Loading...
HomeMy WebLinkAboutPW14-138 - Original - R.L. Alia Company - 64th Ave S Channel Improvements - 06/03/2014 3 24 r �. Records Mn� a 't KENT WASXINOTON 5 r d Document St ft 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: R. L. Alia Company Vendor Number: JD Edwards Number Contract Number: fW 14 � 1 59 This is assigned by City Clerk's Office Project Name: 641h Ave. S Channel Improvements UPRR Spur Culvert Replacement Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment M Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 120 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Garrett Inouye Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The_project consists of the removal of three existing 60 inch diameter, 129 foot long _ _ culvert pipes, and the installation of two precast three-sided 14 W x 5 H x 1301 concrete box culverts with lids and headwalls, and wingwalls. S:Pubilc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 641" Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C BIDS ACCEPTED UNTIL May 6, 2014 10:00 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 W ASH IN O TO 14 PUBLIC WORKS DEPARTMENT '. Timothy J. LaPorte, P.E. Public Works Director '.. 400 West Gowe Kent, WA 98032 0 T Fax: 253-856-6500 KEN w = o PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 641h Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C ADDENDUM No. 1 May 1, 2014 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 I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement page 10 of the Bidder's Document. Bidders must use the replacement page. i SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4140 2-09.5 0� Sheet Piling $ $ KSP 4,100 Per SF SQ FT 4180 7-08.5 272OG Bank Run Gravel for Trench $ $ o KSP 4,100 Backfill Per TON m TONS ($2.50 Min) c m I Y 3 3 3 0 MAYOR SUZETTE COOKE - - j II - KENT SPECIAL PROVISIONS Page 1-16 - Section 1-05.14 - Cooperation With Other Contractors REPLACE the second paragraph with the following: .-L. pyI ink --J II�LI.... / eendu ;ranee-geed tc be remeved, elocat^ I remaval or Histallat6on of the culverts-. PSE has existing gas and electrical conduits located in an easement above the three 60 Inch Diameter RCP Culvert Pipes. PSE will abandon these conduits, and will replace them with new conduits. The Contractor shall notify PSE at least two weeks prior to backfilling of the box culverts trench to allow PSE to complete their work. The Contractor shall provide at least a week in their schedule for PSE to install the new conduits. Page 1-23 - Section 1-07.23(1) - Construction Under Traffic ADD the following to end of this section: To minimize traffic inconvenience to the public, the Contractor shall limit road closures near the project. The Contractor may close the two southbound lanes along 64`h Avenue S. between S. 226th Street and S. 228`h Street for up to 21 calendar days. The Contractor may close only the westernmost southbound lane along 64th Avenue S. between S. 226th Street and S. 228th Street for up to an additional 21 calendar days. No other lane closures shall be permitted outside of these 42 calendar days. The calendar day closures are not limited to consecutive day closures. Page 2-5 - Section 2-03.4 - Measurement REVISE this section as follows: Unsuitable foundation excavation will be measured by the cubic yard for all excavated material e •ta� below the miningum exeavatl `'s subgrade unsuitable excavation pay limits as shown on the plans. Excavation to remove the existing culvert pipes shall be incidental to the Remove Existing Culvert Pipe bid item. Excavation to install the box culverts and headwalls within the flT[Rimu/r &x-e aloe area limits of culvert excavation shall be incidental to the Precast Concrete Box Culvert bid Item. Excavation to install the concrete wingwall shall be incidental to the Precast Concrete Wingwall bid item. Page 2-17 - Section 2-09.3(3)D - Shoring and Cofferdams DELETE the last sentence of the fourth paragraph: The erected vertical shoring shall be inspected by a Professional Structural Engineer licensed in the State of Washington. The Contractor shall monitor the performance of the components of all excavation support systems, for both vertical and horizontal movement, and slope stability at regular intervals, locally and globally, as specified in the Shoring Plan. The Contractor shall provide a contingency plan in the event of an unfavorable performance of the support system. The Contractor shall repair damage to any existing structures resulting from the installation or removal of the excavation support system. , 2 Page 2-17 - Section 2-09.4 - Measurement ADD the following section: SECTION 2-09,4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-09.4 Measurement Sheet piling shall be measured per square foot of sheet pile from the top of the box culvert trench to the bottom of the box culvert trench. Sheet piling buried below the trench bottom or extending above the top of the trench shall not be included in this measurement. III - APPENDIX Appendix 2 - Traffic Control Plans REPLACE the Road Closure Plan with the attached Detour Plan. ADD the attached Day/Night Right Lane Closure Plan. IV - PLANS REPLACE plan sheet 3 of 11 with the attached. REPLACE plan sheet 7 of 11 with the attached. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Proposal page 10 Traffic Control - Detour Plan Traffic Control - Day/Nigh Right Lane Closure Plan Plan Sheet 3 of 11 Plan Sheet 7 of li 3 i� SCHEDULE IV: STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 4110 7-05.5 3 Solid Locking Catch Basin $ $ KSP EACH Frame and Cover Per EA 4135 2-02.5 100 Remove Existing Storm Sewer $ $ KSP LN FT Pipe or Culvert Per LF 4140 2-09.5 8,200 Sheet Piling $ $ KSP 4,100 Per SF SQ FT i 4145 2-09.5 600 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF 4150 2-08.5 45 Aggregate Pier $ $ KSP EACH Per EA 4155 4-04.5 1,100 Permeable Ballast $ $ KSP TONS Per TON 4165 8-15.5 200 Quarry Spalls $ $ WSDOT TONS Per TON 4170 2-12.5 700 Construction Geotextile for $ $ KSP SQ YDS Separation, Non-Woven Per SY Crushed Surfacing 4175 4 04,5 200 Cr g Top $ $ KSP TONS Course, 5/8 Inch Minus for Per TON Culvert Subbase 4180 7-08.5 2,200 Bank Run Gravel for Trench $ $ KSP 4,100 Backfill Per TON TONS ($2.50 Min) 64th Ave. Channel Improvements UPRR/Inouye 10 May 1, 2014 Project Number: 10-3030C $212th ST V08 o _ DETOUR Va O I � I 1 Flo o NOT TO SCALE C11 anoiao � SPEED ����_ _ __ S 216th sTLIMIT ETOUR m 35 MPH [ROAD i -� I i l l— TRAFFIC CONTROL NOTES: -- 1. SIGN SPACING: 350'f 2. TRAFFIC DRUM SPACING. 20' TAPER, 30' TANGENT � I 1 3. SHALL BE TYPE C STEADY BURNING I i? LIGHTS ON TRAFFIC DRUMS --- 4. SHALL HAVE FLASHING LIGHTS ON TYPE Ili BARRICADES. " li —----_---------_ RCA ROAD CLOSED AHEAD s 226th sT J ROAD CLOSED DA DETOUR AHEAD i i LANE MERGE RIGHT SYMBOL l -- TRAFFIC DRUM ROAD WORK DIRECTION S Ay TYPE III BARRICADE °j wo i��� j ® ARROW BOARD (SEQUENTIAL CHEVRON) — - -- -- S 2261h ST (� TRAFFIC CONTROL — DETOUR PLAN PROJECT TITLE: 64th AVE CHANNEL IMPROVEMENTS PHASE 11 � O� , PROJECT NO.: 10-3030N7' WAB HHOTDN mi O r NOT TO SCALE SPEED LIMIT O a 35 MPH I 13VIHV i I �:1309V-lH Ld ®r P/ ILAGGER LOCAT ON S 226th ST J1 I O O ----0 1 f ;I TRAFFIC CONTROL NOTES: 0 m _ 1. SIGN SPACING: 350't D D I• 2. FLAGGING AHEAD SIGN SHALL BE - ) _0 o REMOVED WHEN NOT FLAGGING. 0 m � 3. TRAFFIC DRUM SPACING SHALL BE 20' TAPER, 30' TANGENT. D _ 4. SHALL BE TYPE C STEADY BURNING o LIGHTS ON TRAFFIC DRUMS. RWA ROAD WORK AHEAD RLCA DETOUR AHEAD 1 I LANE MERGE RIGHT SYMBOL i -- TRAFFIC DRUM / - " ,- � - ARROW BOARD (SEQUENTIAL CHEVRON) TRAFFIC CONTROL - DAY/NIGHT RIGHT LANE CLOSURE PLAN PROJECT TITLE: 64th AVE CHANNEL IMPROVEMENTS PHASE II PROJECT NO.: 10-3030 V KENT WABHINOTON 1 €a' wa y ��o�n^ mmz II I i �$ QUK z I I � I 111110 0 D 3 I I � F s I Li MAX II u F� ii N I�a ll I � 6U N Q m /t` o mg t°ee� Fb A U 2. w / /I - ✓ � � }�L1 L � � �'anB� I 1 � FgPU< I l I ¢d n�� �r�'jI// �Ie h � � s i f^ '//III Ur ICI o 7 K' nmm/'3m pmn_ Fy. m yo wmn .^y yo cmm. 4 I, ;t^mom Fo mnnw pU,m � g3 � .mm � /a w/ �.✓ w FF�mn � € � a m III � I ✓ � Ord ;I�m w Ivl 2' I W 9l 9 IwM'k 9lOWYYJ A31tlRt[0 CPCC-Ol C EYH vM e'yewcw wl puuey�any yip 060C-0'.IOHuawuy,vJ zg II w �AUM I �V Al �< £B��E ✓ I N, ' it I <z I. rr x w rc w I �rjj -j F ��✓ � � � � � � � I I � � � � mad w ✓ wo P I k i 4' '✓ m j 3 -� U �� � 3 � yg€i I✓ � O j 3 I V Y � 3 � I .j � 3 s ✓ ✓ 0 rm �� v�A, Ll I Lo wv ss:u ama rx s •vvna asumoine 3cv nae s m oc-ol n ssrlwv v=rv•w�nwl wauob wv nas cca-ol m:�wo�mn n W 25t WZ -22 001/2013 COMERCIAL L!"ILITY UMBRELLA cu 24 03 09 OQ THIS 15MORSUMMUNT ',!aANGM,' THE POLIC-1, rLtIUMr Mtn IT WAIVSR OV TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHEIRS TO US Az iv 3U fiov vonm thm vmmd jl� ,rod in intr1t,l, =U W&JIVI llM&TafJV IA f 3e,j:vv shown in vh" 1"Maymir'ns 'she cns r,lt;,I'onn i tJlo ol, tho, for Prty oc'pVm,y IN My jhnm- 3 PHOA ire V e&yl -W "yqMuzallon shmn 3uimd7tib a11,vc hrer,uzn7 cf- luoi_,- frn- in joy m Aloyng xW Q OAR owyn"q wp Va Limuj vl minx ppr ,A wr '"yoonvin" "Wl arlmv-Im' too a A pplluu Q N,fa, L in the ochwom sbwm. Qu 24 01 to or, mm%l, (mmm,m Am= Wn,,, ant— 2010 Pao 8 of 8 ALIAGOMP(ALGOO) TAB INDEX III, Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Traffic Control Plans Tab 7 Geotechnical Design Report Tab 8 Hydraulic Project Approval Tab 9 Pipeline Crossing Agreement Tab 10 Prevailing Wage Rates i i Seal.of Responsibility This engineering document was prepared by me or under my direct personal supervision and l am St M. a duly licensed P,Wessionai Engineer under the o laws f the 'ate Washington. c7 . _ '� !S 1 signature) (date) Printed or typed name: Garrett;Induye 42606 6 License number 42.606 sSIDNAL��G �'is.l� My license renewal date is: May 6, 2015 Pages ar sheets covered :by this seal; AI.I_Sectiori§ Exce t,as noted below. This-englneering document was prepared by me S D or under mY dlreetonal supervision and I am �,g, a duly Ilcense�l Pr-ofe's al Engineer under the i laws of Wash ). ton. �natUre) (date) Printed or tyodd name. James Drbnsfield L[cense pumber 2�:fSj '� My license renewal date J"s.,. December 19i Z015 pages or sheets covered by this seal! Specification Sections; This,engftteering clocument'was prepared by me or n ar rpy dlrec ' erson l syperv't-ion and 1 am :SA a d ice s d P o essionaJ Engineer under the to f Washington, i DF iq, F,p � si n (da e) ( a 9 fure) zaozs �`� 14, Printed or typed name. David Shearer �� s License number: 23026 CAS RAL EN My license renewal date is;:Nnvember 13, 2015 y Pages or sheets covered by thJs seal`. Specification Sections: l 7-02 BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR th 64 Ave, S, Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C BIDS ACCEPTED UNTIL May 6, 2014 10:00 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 I • I� KENT W A S H I N G T O 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 I Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Traffic Control Plans Geotechnical Design Report Hydraulic Project Approval Pipeline Crossing Agreement Prevailing Wage Rates II INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 6, 2014 up to 10:00 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 10:00 a.m. for the City of Kent project named as follows: 64th Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C The project consists of the removal of three existing 60 inch diameter, 129 foot long culvert pipes, and the installation of two precast three-sided 14'W x 5'H x 1301 concrete box culverts with lids and headwalls, and wingwalls. Aggregate piers will be installed as a foundation to support the culverts and the railroad spur loading. As the 64th Avenue S. Channel is a primary drainage feature for the valley, all in channel work must be completed before the start of the seasonal wet season (October 1). Temporary diversion of drainage flows, cofferdams, sheet piles, and bypass pumps will be needed. The Contractor shall consider the long lead time to order and fabricate the large, concrete box culverts. The Engineer's estimate for this project is approximately $1.2 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Garrett Inouye at (253) 856-5548. 