H Holidays New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6) 4 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 5 1 Holidays New Yeats Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7) K Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Chu tstnws,And Christmas Day(9) L Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday After I hanksgivmg Day, And Christmas Day(8) N. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9) P Holidays New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q. Paid Holidays New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6) R Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day. Thanksgiving Day, Day After ThanksgiN ing Day.One-Half Day Befoic Christmas Day_And Christmas Day (7 1/2) S Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7) T Paid Holidays New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Chi istmas Day(8) Holiday Codes Continued 6 A Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8) E Paid Holidays New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day (9 P2) G Paid Holidays New Year's Day,Martin Luther King Jr Day, Presidents' Day,Memorial Day,Independence Day, Labor Day, Veterans'Day,Thanksgiving Day, The Friday After Ihanksgiving Day, Christmas Day,And Christmas Eve Day(11) H Paid Holidays New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10) i Paid Holidays New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday Aftei Thanksgiving Day,And Christmas Day (7) 5 — -2 1 thru 8-30-2013 Benefit Code Key Effective 3 3 0 3 6 T Paid Holidays New Year's Day, Piesidents' Day, Memorial Day. Independence Day, Labor Day, Thanksgiving Day, The Friday After Ihanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9) Z Holidays New Yeai's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) if a holiday falls on Saturday, the pieceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday Holidav Codes Continued 7 A Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day B Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Satuiday after Thanksgiving Day,And Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following :Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday C Holidays. New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday winch falls on a Saturday shall be observed as a holiday on the preceding Friday D Paid Hohdays New Year's Day, Memorial Day, Independence Day Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Unpaid Holidays President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Finlay after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holtday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8) Any holiday which falls on a Sunday shall be obaetved as a holiday on the following Monday Any holiday which falls on a Saturday shall be obseived as a holiday on the preceding Friday G Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H Holidays New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday aftei Thanksgiving Day, the Last Working Day before Christias Day and Christmas Day(9) Any holiday which falls on a Sunday shall be observed m a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday I Holidays New Year's Day,President's Day,Independence Day, Memorial Day, Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 6 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 7 J Holidays New Year's Day, Independence Day, Memorial Day, Labot Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the pi eceding Friday K Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a hohday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L Holidays New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M Paid Holidays New Years Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, And the Day after of betoie Christmas Day 10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following.Monday When Christmas talcs on a Saturday,the preceding Friday shall be observed as a holiday O. Paid Holidays New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday 11) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday P Holidays New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be d regulai woik day R Paid Holidays. New Year's Day,the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Laboi Day,Thanksgiving Day,the Fi iday after Thanksgiving Day,Christmas Day and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays New Year's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgrvmg Day,Chu istmas Day The Day After Christmas,And A Floating Holiday(9) If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly Dote Codes 8 A In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more Over 50'To 100'-$2 00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3 00 per Foot for Fach Foot Over 100 Feet Over 150'To 220'-$4 00 per Foot for Each Foot Ov er 150 Feet Over 220'-$5 00 per Foot for Each Foot Over 220 Feet 7 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100'-$1 00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1 50 per Foot for Each Foot Ovei 100 Feet Over I50'To 200'-$2 00 per Foot for Each Foot Over 150 Feet Over 200'-Divets May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1 00 per hour L Workers on hazmat projects receive additional hourly premiums as