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.aov/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 performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 16th day of April, 2014. BY Ronald F, o&e, City Clerk i Published in Kent Reporter on April 25 2014 Daily Journal of Commerce on April 22 and 29 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 5-- �, - /K- This statement relates to a proposed contract with the City of Kent named 641h Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C 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. NAME OF BIDDER r BY: ' ' FRc3iocur Signature/Title 100-1 1,&iLunms A\IF, SOUTN- Re44,-ON, ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 64"Ave. Channel Improvements UPRR/Inouye 1 April 16, 2014 Project Number: 10-3030C 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 o fulfill the five requirements referenced above. By: iuf L. /i�ik PRa�oe�+t For: ALiA 6DtAP AV i Title: PROS I ofsJ a Date: 64`h Ave. Channel Improvements UPRR/Inouye 2 April 16, 2014 Project Number: 10-3030C CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 I 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 64th Ave. Channel Improvements UPRR/Inouye 3 April 16, 2014 Project Number: 10-3030C 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 I, the undersigned, a duly represented agent of R,L �U r+ Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 64th Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement/Project Number: 10-3030C that was entered into on the Date , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Pees i ofgt� Date: m i 64 Ave. Channel Improvements UPRR/Inouye 4 April 16, 2014 Project Number: 10-3030C PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that F)tV)ARQ L. Auft ( R-L. PUN &M9A01 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 64th Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement/Project Number: 10-3030C 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 SCHEDULEI - 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. 641h Ave. Channel Improvements UPRR/Inouye 5 April 16, 2014 Project Number: 10-3030C I SCHEDULE I: STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ =« ' $ rsnI(o")`c WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ 1016,06 $ 16 666 cu WSDOT LUMP SUM Per LS 1010 2-02.5 300 Remove Existing Asphalt $ $ KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 75 Remove Existing Cement $ KSP SQ YDS Concrete Driveway/Pavement Per SY 1025 2-02.5 70 Remove Cement Concrete G� W KSP LN FT Curb and Gutter Per LF 1030 2-02.5 275 Remove Cement Concrete 1x2 KSP LN FT Extruded Curb Per LF 1050 2-02.5 50 Saw Cut Existing Asphalt $ GCQ $ :1>06 KSP LN FT Concrete Pavement Per LF 1055 2-02.5 75 Saw Cut Existing Cement $ 6,? $ ">O KSP LN FT Concrete Pavement Per LF 1060 2-03.5 25 Roadway Excavation Incl. $ $ WSDOT CU YDS Haul Per CY � I 1065 2-03.5 500 Unsuitable Foundation $ SU $ WSDOT CU YDS Excavation Incl. Haul Per CY 64°i Ave. Channel Improvements UPRR/Inouye 6 April 16, 2014 Project Number: 10-3030C SCHEDULE I: STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1075 4-03.5 200 Gravel Borrow, Including Haul $ 30 . $ KSP TONS and Compaction Per TON 1080 4-04.5 100 Crushed Surfacing Top $ NOGG $ 'J ,O(Y-' 6` KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1100 5-04.5 225 HMA Class 1/2", PG 64-22 $ $ KSP TONS Per TON 1125 5-04.5 10 Cold Plant Mix for Temporary $ I!3 $ i 0G c KSP TONS Pavement Patch Per TON 00 1140 8-06.5 75 Cement Concrete Driveway, $ 6G $ a-p , SoG, " KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 7-15.5 200 Water Service Line $ 16`x $ 'Z,UOU`4 KSP LN FT 1 Inch Diameter Per LF 1205 8-04.5 70 Cement Concrete Curb and $ '?H `'° $ ) 16,E `0 KSP LN FT Gutter Per LF 1210 8-04.5 250 Cement Concrete Extruded $ )s.a $ :.1-7s 1 KSP LN FT Curb Per LF 1315 8-28.5 10 Pothole Utilities $ ICkJ" $ 11000 KSP EACH Per EA 1325 2-01.5 2 Remove Existing Landscape $ 5 fG $ 1 wo KSP EACH Tree Per EA i 64`^Ave. Channel Improvements UPRR/Inouye 7 April 16, 2014 Project Number: 10-3030C SCHEDULE I: STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1335 2-07.5 30 Watering $ 30 $ �Ce�, KSP HOURS Per HR Schedule I Total $ I -z11 Ce II 64°h Ave. Channel Improvements UPRR/Inouye 8 April 16, 2014 Project Number: 10-3030C i i SCHEDULE IV: STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4005 2-02.5 387 Remove Existing 60Inch $ LiOcn $ I �,`$ 0co KSP LN FT Diameter RCP Culvert Pipe Per LF 4010 7-02.5 130 Precast Two Cell 3-Sided $ 92 KSP LN FT 14'W x 5'H Concrete Box Per LF Culvert with Lid and Headwall 4015 7-02.5 4 Precast Concrete Wingwall $ '5,1"Y3`'6 $ L0169� �N KSP EACH Per EA 4025 7-02.5 100 Pedestrian Handrail $ 1Go $ 1o,6(J6 KSP LN FT Per LF 4030 7-04.5 70 Ductile Iron Storm Sewer $ (00'2� $ `"7 , " KSP LN FT Pipe, 12 Inch Diameter Per LF JJ 4035 7 04.5 35 Ductile Iron Storm Sewer $ " dG $ "7, KSP LN FT Pipe, 24 Inch Diameter Per LF 4040 7-08.5 20 Foundation Material, $ '3'Cj 413 $ G oo KSP TONS Class I and II Per TON i I 4045 7-08.5 75 Pipe Zone Bedding $ 7-5 KSP TONS Per TON 4080 7-05.5 2 Catch Basin, Type 1 $ IjaW $ -Z,060 KSP EACH Per EA 4085 7-05.5 1 Catch Basin, Type 2 $ '" ,U % $ -3 006 ' KSP EACH 48 Inch Diameter Per EA i 64'h Ave. Channel Improvements UPRR/Inouye 9 April 16, 2014 Project Number: 10-3030C SCHEDULE IV; STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO, QUANTITY PRICE AMOUNT 60 0{ 4110 7-05.5 3 Solid Locking Catch Basin $ Aso ._ $ I;O jG KSP EACH Frame and Cover Per EA it 4135 2-02.5 100 Remove Existing Storm Sewer $ 2 $ .e'6'-J U KSP LN FT Pipe or Culvert Per LF 4140 2-09.5 8,289 Sheet Piling $ I $ KSP 4,100 Per SF SQ FT so 4145 2-09.5 600 Shoring or Extra Excavation $ la $ GO WSDOT SQ FT Class B Per SF I Z,, aca 4150 2-08.5 45 Aggregate Pier $ $ it z ( 50C KSP EACH Per EA .70 4155 4-04.5 1,100 Permeable Ballast $ 30 $ KSP TONS Per TON i 4165 8-15.5 200 Quarry Spalls $ y)f�' $ � WSDOT TONS Per TON 4170 2-12.5 700 Construction Geotextile for $ '5 pc $ loc)s� KSP SQ YDS Separation, Non-Woven Per SY 4175 4-04.5 200 Crushed Surfacing Top $ � $ Co,CYx�L, KSP TONS Course, 5/8 Inch Minus for Per TON Culvert Subbase 4180 7-08.5 2,200 Bank Run Gravel for Trench $ I5 " $ 10[ OCT KSP 4,100 Backfil) Per TON TONS ($2.50 Min) 64th Ave. Channel Improvements UPRR/Inouye. 10 May 1, 2014 Project Number: 10-3030C SCHEDULE IV: STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 4185 4-04.5 70 Gravel Backfill for Walls $ �so $ Z, Io(D KSP TONS Per TON 4200 7-00.5 1 Temporary Channel Bypass $ -Ld ,GOd KSP LUMP SUM Per LS 4210 7-00.5 1 Baker Tank $25,000.00* $25,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders ac Schedule IV Total $ i i 64t^Ave. Channel Improvements UPRR/Inouye 11 April 16, 2014 Project Number: 10-3030C SCHEDULE V: TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 250 Traffic Control Labor $ 16CO $ 3 )'-1`,O KSP HOURS Per HR 5015 1-10.5 25 Traffic Control Supervisor $ 5 " $ l r"7-56`'6 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 2�0ocr3� $ ? ,00d KSP LUMP SUM Devices Per LS 5030 1-10.5 85 Portable Changeable Message $ i 0 �_ $ `o KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 85 Sequential Arrow Sign SAS KSP DAYS Per DAY � I Schedule V Total $ `c� __150 1 II 64'h Ave. Channel Improvements UPRR/Inouye 12 April 16, 2014 Project Number; 10-3030C SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 150 Seeding, Fertilizing, and $ -Z $ 300 ce KSP SQ YDS Mulching Per SY 7010 8-01.5 125 Erosion Control Blanket $ $ 1 )'Z,`3G KSP SQ YDS Per SY 7015 8-01.5 2 Inlet Protection $ q696 $ KSP EACH Per EA 7020 8-01.5 500 Straw Mulch $ — $ 115 o KSP SQ YDS Per SY 7025 8-01.5 S00 Clear Plastic Covering $ ?) $ mJ`' KSP SQ YDS Per SY 7035 8-01.5 30 Street Cleaning $ I S�9 $ 156 A :.� WSDOT HOURS Per HR oa Schedule VII Total $ a80 i i 64"Ave. Channel Improvements UPRR/Inouye 13 April 16, 2014 Project Number: 10-3030C i SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT D 8005 8-02.5 50 Compost Amended Topsoil $ �� r $ '3 , ` «0 KSP CU YDS Per CY c# oo i 8015 8-02.5 50 Bark or Wood Chip Mulch $ a0 - $ `Z ,5-6b— KSP CU YDS Per CY 8020 8-02.5 8 Pacific Ninebark $ �0 0 $ 1[A000 KSP EACH (Physocarpus capitatus) Per EA (1 gallon) 8025 8-02.5 8 Vine Maple $ 30<v_ $ -L90 KSP EACH (Acer circinatum) Per EA (1 gallon) 8030 8-02.5 10 Swamp Rose $ $ 3 , KSP EACH (Rosa palustris) Per EA (1 gallon) 8035 8-02.5 5 Thimbleberry $ G _ $ ;gip KSP EACH (Rubus parviflorus) Per EA (1 gallon) 8040 8-02.5 3 Salmonberry $ ?)G60 $ C�L)09 KSP EACH (Rubus spectabilis) Per EA (1 gallon) 8045 8-02.5 3 Tall Oregon Grape $ ' 5 ' $ los + u KSP EACH (Mahonia aquifolium) Per EA (1 gallon) 8050 8-02.5 7 Beaked Hazelnut $ '3 $ ez q-.T o KSP EACH (Corylus cornuta) Per EA (1 gallon) <:o Schedule VIII Total 64t^Ave. Channel Improvements UPRR/Inouye 14 April 16, 2014 Project Number: 10-3030C r BID SUMMARY Schedule I V� H, Ia o Schedule IV Schedule V Schedule VII r:o Schedule VIII -7' '�70 Sub Total 9.5% WA State Sales Tax 187' �)-7T TOTAL BID AMOUNT � ' »�" ' S 8 II I 64`h Ave. Channel Improvements UPRR/Inouye 15 April 16, 2014 Project Number: 10-3030C i 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: 64th Ave. S. Channel Improvements Union Railroad Pacific Spur Culvert Replacement Project Number: 10-3030C Subcontractor Name A/0 SuB ih! C{ GGSS of A % Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i Subcontractor Name Item Numbers Subcontractor Name Item Numbers i CONTRACTOR'S SIGNATURE -- /k� «FfRr�b �• �C�/� 64°i Ave. Channel Improvements UPRR/Inouye 16 PREs"/O�na� April 16, 2014 Project Number: 10-3030C SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: F-L- Pwo, Gcmpmo' Project Name: 64th Ave. S. Channel Improvements Union Pacific Railroad Sour Culvert Replacement Project Number: 10-3030C 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: kOLLM44— uJlu Pt;kPAk /49v 14yk Plumbing Subcontractor Name: le, t_. At,R 6 rn/W H R144 &Rew q 41yy P-WOM10 Electrical Subcontractor Name: Inr- G(.Fz7R/c wiw Pp_F©A4K FtiVy Signature of Bidder Date l I 64`^Ave. Channel Improvements UPRR/Inouye 17 April 16, 2014 Project Number: 10-3030C CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 641"Ave. Channel Improvements UPRR/Inouye 18 April 16, 2014 Project Number: 10-3030C If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: K i- ALII� Camf'"4 NAME: Plt't°ARn L. iqt tp ADDRESS: 10-7 W t+-`(Ams A\IiE SUUTIi C)&O s-7 PRINCIPAL OFFICE: ADDRESS: i0 ". (,(,„AmS 1)4E SQUN- 9CA-To P4 t l.I A Q)�s6s7l PHONE: /CZS) ZZ(a- a160 FAX: �LI2S�ZZ(v BIoEIR 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). 64°'Ave. Channel Improvements UPRR/Inouye 19 April 16, 2014 III Project Number: 10-3030C - 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? I"iir 2.2 How many years has your organization been in business under its present business name? SI tic E Iq"l '{ 2.2.1 Under what other or former names has your organization operated? Naof_ 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: Nov- iy'1N 2.3.2 State of incorporation: iAASNi JG'704 2.3.3 President's name: (Z,ctinnn I_. AbIA 2.3.4 Vice-president's name(s): GAa.i PAr4K1zw1Q- 2.3.5 Secretary's name: (ZNcHAao U (�uA 2.3.6 Treasurer's name: R,cgRau L quip, 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: r4(� 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: �I 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: OVIPr 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. SE76 ATTnetwo 1 3.2 List jurisdictions in which your organization's partnership or trade name is filed. p S�€ ItTTRCiiEO 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. SEE A;TfaenEt 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) �?f AtT(dCHW) 4.2.1 Has your organization ever failed to complete any work awarded to it? 64`h Ave. Channel Improvements UPRR/Inouye 20 April 16, 2014 Project Number: 10-3030C 4.2.2 Are there any judgments, claims, arbitration proceedings or suits SEA pending or outstanding against your organization or its officers? fwPnc,�r9 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 5Ee 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.) Se;:- flTvFamJ 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. su P,TrRcr\�0 4.4.1 State total worth of work in progress and under contract: S f- Are ncaen 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. SfE A--,Ttic*eo 4.5.1 State average annual amount of construction work performed during the past five years: Seer ATr�iCM�0 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. SVC F)TTP ct'<fo 4.7 On a separate sheet, list your major equipment. SV-€ A��ACt�F�a S. REFERENCES i i c 5.1 Trade References: SFf A h1 ,1 f0 5.2 Bank References: Sgg fl`rrnc-Aqo 5.3 Surety: 5.3.1 Name of bonding company: NA5 5.3.2 Name and address of agent: ?AfY-K 15MITO PtJp FCe 6. FINANCING 77,n Wlo A-4t Nf- (bVoLf,JUf( 1-96 11�8166L� 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. 0� 64`11 Ave. Channel Improvements UPRR/Inouye 21 April 16, 2014 Project Number: 10-3030C 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: i-JIu Q�JJ i'� 1� (ZECSuwsr6q 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 6"rA day of /+)v 2014. Name of Organization: /4WA mPL4 By: —� Title: FRISS10?4-7 7.2 I IU(Y , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this eTU day of KIEh.� 2014. Notary Public: My Commission Expires: J'z-S'�Y sr Auer aT6 Otr W P9 64`h Ave. Channel Improvements UPRR/Inouye 22 April 16, 2014 Project Number: 10-3030C CITY OF KENT 64Tn AVE S CHANNEL IMPROVEMENTS —UPRR SPUR CULVERT REPLACEMENT CONTRACTOR'S QUALIFICATION STATEMENT—R. L. ALIA COMPANY 1. Statutory Requirements 1.3 — Industrial Insurance Account Number— 343,041-00 Employment Security Dept Number— 388814-007 State Excise Tax Registration Number—C600149378 1.4—Please consider this as our statement to you that our Company, including any subsidiaries o es, are not and have not been in the past three (3) years, disqualift from bi ding on any public works contract under RCW 39,06.010 or 39 2.065 ( , 40 Richard L. Alia, President of R. L. Alia Company Date 3. Licensing 3.1 —State of Washington—General Contractor 3.2—State of Washington 4. Experience 4.1 —Road Improvements, Underground Utilities, Pump Stations, Culverts 4.2.1 —No 4.2.2—No 4.2.3 —Yes—King County—King Street Odor Control Facility—Suit fled against King County for failure to pay for work performed. Status— Settled. 4.3 —No. 4.4—Work in Progress City of Renton Highlands to Landing Pedestrian Connection $ 1,260,000 Just started this project Estimated Completion is September 2014 CITY OF KENT Page 2 64TH AVE S CHANNEL IMPROVEMENTS —UPRR SPUR CULVERT REPLACEMENT CONTRACTOR'S QUALIFICATION STATEMENT—R. L. ALIA COMPANY City of Auburn Utility Physical Site Improvements $491,000 Will start in May of 2014—Estimated Completion is September 2014 4.4.1 - $1,751,000—Work-In-Progress and Under Contract($1,700,000 left to complete) 4.5 —Projects over last 10 years— See attached 4.5.1 —Average Annual Construction over last 5 years - $6,000,000/year 4.6— Construction experience of key individuals i Rick Alia—Owner, 40+years experience, committed to all projects in progress i Jason McGovern—Superintendent, 21+years experience, presently working on City of Renton—Cleanup 4.7—Major Equipment(All owned): Komatsu 650, Komatsu 600, 2 each Komatsu 200s, CAT 950, CAT 938G, 3 each 580 Cases, 4 each 10 CY Dump Trucks, 3 each Pup Trailers, i i i 1 Department of Labor and Industries R L ALIA COMPANY PO Box 44450 OCT 10 2012 Olympia,WA 98504-4450 Reg: CCRLALIC*104PT iS�BI: 600-149-378 Rcg stered as-provided by Law as: Constivction Contractor (CCOl) . GENERAL R L ALTA COMPANY Effective Daie:.10/30/1990 107 WILLIAMS AVE S ; , ",'Expiration,Date':10/4/2014 RENTON WA 98057 _ I f I Verify Workers'Comp Premium Status-Employer Liability Certificate https://fortress.wa.gov/lni/crpsi/AcetlnfoPrint.aspx?Accountld=3430... Washington State Department orb,3'ta1y; Employer Liability Labor and Industries k Certificate Department of Labor and Industries Employer Liability Certificate Date: 05/05/2014 UBI 4: 600 149 378 Legal Business Name: R L ALIA COMPANY Account#: 343,041-00 'Doing Business As'Name: R L ALIA CONSTRUCTION CO Estimated Workers Reported: Quarter 4 of Year 2013 "21 to 30 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: RLALIC*104PT Expire Date: 10/4/2014 Account Representative: TO/KRISTINE HATHAWAY(360)902-4811 - Email: HATK235@lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers, Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation(See RCW 1_,_12.0,O and=1.16.190). i 1 of 1 5/5/2014 5:03 PM R. L. ALIA COMPANY CONTRACTS COMPLETED Projects completed in the last 10 years: Clearview Pipeline—Alderwood Water District and the Clearview Group $ 11,000,000 (425) 88 1-1100 Harry Dunham Completed in 2003, 95% completed with Alia forces ULID No. 9 Booster Pump Station—Ding County Water District#119 $ 65,000 (253) 952-7797 Joe Dominezyk Completed in Jan. 2003, 85%with Alia forces I CT Detention Pipeline and Park Improvements-City of Renton $ 857,000 (425) 430-7295 J.D. Wilson Completed in 2003, 85% with Alia forces Sewer Contract 2002-3 —Northshore Utility District $ 920,000 (425) 398-4400 Jack Stillwell Completed in 2003, 90% with Alia forces Des Moines Field House Improvements—City of Des Moines $80,000 (206) 870-6568 Corbitt Loch Completed in 2003, 90% with Alia forces Combined Sewer Improvements "E"—City of Everett $1,000,000 (425) 257-8931 Tom Fuchs Completed in 2004, 90%with Alia forces 51"Ave SW Storm Drains—City of Federal Way $50,000 (253) 661-4015 Fei Tang Completed January 2004, 90% with Alia forces 2003 First Ave South Sewer Bypass—Lakehaven Utility District $200,000 (253) 946-5430 John Lee Completed in October of 2004, 80%with Alia forces Fredrickson Trunk Sewer—Pierce County $1,700,000 (253) 798-4050 Arnie Sheppard Completed November 2004, 85%with Alia forces Northend Basement Flood Reduction "F"—City of Everett $1,700,000 (425) 754-6588 Al Rosenzweig Completed in March 2005, 90%with Alia forces I Page 2 Pump Station Rehabs—City of Renton $120,000 (425) 430-7206 Michael Benoit Completed in November 2005, 85% with Alia forces 90`h Place SW Sewer Replacement—Olympus Terrace Sewer District $580,000 (425) 353-6000 Roger Darling Completed in September 2005, 85% with Alia forces Lincoln High School Sewer/Storm Line Upgrades— Seattle School District No. 1 $760,000 (206) 587-0473 Ian Dell Completed in September 2005, 90%with Alia forces Woodridge Open Space Storm Water Improvements—City of Bellevue j $220,000 (425) 452-6977 Chris Brookes Completed in November 2005, 90%with Alia forces CDS Pump Station Elimination—Val Vue Sewer District $430,000 (206) 242-3236 Dana Dick Completed in December 2005, 75% with Alia forces 2005-1 Sewer Improvements—Midway Sewer District $260,000 (206) 824-4960 Marc Montieth Completed in December 2005, 90% with Alia forces Lift Station 436 Modifications— City of Everett $350,000 (425) 754-6588 AT Rosenzweig Completed in November 2006, 70%with Alia forces Allentown/Foster Point Water and Sewer Improvements—City of Tukwila $7,400,000 (206) 433-0179 Bob Giberson i Completed in September 2007, 90% with Alia forces Fort Dent/Interurban Ave Sewer Extension—City of Tukwila $660,000 (206) 433-0179 Bob Giberson Completed in September 2007, 90%with Alia forces i Southcenter Boulevard Watermain—City of Tukwila $800,000 (206) 433-0179 Bob Giberson j Completed in September 2007, 90% with Alia forces SW 34TH Street Culvert Replacement—City of Renton $1,325,000 (425) 430-7247 Allen Quynn Completed in January 2008, 85% with Alia forces Page 3 Sanitary Sewer Repairs 2007— City of Bellevue $790,000 (425) 452-5365 Bill Cross Completed in March 2008,90%with Alia forces Fiber Optic Connection—North—City of Renton $40,000 (425) 430 -7303 Rob Lochmiller Completed in March 2008, 85% with Alia forces King Street Odor Control Facility—King County $3,900,000 (206) 263-3206 Randy Brunke Completed in November 2009, 75% with Alia forces Earlington Sanitary Sewer Interceptor—City of Renton $700,000 (425) 430-7279 John Hobson Completed in November 2008, 90%with Alia forces Carr Road—Panther Creek Emergency Culvert Repair— City of Renton $595,000 (425) 430-7247 Allen Quynn Completed in December 2008, 60% Alia forces 162°d Ave NE Storm Drain Repair—City of Woodinville $ 39,000 (425) 877-2291 Tom Hansen Completed in January 2009, 95% with Alia forces Hewitt Wharf Bulkhead Sinkhole Repair—Port of Everett $54,000 (425) 388-0624 Greg Dawsey Completed in January 2009, 95% with Alia forces Les Gove Neighborhood Improvements—City of Auburn $2,100,000 (253) 931-3010 Dave Roselle j Completed in February 2010, 70%with Alia forces SW 98TH Street Pedestrian Improvements—King County $1,200,000 (206) 423-1061 Wes Chin Completed in February 2010, 85%with Alia forces BLID Structural Walk Replacement— City of Tacoma $1,700,000 (253) 591-5771 Mark Henry Completed in February 2011, 80% with Alia forces Tacoma Pipeline 5 `B" Street Intertic NW —City of Auburn $146,000 (253)261-2576 Dave Roselle Completed in 2011, 85% with Alia forces i Page 4 Wastewater Sewer Replacement—City of Tacoma $138,000 (253) 377-3082 Toney Mathison Completed December 2010, 90%with Alia forces North Intermodal Yard Maintenance Paving—Port of Tacoma $350,000 (253) 428-8638 Jan Shawyer Completed October 2010, 50% with Alia forces City Hall Plaza Improvements—City of Auburn $1,200,000 (253) 931-3010 Mike Kamenzind Completed in 2011, 75% with Alia forces 24TH Street East Strom Drain Crossing—City of Sumner $140,000 (253) 299-5703 Ted Hill Completed January 2011, 60% with Alia forces China Lake Pump Station— City of Tacoma $165,000 (253) 594-7919 Lynn Strom Completed June 2011, 85%with Alia forces SW Sunset Blvd & Hardie Ave Pedestrian Improvements—City of Renton $114,000 (425) 430-7319 James Wilhoit Completed July 2011, 80% with Alia forces 2011 Sewer & Water Main Improvements—Northshore Utility District $730,000 (425) 398-4400 George Matote Completed September 2011, 90% with Alia forces Benson Road Watermain—City of Renton $630,000 (425) 430-7208 Andrew Weygandt Completed November 2011, 90% with Alia forces First Hill Booster Pump Station— City of Mercer Island $500,000 (206) 275-7806 Rona Lin Completed November 2011, 80%with Alia forces Interurban Ave Sewer Improvements—City of Tukwila $625,000 (206) 433-7194 Mike Ronda Completed December 2011, 90% with Alia forces Wastewater Sewer Replacement, 48TH to 54T13— City of Tacoma $475,000 (253) 606-5465 Scan Olson Completed February 2012, 90%with Alia forces I Page 5 Peasley Canyon Intersection Improvements—King County $652,000 (206) 423-1086 Jeff McCarthy Completed May 2012, 85%with Alia forces First Hill Water Main Improvements—City of Mercer Island $650,000 (206) 275-7806 Rona Lin Completed June 2012, 90% with Alia forces I Cloverdale & Charlotte's Blueberry Park Improvements—Tacoma METRO Parks $213,000 (253) 305-1054 Kristi Evans Completed July 2012, 85%with Alia forces City of Tacoma—Watermain Replacement &Wastewater Sewer Replacement WD12-0018F $1,765,000 (253) 502-8742 Gary Gates Completed March 2013, 85%with Alia forces City of Kent—64"H Ave S Culvert/Charmel Improvements $899,000 (253) 856-5542 Phil McConnell Completed November 2012, 90% with Alia forces City of Tacoma—Watermain Replacement—84TH & "D" Street—WD 12-0086F $450,000 (253) 502-8742 Gary Gates Completed February 2013, 80% with Alia forces City of University Place—University Hills Sewer Extension $860,000 (253) 460-2528 Tim Coleman Completed May 2013, 85%with Alia forces City of Tacoma—Wastewater Sewer Replacement & Watermain Replacement PW12-0331F $1,600,000 (253) 954-6992 MaureenDiliey Completed July 2013, 85%with Alia forces City of Renton— Wells and Primary Disinfection $848,000 (425) 430-72XX Tom Malphrus Completed August 2013, 90% with Alia forces City of Tacoma—Platform Replacement $83,000 (253) 591-5304Mike Bell Completed May 2013, 100%with Alia forces City of Tacoma—Ruston Watermain Replacement $800,000 (253) 502-8742 Gary Gates Completed October 2013, 90% with Alia forces Page 6 City of Renton—Airport FBO Parking Lot Improvements $346,000 (425) 430-7471 Ben Dahle Completed October 2013, 85% with Alia forces I City of University Place— 19TH Street Sidewalk Improvements $120,000 (253) 460-2528 Tim Coleman Completed August 2013, 60% with Alia forces Snohomish County— SWM Culvert/Drainage Improvements $558,000 (425) 754-9935 Curtis Jasper Completed December 2013, 85% with Alia forces (Note—Culvert was furnished by the owner on this project) Cross Valley Water District—Elliott & Connelly Road Watermain Relocation $74,000 (425) 485-8461 Gary Hajek Completed September 2013, 95%with Alia forces City of Renton—Renton Hill Alley Sewer Replacement $193,000 (425) 430-7279 John Hobson Completed December 2013, 90% with Alia forces I li f R ® L. ALIA COMPANYPlltng GENERAL CONTRACTORS PUMPING STATIONS 107 WILLIAMS AVE. S E-MAIL ADDRESS: GJPANK@RLALIA.COM ROAD CONSTRUCTION RENTON,WA 98057 DPANK@RLALIA.COM CONCRETE STRUCTURES (425)-226-8100 OFFICE UNDERGROUND UTILITIES (425)-226-8649 FAX LARGEDEWATERING EQUIP. COMMERCIAL CREDIT APPLICATION BUSINESS NAME & ADDRESS: PRINCIPAL: R. L. ALIA CONPANY RICHARD L. ALIA 107 WILLIAMS AVENUE S. 107 WILLIAMS AVE. S. RENTON, WA 98057 RENTON, WA 98057 CONTACT PERSON: GARY PANKIEWICZ PHONE: 425-226-8100 FAX: 425-226-8649 TYPE OF BUSINESS: CONSTRUCTION — UNDERGROUND UTILITIES / ROAD IMPROVEMENTS / PUMP STATIONS INCORPORATED: STATE OF WASAIGTON (November 1, 1974) UBI #: FEDERAL ID # CONTRACTORS LIC # 600-149-378 91-0926433 RLALI C*104PT BANK REFERENCE: COMMERCIAL ACCOUNT REP PHONE BANK OF AMERICA— DEXTER HORTON BRANCH Jane Sheigh 888-852-5000 TRADE REFERENCES NAME: WM DICKSON ADDRESS: 3315 SOUTH PINE STREET TACOMA, WA 98409 CONTACT: ACCOUNTS RECEIVABLE PHONE:253.472,4489 FAX:253.472.4521 NAME: PACIFIC STATES CAST IRON AND PIPE ADDRESS: PO BOX 1219 PROVO, UT 84603 CONTACT: ACCOUNTS RECEIVABLE PHONE: 801.373.6910 FAX: 801.377.0338 NAME: TACOMA SCREW PRODUCTS ADDRESS: 2001 CENTER STREET TACOMA, WA 98409 CONTACT: ACCOUNTS RECEIVABLE PHONE: 800.562.8192 FAX: 800.562.9192 WHAT WE REQUIRE ON ALL INVOICES SENT TO US 1. A MONTHLY STATEMENT MAILED TO MAIN OFFICE 2. COPIES OF ALL INVOICES SIGNED 3. THE NAME OF JOB/ LOCATION OR NUMBER i i PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (120) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s ( to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to 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. p DATE: �'�'ly L Auto NAME OF BID BY: � Signature RICPARp L- rpl-kP ' Q(2k5fD�A'r (Print Name and Title) lad wu+ unfns A ie SoUfi+ Address RywS (Jd, I f m II 64 Ave. Channel Improvements UPRR/Inouye 23 April 16, 2014 Project Number: 10-3030C I i BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, R.L.Alia Company as Principal, and North American Specialty Insurance Company as Surety, are held and firmly Five Percent(5%)of the Total bound unto the CITY OF KENT, as Obligee, in the penal sum of AmountofRid--- Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 64`h Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement/Project Number: 10-3030C According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 6th DAY OF Ma 2014. j R.L.Alia Compan PRINCIPAL Palm Acu r- North American Specialty Insurance Company SURETY Roger R.KaltcnUacS,,',kttorhey-in-Fact 20 Received return of deposit in the sum of $ 64`h Ave. Channel Improvements UPRR/Inouye 24 April 16, 2014 Project Number: 10-3030C NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE.PRESENTS,THAT Nord]American Specialty Insurance Company,a corporation duty organized end existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: STUART A.OTARRELL,SUSAN B.LARSON,SCO'IT FISHER,JILL A.BOYLE,MINDEF L.RANKIN,DEANNA M.FRENCH, RONALD J LANGE ELIZA➢ETH R.IIAHN,JANA M.ROY,ELLEN M.BELL,ROGER R KALTENBACH and SCOTT McGILVRAY JOINTLY OR SEVERALLY Its true and lawfill Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of-suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9a of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attomey to execute on behalf of the Company bonds,undertakings and all contracts ol'surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surely to which it is attached." .mayA?lO ltlrY//�lypii„ yrwwmanrm% o1ry0PN�C/tea By [Zr beAL �6= SuvenP.AndenoiySeniurYrePreslaentarWashingmnlnternatinnel Insurance company 33SEALF &Senior Via President of North American Specialty 1-uranee CompanyvO o—s w [ per Y 3ry ,rn- 5!s _ �9ii�hr�.s 133?\Jp0 .G Fri hemm�pmlr B ••=sr7r+ na.id Al.l.ayman,vmepresiden,ororWaningtmJnlemationallnsuranre Company M/'��nwue°'� &Vice PrVSiaent orNmlil American Specialty Insarrose Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be heremnto affixed,and these presents to be signed by their authorized officers lhisl3th day of March 2014 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this l3th day of March 2014 before me,a Notary Public personalty appeared Steven P.Anderson ,Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company mud Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. rD,O)F ltaAl.su�NAD,lS :NStary Public,Stare of tllinois Dorma D.Sklens,Notary Public Commission Expires 1010WO 15 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington Int rnaflonal Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 6th (layoff May 120 14 -.- lerrtan- W dti^gaminteem^ational Insurancecompany&North amtaty ne Nnedem 9Pedalyhuurmma Compmy CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 64th Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement Project Number: 10-3030C NAME OF PROJECT R-1-- Flury Ccinpogr NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 64"Ave. Channel Improvements UPRR/Inouye 25 April 16, 2014 Project Number: 10-3030C 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: I 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 64"Ave. Channel Improvements UPRR/Inouye 26 April 16, 2014 Project Number: 10-3030C 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: I it 641h Ave. Channel Improvements UPRR/Inouye 27 April 16, 2014I Project Number: 10-3030C 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 Flame ....................❑ 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 ................................................................❑ Minimumbid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ 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 50/o of the total bid amount) CombinedDeclaration Form.................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT _ This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form Is to be executed after the Contract is completed: A) CITY OF KENT EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 64`'Ave. Channel Improvements UPRR/Inouye 28 April 16, 2014 Project Number: 10-3030C Bond No. 2181981 \ PAYMENT AND PERFORMANCE BOND v K1�NT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, R.L. Alia Company as Principal, and North American Specialty Insurance Company a Corporation organized and existing under the laws of the State of a= 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 $ 1,176,660.13 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 64"' Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement/Project Number: 10-3030C (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 641'Ave. Channel Improvements UPRR/Inouye 29 April 16, 2014 Project Number: 10-3030C TWO WITNESSES: R.L. Alia Company PRINCIPAL;(enter prin ipal's name bove) BY: TITLE: ppo"4twr DATE: � �a 9/-�7� DATE: -5-99-1 y 6A,94 P�iKICWr,� CORPORATE SEAL: 1 ao .y. PRINT NAME DATE: May 27, 2014 North American Specialty Insurance Company SURETY �� j CORPORATE SEAL: BY: l/Gl Deanna M. Meyer DATE: May 27, 2014 TITLE: Attorney-in-Fact ADDRESS: 2233 112th Ave. N.B. Bellevue, WA 98004 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 A'Iclhw /-• �q'-4 Who signed the said bond on behalf of the Principal R. . 4Lt4 6o9A Of the said Corporation; that I know his signature thereto is genuine, an that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY 6R ASSISTANT SECRETARY 64'"Ave, Channel Improvements UPRR/Inouye 30 April 16, 2014 Project Number: 10-3030C NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing tinder laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire, and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: STUART A.OTARRELL,KAREN P.DEVER,SUSAN B.LARSON,SCOTT FISHER,JILL A.BOYLE,MINDEE L.RANKIN, DEANNA M.MEYER,ELIZABETH R.HAHN,JANA M.ROY,ELLEN M.BELL and SCOTT MCGH"VRAY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9"of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." paiOirUpy Np _ aWMtwuOr'k4 111. J�Q yprb(i9;Y4G 'g`t\pT10NA(�,'Faa, By SEAL 1N= steven P.Andemon,Ssnrar Vice President fW.,ldo ton bacanalmmimcorn anY &Senior Vice PAnted..de of NOh 5 lalty Insurance Cam enY e4 — �.�. 2 $�� O E. B De dlli.Laymvrt,Vrce Prevdeol a(Washmglan lnteroationaI Insurance Company &Vim President ofNorlh American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this24th day of April 2013 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 24th day of April ,2013 ,before me,a Notary Public personally appeared Steven P.Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company slid Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. DONNAD.$KLENS o% Notary Pablio,State:offluaois Donna D.Sklens,Notary Public MYCumatiasionPat imsllN06txQI5 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full /force and effect. _ IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this / tldy of rK`'vVI ,201 q I cla,Goldberg,Vice President&Assistant Secretory of Washington letemationai Insurance Company&North American Specialty Insurance Company CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and f9 A ComP4ny organized under the laws of the State of �s�.n✓br located and doing business at loz Ut1ir1 /rms 4F a �cUrutl ta?� y�vsy ("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: 641h Ave. S. Channel Improvements Union Pacific Railroad Spur Culvert Replacement/Project Number: 10-3030C 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 2014 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 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of the 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 one hundred twenty (120) 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. 64`' Ave. Channel Improvements UPRR/Inouye 31 April 16, 2014 Project Number: 10-3030C 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. 641h Ave. Channel Improvements UPRR/Inouye 32 April 16, 2014 ,I!! Project Number; 10-3030C CITY OF KENT BY: SU E E COKE, MAYOR -.w ' ,X / DATPE'. - ATTEl�Tr.-- ONALD F. ORE,,' CITY CLERK APPROV D AS TO ORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: IOIC4A /J L-. A,A TITLE: Py /Or DATE: I 64`h Ave. Channel Improvements UPRR/Inouye 33 April 16, 2014 Project Number: 10-3030C 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 (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' Comoensation 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. 64`^Ave. Channel Improvements UPRR/Inouye 34 April 16, 2014 Project Number: 10-3030C EXHIBIT A (continues!) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. I 64'h Ave, Channel Improvements UPRR/Inouye 35 April 16, 2014 Project Number: 10-3030C 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 64`^Ave. Channel Improvements UPRR/Inouye 36 April 16, 2014 Project Number: 10-3030C ACC)R& CERTIFICATE OF LIABILITY INSURANCE DATE 09/30/201 ""' 3012013 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). PRODUCER CONTACT NAME: Parker,Smith&Feek,Inc. PHONE 425-709-3600 FAX 425-709-7460 22331121h Avenue NE EMAIL AIc No Ext: A/c No: Bellevue,WA 98004 ADDRESS: INSURER(S)AFFORDING COVERAGE NAICN INSURERA: Continental Western Insurance Company INSURED INSURER B: R.L.Alta Company - 107 Williams Ave.S. INSURER C: Renton,WA 98055 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, . EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __ _... INSR TYPE OF INSURANCE 'PINSR OOL SUO POLICY NUMBER POLICY MWDOVYXYY LIMITS LTR A GENERAL LIABILITY CWP2950501 10/1/2013 10/1l2014 EACH OCCURRENCE _ 5 1,000,ODO ',.. DAMAGE TO RENTED 1,OOD,000 X COMMERCIAL GENERAL LIABILITY X X PREMISES Ee occunence IS CLAIMS-MADE OCCUR MED EXP(Any one person) $ 10,000 PERSONAL a AOV INJURY $ 300,000 GENERAL AGGREGATE $ 2,000,000 FIGENTGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 ICY X PRO- X LOG S A AUTomoeaE Lwen.m CWP2950501 10/1/2013 10/1/2014 EG aciden SINGLE OMIT $ 1,000,000 X ANYAUTO X ''.. X BODILY INJURY(Perperson) S ALL OWNED SCHEDULED BODILY INJURY(Per accident $ AUTOS AUTOS _... NON-ONMED PROPERTY DAMAGE 5 HIREDAUTOS AUTOS .(Per eccidenf) I $ A UMBRELLA LIAB X OCCUR CU2950502 10/1/2013 101112014 EACH OCCURRENCE $ 3,000,000 X EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ 3,000,000 DED I X 1 RETENTION S None S A WORKERS COMPENSATION CWP2950501 TORvur U- X OT AND EMPLOYERS'LIABILITY "WA Sto Ga Em to OFS 10/1/2013 10/V2014 ER ANY PROPRIETOR/PARTNER/EXECUTIVE YIN NIA P P Employers E.L.EACHACCIDENT S 1,000,000 OFFICERIMEMBER EXCLUDED? Liability only(WC statutory (Mandatory in NIH E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under benefits provided by WA Stale 1,000,000 DESCRIPTION OF OPERATIONS below 'EL.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD t01,Additional Remarks Schedule,if more space is required) 64th Avenue S.Channel Improvements-Project No 10-3030C. City of Kent is included as Additional Insured per attached Endorsements CA 00 0103 10 page 2-3 of 12(Auto),CL CG 20 4B 01 12(GL),and CU 00 01 12 07 '.. page 10 of 17(Excess).Waiver of Subrogation applies per attached Endorsements CW 34 68 01 12 page 5 Of 5(Auto),CL CG 00 13 01 12 page 4 of 6(GL)and CU 24 03 09 00(Excess). i 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 4th Avenue S. AUTHORIZED REPRESENTATIVE Kent,WA 98032 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 1 Of 8 ALIACOMP(ALGOID) Berkley North Pacific Issuing Company: Continental Western Insurance Company Claim Handling office: 660 East Uatertower Street, Meridian, ID 83642; 800-480-2942; After Hours Claim Reporting: 866-232-6724 Underwriting Servicing Office: 660 East Uatertower Street, Meridian, ID 83642; 800-480-2942 COMMERCIAL GENERAL LIABILITY DECLARATIONS Original Policy No. CWP 2950501 - 23 Named Insured and Address Agency Name and Address 31006 R L Alia Company (425) 709-3600 107 Williams Ave S Parker, Smith & Feek, Inc Renton WA 98055 2233 112th Ave NE Bellevue, WA 98004-2936 POLICY] PEFt015 Policy Period: From October 1, 2013 to October 1, 2014 at 12:01 A.M. Standard Tillie at your mailing address shown above. i LIMITS OF INSURANCE General Aggregate Limit . . . . . . . $ 2, 000, 000 (Other Than Products-Completed Operations) Products-Completed Operations Aggregate Limit . . . $ 2, 000,000 Personal & Advertising Injury Limit . . . . . . . . . $ 1, 000,000 Each Occurrence Limit. . . . . . . . . . . . . $ 1,000,000 Damage to Premises Rented to You Limit. . . . . . . . $ 100, 000 Any One Premises Medical Expense Limit . . . . . . . . . . . . . . . $ 10,000 Any One Person Form of Business: Corporation Location of All Premises You Own, Rent or Occupy: 107 Williams Ave S Renton, WA 98055 12511 Beverly Park Rd Lynnwood, WA 9BOB7 7901 40th Ave W Mukilteo, WA 98275 PIt�MIt�S< & t,"T,X;<.4a"SC'xCts�ION'` Page 1 cwG1902 01 01 The Premium & Classifications are subject to change by audit. ! Premium Rate Advance Premium Classification _ Code Basis Prem O Pr Co Prem 0 Pr Co Other Washington Sewer Mains or 98820 238,625 33 .450 15.940 $ 7, 9R2 $ 3, 804 Connections Payroll Construction Loc Street or Road 99321 136, 725 38.042 16,935 $ 5, 201 $ 2, 315 Paving or Payroll Repaving, Surfacing or Resurfacing or scraping Loc # 1 Water Mains or 99946 262,850 26.454 14.990 $ 6, 953 $ 3,940 Connections Payroll Construction Loc N 1 Contractors 91590 29, 000 14 ,342 $ 416 Permanent Yards - Payroll maintenance or storage of equipment or material Products-completed L, operations are !i subject to the General Aggregate Limit. Loc ff 1 Contractors 11205 If Any 14 .603 Equipment - earth Gross Sales moving equipment other than cranes, derricks and power shovels - rented to others with operators Products-completed operations are subject to the General Aggregate Limit. Loc it 1 Contractors 11206 If Any 1, 905 Equipment - earth Gross Sales moving equipment other than cranes, derricks and power shovels - rented to others without operators - PrOdUCt.B-completed operations are subject to the General Aggregate Limit, Loc 1 Contractors - 91581 950, 000 5,790 4 .383 $ 5, 501 $ 4,164 subcontracted work Total Cost - in connection with construction, reconstruction, repair or erection not buildings - NOC Page 2 CW61902 01 01 Los # 1 Vacant Land (Other 49451 4.25 1.275 $ 5 than Other Not-For-Profit) - Products-completed operations are subject to the General Aggregate Limit. Loc # 2 Vacant Land (Other 49451 2 1..275 $ 3 than Other Not-For-Profit) - Products-completed operations are subject to the General Aggregate Limit. Loc ${ 3 Additional In t.e rests $ 629 Employee Benefit Liability Coverage $ 184 !I Employers Liability (Stop Gap) Coverage $ 797 I General Liability Platinum Endorsement (5%) (CLCG0013) $ 2, 095 Contractor Comml General Liability Platinum Endt (3%) (CLCG0020) $ 1,257 Advance Premium $ 26,061 $ 14, 223 $ 4, 962 FORMS ;APPZtT�.'A$LE CWG1902 (01-01) , CG0224 (10-93) , CG0300 (01-96) , CC0435 (12-07) , CG0442 (11-03) , CC0450 (05-08) , CG2012 (05-09) , CG2154 (01-96) , CG0001 (12-07) , CLCG0013 (08-13) , CLCG0020 (01-12) , CG0068 (05-09) , CG0181 (05-08) , CG0197 (12-07) , CG2175 (06-08) , CG2186 (12-04) , CC2196 (03-05) , CG2426 (07-04) , CG2601 (07-09) , CG2677 (12-04) , CLCGO048 (01-13) , CLCG2048 (01-12) , CLCG2108 (07-02) , CLCG2166 (08-07) , IL0198 (09-08) . IL0003 (09-08) , CW2511 (01-08) , IL0146 (08-10) . Page 3 CWG1902 01 01 Ili III Berkley North Pacific Original Issuing Company: Continental Western Insurance Company Claim Handling Office: 660 East Uatertower Street, Meridian, I0 83642; 800-490-2942; After Hours Claim Reporting: 866-232-6724 Underwriting Servicing Office: 660 East Watertower Street, Meridian, IO 83642; 800-480-2942 BUSINESS AUTO DECLARATIONS ITEM ONE Policy No. CWP 2950501 - 23 Named Insured and Address Agency Name and Address 31006 R L Alia Company (425)709-3600 107 Williams Ave S Parker, Smith & Pock, Inc Renton, WA 98055 2233 112th Ave NE Bellevue, WA 98004-2936 The Policy Period is from October 1, 2013 to October 1, 2014 12:01 A.M. Standard Time at your Mailing Address shown above. '... <'�*n��ty; ,T�pe°s Ccirporatlon IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. Pze3a3.um-`shown �s paya]i7,>q,rit ¢nGepC�on . ">r ; �"8r207 II Audit Yersod (�� Applacakilz'< :' Axii2u�lzy ,;: �ndo�semeute_At�a�hed To.Th:lB ?olicy:. . CWG1911 (03-09) , CA2134 (01-08) , CA0001 (03-10) , CA2392 (01-06) , CW3468 (01-L2) , CA0135 (01-08) , CA2394 (03-06) , CA9903 (03-06) , CW3065 (01-12) . IL0198 (09-08) . IL0003 (09-08) , IL0146 (08-10) . Page 1 CW01911 03 09 19 Mobile Equip- Only those "autos" that are land vehicles and that would qualify under the definition ment Subjoot To of"mobile equipment" under this policy if they were not subject to a compulsory or Compulsory Or financial responsibility law or other motor vehicle insurance law where they are Financial licensed or principally garaged. Responsibility Or Other Motor Vehicle Insur- ance Law Only B. Owned Autos You Acquire After The Policy SECTION It— LIABILITY COVERAGE Begins A. Coverage 1, If symbols 1, 2; 3, 4, 5, 6 or 19 are entered We will pay all sums an "Insured"legally must pay next to a coverage in Item Two of the Declara- as damages because of "bodily Injury" or "property bons, then you have coverage for "autos" that damage" to which this insurance applies, caused you acquire of the type described for the re- by an "accident" and resulting from the ownership, mainder of the policy period, maintenance or use of a covered "auto". 2. But, if Symbol 7 is entered next to a coverage in Item Two of the Declarations„ an "auto" you We will also pay all sums an ensured" legally must acquire will be, a covered "auto" for that cover- pay h a "covered Pollution cent or expense" c- age only If; which, this Insurance applies, paused by an "acci- dent" and resulting from the ownership, maintc- a. We already cover all "autos" that you own nance or use of covered "autos". However, we will for that coverage or it replaces ao "auto" only pay for the "covered pollution cost or ex- you previously owned that had that cover- pense" if there is either "bodily injury" or "property age; and damage" to which this insurance applies that Is b. You tell us within 30 days after you acquire caused by the same"accident'. it that you want us to cover it for that cover- We have the right and duty to defend any "in- age, sured"against a "suit'asking for such damages or C. Certain Trailers, Mobile Equipment And a "covered pollution cost or expense". However, Temporary Substitute Autos we have no duty to defend any"insured" against a f Liability Coverage is provided b this coverage "suit" seeking damages for "bodily injury" or"prop- If 9 Y 9 erty damage" or a "covered pollution cost or ex- form, the following types of vehicles Lire also cov- pense"to which this insurance does not apply. We ered "autos"for t iaoility Coverage: may investigate and settle any claim or "suit" as 1. "Trailers" vnlh a load capacity of 2,000 pounds we consider appropriate. Our duty to defend or or less designed primarily for travel on public settle ends when the Liability Coverage Limit of roads. Insurance has been exhausted by payment of 2. "Mobile equipment" while being carried or judgments or settlements, towed by a covered "auto", 1. Who Is An Insured 3. Any "auto" you do not own while used with the The following are"insureds": permission of its owner as a temporary substi- a. You for any covered "auto". fate for a covered "auto"you own that is out of service because of its: b. Anyone else while using with your parmis- I a, Breakdown; sion a covered "auto" you own, hire or bor- ow except: b. Repair: (1) The owner or anyone else from whom C. Servicing; you hire or borrow a covered "auto". d. "Loss"; or This exception does not apply if the e. Destruction. covered "auto" is a "trailer' connected to a covered "auto"you own. Page 2 of 12 ©Insurance Services Office, Inc., 2009 CA 00 01 03 10 17 2 of 8 ALIAGOMP(AL000) (2) Your "employee" if the covered "auto" is These payments will not reduce the Limit of owned by that "employee" or a member Insurance. of his or her household. b. Out-of-state Coverage Extensions O 3 Someone using a covered "auto" while he or she is working in a business of While a covered auto is away from the g state where it is licensed we will: selling, servicing, repairing, parking or storing "autus" unless that business is (1) Increase the Limit of Insurance for Li- yours, ability Coverage to meet the limits speci- fied by a compulsory or financial re- (4) Anyone other than your "employees", sponsibility law of the jurisdiction where partners (if you are a partnership), the covered "auto" is being used. This members (if you are a limited liability extension does not apply to the limit or company) or a lessee or borrower or limits specified by any law governing any of their "employees", while moving motor carriers of passengers or prop- 3 property to or from a covered "auto'!, only. 5 A partner (if you area partnership) or a O p ( y p P) (2) Provide the minimum amounts and ; member (if you are a limited liability types of other coverages, such as no- company)for a covered"auto" owned by fault, required of out-of-state vehicles by him or her or a member of his or her the jurisdiction where the covered "auto" household, is being used. C. Anyone liable for the conduct of an "In- We will not pay anyone more than once for sured" described above but only to the ex- the same elements of loss because of tent of that(lability. these extensions 2. Coverage Extensions B, Exclusions a. Supplementary Payments This insurance does not apply to any of the follow- We will pay for the"insured": ing: (1) All expenses we incur. 1. Expected Or intended Injury (2) Up to $2,000 for cost of bail bonds (in- "Bodily injury" or "property damage-." expected eluding bonds for related traffic law vio- or intended from the standpoint of the "in- lations) required because of an "acck sured". dent" we cover. We do not have to fur- 2. Contractual nsh these bonds, (3) The cost of bonds to release attach- Liability assumed under any contract or agreement, ments in any "suit" against the "insured" we defend, but only for bond amounts But (his exclusion does not apply to liability for within our Limit of Insurance. damages: (4) All reasonable expenses incurred by the a, Assumed in a contract or agreement that is "insured"at our request, including actual an "insured contract" provided the "bodily loss of earnings up to $250 a day be- injury" or "property damage" occurs subse- cause of time off from work. quent to the execution of the contract or agre (5) All court costs taxed against the "in- ement; or sured"in any "suit"against the "insured" b. Thal the "insured" would have In the ab- we defend. However, these payments Bence of the contract or agreement. do not include attorneys' fees or attor- 3. Workers' Compensation neys' expenses taxed against the "in- Any obligation for which the "insured" or the sured". "insured`s" insurer may be held liable under (6) All interest on the full amount of any any workers' compensation, disability benefits judgment that accrues after entry of the or unemployment compensation law or any judgment In any "suit" against the "in- similar law. sured"we defend, but our duty to pay in- terest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. CA 00 0103 10 © Insurance Services Office, Inc., 2009 Page 3 of 12 ❑ 3 of 8 ALIACOMP(AL000) S. KNOWLEDGE OF OCCURRENCE T. WAIVER OF SUBROGATION BY CONTRACT The following is added to Section IV — Business ORAGREEMENT Auto Conditions, Paragraph A.2.: The following is added to Section IV - Business d, Notice of an "accident" or "loss" will be Auto Conditions, Paragraph A.5.: considered knowledge of yours only if We waive any right of recovery we may have reported in you, if you are an individual, against any "Insured" provided coverage tinder a partner, an executive officer or an em- this endorsement under B., ADDITIONAL IN- pioyee designated by you to give us SURED BY CONTRACT OR AGREEMENT, but such notice. only as respects "loss" arising out of the opera- e. Notice of an "accident" or "loss" to your tion, maintenance or use of a covered "auto" Workers Compensation insurer, for an Pursuant to the provisions or conditions of the event which later develops into a claim written contract or agreement. for which there is coverage under this U. UNINTENTIONAL OMISSIONS policy, shall be considered notice to us, The following Is added Section IV - Business but only if we are notified as soon as you know that the claim should be ad- Auto Conditions, Paragraph B.2.: dressed by this policy, rather than your We will not deny coverage under this policy if Workers Compensation policy. you fail to disclose all hazards existing as of the f. Your rights under this policy shall not be inception date of the policy, provided such fail- prejudiced if you fall to give us notice of ure is not intentional. an "accident" or "loss", solely due to V LIBERALIZATION your reasonable and d000mented belief If we revise this endorsement to provide greater that the event is not covered by this pol- coverage without additional premium charge, we pol- icy. will automatically provide the additional cover- The following is added to Section IV— Busi- age to all endorsement holders as of the day the ness Auto Conditions, Paragraph 2.b.: revision is effective in your state. (6) Knowledge of the receipt of docu- ments concerning a claim or "suit" will be considered knowledge of yours only if receipt of such docu- ments is known to you, if you are an individual, a partner, an executive officer or an employee designated by you to forward such documents to us. CW 34 8$ 01 12 Includes Copyrighted material of insurance Services Page 5 of 5 Office, Inc.,with its pennisslon 4 of 8 ALIACOMP(AL000) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART j A. SECTION II -WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person 1` be added as an additional insured to your policy, but only with respect to "bodily injury', "property damage"or"personal and advertising injury" caused, in whole or in part, by: I 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; for that additional insured and included in the"products-completed operations hazard". B. LIMITS OF INSURANCE Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to"bodily injury", 'property damage"or"personal and advertising injury'arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your products-completed operations. D. PRIMARY NON-CONTRIBUTORY When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY will be on a primary basis CL CG 20 48 01 12 Includes Copyrighted material of Insurance Services Page 1 of 1 Office,Inc with its permission 5 of 8 ALIACOMP(Al-GOO) (3) An executive officer, if you are a corporation, or (4) A manager, if you are a limited liability company; I is considered knowledge and requires you to notify us of the "occurrence", offense, claim, or"suit" as soon as practicable. f. We are considered on notice of an "occurrence", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence", offense, claim or"suit"for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. 1. UNINTENTIONAL OMISSIONS The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3. of SECTION V—DEFINITIONS is deleted and replaced by the following: 3. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS i Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or property damage," arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and included in the "products-completed operations hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. L. OTHERINSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage. M. NON-EMPLOYMENT DISCRIMINATION LIABILITY(DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V — DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non-employment discrimination. Non-employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes, rules or regulations. Non-employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- employment discrimination liability damages on your behalf applies only to the amount of damages in excess of$5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc with its permission 6 of 8 ALIACOMP(ALGOO) (b) "Property damage"to property: b. Anyone else while using with your permission a (i) Owned, occupied or used by, "covered auto" you own, hire or borrow is also (ii) Rented to, in the care, custody or an insured except: control of, or over which physical (1) The owner or anyone else from whom you control is being exercised for any hire or borrow a "covered auto". This excep- purpose by tion does not apply if the"covered auto" is a you, any of your"employees", "volunteer trailer or semitrailer connected to a "cov- workers", any partner or member (if you eyed auto"you own. are a partnership or joint venture), or (2) Your "employee" if the "covered auto" is any member (if you are a limited liability owned by that "employee" or a member of company). his or her household. (2) Any person (other than your "employee" or (3) Someone using a "covered auto" while he "volunteer worker"), or any organization or she is working in a business of selling, while acting as your real estate manager. servicing, repairing, parking or storing (3) Any person or organization having proper "autos" unless that business is yours, temporary custody of your property if you (4) Anyone other than your "employees", part- die, but only: ners (if you are a partnership), members (if (a) With respect to liability arising out of the you are a limited liability company), or a maintenance or use of that property; lessee or borrower or any of their "employ- and ees", while moving property to or from a (b) Until your legal representative has been "covered auto". appointed. (5) A partner (if you are a partnership), or a member (if you are a limited liability com- (4) Your legal representative if you die, but only pany) for a "covered auto" owned by him or with respect to duties as such. That repre- her or a member of his or her household. sentative will have all your rights and duties under this Coverage Part. (6) "Employees" with respect to "bodily injury" c. Any organization you newly acquire or form, to any fellow"employee" of the insured aris- other than a partnership,joint venture or limited le out of and in the course hi the fellow company, and over which you maintain iemployee's" employment c while perform- liabilityfyour or majority interest, will qualify as a ing duties related to the conduct of your Named Insured if there is no other similar in- surance available to that organization. How- c. Anyone liable for the conduct of an insured ever. described above is also an insured, but only to (1) Coverage under this provision is afforded the extent of that liability. only until the 90th day after you acquire or 3. Any additional insured under any policy of"under- form the organization or the end of the pol- lying insurance" will automatically be an insured icy period, whichever is earlier; under this insurance. (2) Coverage A does not apply to "bodily injury" If coverage provided to the additional insured is or "property damage" that occurred before required by a contract or agreement, the most we you acquired or formed the organization; will pay on behalf of the additional insured is the and amount of insurance required by the contract, less (3) Coverage B does not apply to "personal any amounts payable by any "underlying insur- and advertising injury" arising out of an of- ante". fense committed before you acquired or Additional insured coverage provided by this in- formed the organization. surance will not be broader than coverage pro- 2. Only with respect to liability arising out of the own- ership, maintenance or use of"covered autos": No person or organization is an insured with respect a. You are an insured. to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. I Page 10 of 17 © ISO Properties, Inc., 2007 CU 00 01 12 07 ❑ 7 of 8 ALIACOMP(ALGOO) 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.................. 1-19 1-08 Prosecution and Progress .................................................. 1-24 1-09 Measurement and Payment ............................................... 1-28 1-10 Temporary Traffic Control ................................................. 1-30 DIVISION 2 EARTHWORK.............................................................2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ............................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-5 2-06 Subgrade Preparation .........................................................2-6 2-07 Watering ..........................................................................2-6 2-08 Aggregate Piers .................................................................2-7 2-09 Structure Excavation ........................................................ 2-15 2-12 Construction Geosynthetic................................................. 2-17 DIVISION 4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-00 General Requirements ........................................................7-1 7-02 Culverts ...........................................................................7-2 7-04 Storm Sewers ................................................................. 7-11 7-05 Manholes, Inlets, Catch Basins, and Drywells....................... 7-12 7-08 General Pipe Installation Requirements ............................... 7-13 7-15 Service Connections......................................................... 7-18 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration..........................................................8-8 8-04 Curbs, Gutters, and Spillways............................................ 8-10 8-06 Cement Concrete Driveway Entrances................................. 8-11 8-28 Pothole Utilities ............................................................... 8-12 64`^Ave. Channel Improvements UPRR/Inouye April 16, 2014 Project Number: 10-3030C KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls .........................9-3 9-14 Erosion Control and Roadside Planting ..................................9-3 KENT STANDARD PLANS .................................................................. A-1 TRAFFIC CONTROL PLANS ............................................................... A-2 GEOTECHNICAL DESIGN REPORT..................................................... A-3 HYDRAULIC PROJECT APPROVAL..................................................... A-4 PIPELINE CROSSING AGREEMENT ................................................... A-5 PREVAILING WAGE RATES............................................................... A-6 64th Ave. Channel Improvements UPRR/Inouye April 16, 2014 Project Number! 10-3030C KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions")modify and supersede any conflicting provisions of the 2014 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 Specification 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 BYADDING 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: 64th Ave. Channel Improvements UPRR/Inouye 1 - 1 April 16, 2014 Project Number: 10-3030C 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 into 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"). 64`h Ave. Channel Improvements UPRR/Inouye I - 2 April 16, 2014 Project Number: 10-3030C SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(2) Subsurface Information The Contractor shall be responsible for any and all cribbing, sheet piling, shoring, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. The soil information used for the design of this project is included in Appendix A-4. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.aov/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: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. 64"Ave. Channel Improvements UPRR/Inouye 1 - 3 April 16, 2014 Project Number: 10-3030C SECTION 1-02.7 IS-DELETED AND REPLACED WITH THE FOLLOWING: 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 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 ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official 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 64"' Ave. Channel Improvements UPRR/Inouye 1 - 4 April 16, 2014 Project Number: 10-3030C i 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. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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 64"Ave. Channel Improvements UPRR/Inouye 1 - 5 April 16, 2014 Project Number: 10-3030C 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. 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 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 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. 64t^Ave. Channel Improvements UPRR/Inouye 1 - 6 April 16, 2014 Project Number: 10-3030C SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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. 64'h Ave. Channel Improvements UPRR/Inouye 1 - 7 April 16, 2014 Project Number: 10-3030C SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are not part of the Project and must be properly permitted for that use. 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, and the lease agreement prior to the City's acceptance of the site. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, 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 64" Ave. Channel Improvements UPRR/Inouye 1 - 8 April 16, 2014 Project Number: 10-3030C DIVISION I 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 and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions and elevations, 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 1-08.5 of the WSDOT Standard Specifications. 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 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. 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 64t'Ave. Channel Improvements UPRR/Inouye 1 - 9 April 16, 2014 Project Number: 10-3030C 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, 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(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 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 64`^Ave. Channel Improvements UPRR/Inouye 1 - 10 April 16, 2014 Project Number: 10-3030C 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the I reouired stakino. 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. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and back fill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 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. 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. 7. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 8. 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 when appropriate for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at 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. 64"Ave. Channel Improvements UPRR/Inouye 1 - 11 April 16, 2014 Project Number: 10-3030C 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) 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. 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 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. 64" Ave. Channel Improvements UPRR/Inouye 1 - 12 April 16, 2014 Project Number: 10-3030C I 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 available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon 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. SECTION 1-OS.II 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. 3. All exposed soil permanently stabilized. 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. 641"Ave. Channel Improvements UPRR/Inouye 1 - 13 April 16, 2014 Project Number: 10-3030C 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 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. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. 64th Ave. Channel Improvements UPRR/Inouye 1 - 14 April 16, 2014 Project Number: 10-3030C Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 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. 64" Ave. Channel Improvements UPRR/Inouye 1 - 15 April 16, 2014 Project Number: 10-3030C CenturvLink and PSE Facilities Existing utility pedestals, cabinets, vaults, manholes, junction boxes, conduits, and other appurtenances may need to be removed, relocated, adjusted or installed to accommodate removal or installation of the culverts. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently 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. 64`h Ave. Channel Improvements UPRR/Inouye 1 - 16 April 16, 2014 Project Number: 10-3030C I 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 Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(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. 64t'Ave. Channel Improvements UPRR/Inouye 1 - 17 April 16, 2014 Project Number: 10-3030C '.. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 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. 64"'Ave. Channel Improvements UPRR/Inouye 1 - 18 April 16, 2014 Project Number: 10-3030C 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 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 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 by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a 64"Ave. Channel Improvements UPRR/Inouye 1 - 19 April 16, 2014 Project Number: 10-3030C part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; 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. 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 BYADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has or will obtain the following permits: SEPA Shoreline Exemption Determination Hydraulic Project Approval (HPA) Pipeline Crossing Agreement 64`^ Ave. Channel Improvements UPRR/Inouye 1 - 20 April 16, 2014 Project Number: 10-3030C 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. The Contractor shall comply with all the terms and conditions outlined within the Pipeline Crossing Agreement and HPA. All costs to comply with the agreement and HPA shall be incidental to the Contract. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(i) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 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 1-07.14 IS SUPPLEMENTED BYADDING THE FOLLOWING; 1-07.14 Responsibility for Damage The Contractor will be required to install vertical shoring along the western and eastern limits of work. The shoring system shall not cause damage to adjacent structures, roads, subsurface utilities, foundations, etc. Prior to construction, the Contractor shall submit a shoring plan in accordance with Section 2.09.3(1)G. The shoring plan shall include a monitoring program which establishes survey monitoring points, and measures and records vertical and horizontal movement. The 64t"Ave. Channel Improvements UPRR/Inouye 1 - 21 April 16, 2014 Project Number: 10-3030C measurements shall be provided promptly to the Geotechnical Engineer of Record for review. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENETENCE 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. 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 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 64`"Ave. Channel Improvements UPRR/Inouye 1 - 22 April 16, 2014 Project Number: 10-3030C 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 Jim Nies (253) 372-5360 (253) 288-7531 (206) 387-3263 (cell) Puget Sound Energy UPRR Anita Yurovchak Mario Ortegon (253) 476-6304 (503) 347-4046 (cell) (503) 249-2323 Verizon Louise Popelka (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The project is located adjacent to the UPRR's industry track. The Contractor shall provide adequate time in the schedule to comply with the requirements stipulated in the Pipeline Crossing Agreement (see Appendix A-6). No additional time or compensation shall be provided. 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. 64`h Ave. Channel Improvements UPRR/Inouye 1 - 23 April 16, 2014 Project Number: 10-3030C 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 1-08IS 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: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan for approval. 64`h Ave. Channel Improvements UPRR/Inouye 1 - 24 April 16, 2014 Project Number: 10-3030C 7. Request to sublet, for approval by the Engineer, of all subcontractors. S. Spill Prevention, Control, and Countermeasure (SPCC) plan for approval. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining 64`h Ave. Channel Improvements UPRR/Inouye 1 - 25 April 16, 2014 Project Number: 10-3030C 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 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. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 4. City construction inspectors. 5. City environmental engineering personnel in the event of a violation due to failure to comply with the TESC, SWPPP, SPCC, NPDES or SEPA permit, or if the temporary channel bypass is inadequate. 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's resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 64"Ave. Channel Improvements UPRR/Inouye 1 - 26 April 16, 2014 Project Number: 10-3030C 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. 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 l 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. 640°Ave. Channel Improvements UPRR/Inouye 1 - 27 April 16, 2014 Project Number: 10-3030C 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 7 IS 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: 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. 641^Ave. Channel Improvements UPRR/Inouye 1 - 28 April 16, 2014 Project Number: 10-3030C 8. Unit of measure. 9. Legal gross weight in Remarks section. 101ocation 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 BYADDING 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 reestablish 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. 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 64`h Ave. Channel Improvements UPRR/Inouye 1 - 29 April 16, 2014 Project Number: 10-3030C 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, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with the approved 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 work site traffic control supervisors 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 641"Ave. Channel Improvements UPRR/Inouye 1 - 30 April 16, 2014 Project Number: 10-3030C I 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, signs, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer needed or required on the project. SECTION 1-10.5IS 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: 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 1-10.3(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 TCS, 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 TCS duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the TCS 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. 64" Ave. Channel Improvements UPRR/Inouye 1 - 31 April 16, 2014 Project Number: 10-3030C 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1- 10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." 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 TCM 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(2) of the WSDOT Standard Specifications. 641h Ave. Channel Improvements UPRR/Inouye 1 - 32 April 16, 2014 Project Number: 10-3030C I DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description The Contractor shall clear, grub, clean up, remove and dispose of all material and miscellaneous items within the work area which are necessary, but for which no specific bid item is provided. Clearing and grubbing on this project shall be performed within the following limits: Within the right of way as shown on the plans as necessary for project construction - only remove trees identified by the Engineer. The Contractor shall notify the Engineer of any trees that require removal that are not already shown on the plans. The Contractor shall not remove any trees without prior approval by the Engineer. The Contractor shall protect all adjacent property and utilities during tree removal. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement "Remove Existing Landscape Tree" shall be measured per each. Landscaping trees are defined as trees greater than 4" DBH (diameter breast height, defined as 4'-0" above ground) located adjacent to developed properties. Other trees requiring removal shall be considered incidental to the clearing and grubbing bid item. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment The unit price for "Remove Existing Landscape Tree" per each shall be full pay for all labor, equipment, supplies, materials, and tools required to remove and dispose of existing landscape trees, tree stumps and roots as directed by the Engineer. This bid item also includes backfilling and compacting any void. Trees will be removed as required to allow for a 2(H):1(V) channel side slope. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.2 Description There are existing utility conduits that traverse the culvert pipe crossing. The utility company will install new utility conduits at new 641"Ave. Channel Improvements UPRR/Inouye 2 - 1 April 16, 2014 Project Number: 10-3030C location(s) prior to construction. The Contractor shall remove the two existing utility conduits during removal of the existing culvert pipes. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.3 Construction Requirements The Contractor shall remove the existing culvert pipe and install the new box culverts in accordance with the American Railway Engineering and Maintenance-of-Way Association (AREMA) Manual. A copy of the manual is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement, 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 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 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: 64th Ave. Channel Improvements UPRR/Inouye 2 - 2 April 16, 2014 Project Number! 10-3030C The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalks, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit 6 inches nchesce additional compensation compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 - 6) x $26 0 _ $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Cement Concrete Driveway/Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x 'unit bid price =additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 - 6) x $26 6 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing 60 Inch Diameter RCP Culvert Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing culverts as shown on the plans and described in the 64`h Ave. Channel Improvements UPRR/Inouye 2 - 3 April 16, 2014 Project Number: 10-3030C specifications. The unit bid price shall include but is not limited to: excavation, removal and disposal. This bid item also includes cost for removal of the existing utility conduits. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price = additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: (8 - 6) x $2'00 6 = $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. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" 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 extruded curb as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert' constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to: excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. W Ave. Channel Improvements UPRR/Inouye 2 - 4 April 16, 2014 Project Number: 10-3030C I 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement Unsuitable foundation excavation will be measured by the cubic yard for all excavated material outside of the minimum excavation area necessary to install the culvert's subgrade as shown on the plans. Excavation to remove the existing culvert pipes shall be incidental to the Remove Existing Culvert Pipe bid item. Excavation to install the box culverts and headwalls within the minimum excavation area shall be incidental to the Precast Concrete Box Culvert bid item. Excavation to install the concrete wingwall shall be incidental to the Precast Concrete Wingwall bid item. SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications, The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement Roadway excavation will be measured by the cubic yard for all excavated material necessary to replace the existing driveway. Unsuitable foundation excavation will be measured by the cubic yard for all excavated below the minimum 24 inches of permable ballast subgrade as shown on the plans. Excavation to remove the existing culvert pipes shall be incidental to the Remove Existing Culvert Pipe bid item. Excavation to install the box culverts and headwalls within the minimum excavation area shall be incidental to the Precast Concrete Box Culvert bid item. Excavation to install the concrete wingwall shall be incidental to the Concrete Wingwall bid item. 64`h Ave. Channel Improvements UPRR/Inouye 2 - 5 April 16, 2014 Project Number: 10-3030C 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. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 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 shallprovide all water that comes from the City water system. Water shall be obtained from a City of Kent hydrant located near the construction site. A meter shall be placed on the hydrant by the Contractor prior to obtaining water from the hydrant. The meter shall be taken off the hydrant at the end of each day to protect against water and/or meter theft. The bid item for watering will be measured per hour for each full hour the water truck is operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter). 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 641'Ave. Channel Improvements UPRR/Inouye 2 - 6 April 16, 2014 Project Number: 10-3030C refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for "Watering" shall be complete compensation for all labor, equipment, supplies, tools and materials to haul, deliver and distribute water on the construction site as required to control dust, or street cleaning. Quantities used for all other work including but not limited to concrete work, hydroseeding and plant establishment, and compaction shall be included in the appropriate bid items. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-08 AGGREGATE PIERS 2-08.1 Description Work shall consist of furnishing, installing, monitoring, and testing of the aggregate pier ground improvement system as shown on the plans and as specified herein. The aggregate piers shall be columns of compacted aggregate constructed in a columnar-type configuration to produce an intermediate foundation system for support of the culvert at the embankment supporting the railroad crossing to achieve degree of improvement as indicated in Section 2-08.3(4) Performance Criteria. Work shall include provision of mobilization and demobilization costs, two modulus tests, furnishing all materials, equipment, and performing all labor for the construction of the aggregate piers including excavating and disposal of all spoil materials from installation of aggregate piers, and contractor quality control inspection, as required per the specifications and subgrade preparation following aggregate pier installation. Because aggregate piers are to be installed below the groundwater table on a small site, open hole or cased drilling methods which generate drill cuttings or excessive spoils shall not be permitted. The Contractor shall construct the piers with a down-hole bottom-feed vibrator, or bottom-feed displacement mandrel system. It shall be the 64"' Ave. Channel Improvements UPRR/Inouye 2 - 7 April 16, 2014 Project Number: 10-3030C aggregate pier contractor's responsibility to determine and implement the systems and criteria to ensure specified performance is achieved. There are existing roadways and underground utilities in the vicinity where ground improvements will take place. The Contractor shall be responsible for protecting existing facilities from environmental and structural damage, and repairing damage caused by its operations. Disturbance and monitoring criteria for these facilities will place constraints on ground improvement activities, and require monitoring programs. General criteria for protection of existing facilities and required monitoring are contained herein. The Contractor shall submit a work plan for the aggregate piers for approval. Included in the work plan shall be the means and methods for aggregate pier installation. The work plan shall describe the sequence for aggregate pier installation relative to coordination with other major work items, including temporary bypass of the channel, temporary dewatering, and mass excavation/removal of existing culvert. The work plan shall also describe the planned areas to be occupied by stockpiles and rock delivery trucks, the work area required for the aggregate pier installation rig, hopper and loader, and the equipment/barriers required to handle/dispose of any waste spoils. The work plan shall take into account the soil conditions, groundwater elevation presented in the geotechnical design report and shoring requirements. The work plan shall also include the Quality Control (QC) program, including but not limited to: QC testing of materials and compaction, testing frequency, and quality assurance of the aggregate backfill. Due to the time requirement for UPRR to review and approve the aggregate pier design, no modification to the aggregate pier design will be allowed. 2-08.2 Materials The gradation for the piers shall meet the requirements of Section 9- 03.1(4)C AASHTO Grading No. 57 of the WSDOT Standard Specifications. One gradation test shall be performed on the proposed material prior to commencing construction to demonstrate that the proposed material meets all specified requirements when furnished. If materials from more than one source are going to be utilized, this testing shall be completed for each source. The source of the material shall be selected 30 days prior to the time the material will be required in the work. Tentative approval of material by the Engineer will be based on initial test results. Final approval of the materials by the Engineer will be based on sieve analysis, tests results. Gradation testing shall be conducted periodically by the Contractor during production to verify that the material has not changed and that the material meets the requirements of ASTM C 33 and ASTM D 1241 where applicable. When a change in material is observed, work shall stop immediately and the problem corrected. If the aggregate source 64" Ave. Channel Improvements UPRR/Inouye 2 - 8 April 16, 2014 Project Number: 10-3030C or gradation is changed, a modulus test shall be completed at no additional cost. Water shall be used to increase aggregate moisture content where required. The Contractor shall coordinate adequate areas on the project site for the use of the Installer for the storage of aggregate and equipment. 2-08.3 Construction Requirements 2-08.3(1) Related Work 2-08.3(2) References 2-08.3(2)A Standard References The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the test by basic designation only. ASTM International (ASTM) ASTM D 1143 Standard Test Method for Deep Foundations Under Static Axial Compressive Load ASTM D 1143/D 1143M (2007) Piles Under Static Axial Compressive Load ASTM D 1194 Standard Test Method for Bearing Capacity of Soil for Static Load and Spread Footings (Modified for size) ASTM D 1241 (2007) Materials for Soil-Aggregate Subbase, Base, and Surface Courses ASTM C 33 (2003) Standard Specification for Concrete Aggregates ASTM STP 399 Dynamic Cone for Shallow In-Situ Penetration Testing ASTM STP (Special Technical Publication) 399 2-08.3(3)A Shop Drawings Daily Aggregate Pier Progress Reports Furnish a complete and accurate record of aggregate pier installation. Final Aggregate Pier Progress Reports Upon completion of aggregate piers, a final shop drawing including all daily progress reports documenting the observations and results of all tests shall be provided to the Engineer. The report will certify that the bearing pressure has been achieved within settlement tolerances. 64t'Ave. Channel Improvements UPRR/Inouye 2 - 9 April 16, 2014 Project