follows -Level A $0 75, Level B $0 50,And Level C SO 25 M Workers on hazmat projects receive additional hourly premiums as follows Levels A& B $1 00,Levels C&D S0 50 N Workers on hazmat projects receive additional hourly premiums as follows -Level A $1 00,Level B $0 75, Level C $0 50,And Level D $0 25 P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit $2 00,Class B Sun $1 50,Class C Sun $1 00,And Class D Suit S0 50 Q The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid R Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laborer petfornis the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during eonsti uc,tion operations Flaggers and Spotters shall be posted wheie shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana,or Idaho These classifications are only effective on or after August 31, 2012 S Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggeis and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana or Idaho This classification is only effective on or after August 31, 2012 T Effective August 31,2012—A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle.and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a cui rent flagging card issued by the State of Washington,Oregon,Montana,or Idaho This cla,sification is only effective on or after August 31,2012 8 KENO Agenda Item: Bids - 9A TO: City Council DATE: July 16, 2013 SUBJECT: SR 516 to S 231" Way Levee Improvements North Reach Secondary Levee MOTION: Move to award the SR 516 to S. 231" Way Levee Improvements North Reach Secondary Levee Project contract to SCI Infrastructure, LLC., in the amount of $583,462.54 and authorize the Mayor to sign all necessary documents, subject to signing of the Interlocal Agreement with the King County Flood Control District for this project, and subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The State Route (SR) 516 to S. 2315` Way Levee adjacent to the Lakes Community requires improvements to meet federal standards for accreditation. An interlocal agreement between the King County Flood Control District and the City for the construction effort on the SR 516 to S. 23152 Way - North Reach Levee Project (also known as the Russell Road Upper Levee - North Reach) using Flood Control District Funds is being reviewed by the King County Flood Control Board of Supervisors. This levee is along the Condominium Associations of Marina Pointe and River Place at the Lakes. Construction includes a 1,200-foot secondary levee. The work is part of the city of Kent and the King County Flood Control District's efforts to repair deficient levees to a safety standard that exceeds FEMA accreditation. EXHIBITS: Public Works memo dated 7/9/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Under this agreement, the City is allowed to spend up to $1,500,000. The Flood Control District has $3.7-million in budgeted funds for the entire Russell Road Upper levee. PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Public Works Director KEN T Address 220 Fourth Avenue S. WPSHINGTON Kent, WA 98032-5895 Phone. 253-856-5500 Fax- 253-856-6500 DATE: July 9, 2013 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: SR 516 to S. 2315t Way Levee Improvements North Reach Secondary Levee - Award Bid opening for this project was held on July 9, 2013 with five bids received. The low bid was submitted by SCI Infrastructure, LLC in the amount of $583,462.54. The Engineer's estimate was $798,364.50. The Public Works Director recommends awarding this contract to the low bidder, subject to signing of the Interlocal Agreement with the King County Flood Control District for this project. Bid Summary 01. SCI Infrastructure, LLC $583,462.54 02. Lloyd Enterprises, Inc. $591,821.17 03. TITAN Earthwork, LLC $656,901.45 04. Road Construction Northwest $722,262.55 05. Steelhead Constructors, Inc. $781,154.39 Engineer's Estimate $798,364.50 REQUEST FOR MAYOR'S SIGNATURE �� KENT Please Fill in All Applicable Boxes \/ we d by Director Originator's Name: Beth Tan Dept/Div. Engineering/Envir nmental Extension: 5552 Date Sent: 6 a9/i3 Date Re uired: e Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 60 working days VENDOR: SCI Infrastructure, LLC DATE OF COUNCIL APPROVAL: 7/16/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with SCI Infrastructure for the SR 516 to S. 231st Way Levee Improvements North Reach Secondary Levee Project. The project consists of a secondary levee east of the existing SR 516 to S. 231st Way levee along the Green River in Kent Washington. The project will take place along a portion of the Green River Trail near the development of The Lakes community multi-family development. The project is approximately 1,200 linear feet of simplified earthen levee constructed on city owned property. The work is part of the city of Kent and the King County Flood Control District's efforts to repair deficient levees to a safety standard that exceeds FEMA accreditation. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) r g I � Received: s_� le L (J � Approval of Law Dept.: r�,Fp 0 3 2013 r � Law Dept. Comments: �,� ' IVED Date Forwarded to Mayor: =� SEP 3 2013 City of Kent Shaded Areas To Be Completed By Administratio 'B 211taftor uI0 Received: IMA 40 erg Recommendations and Comments: Disposition: Date Returned: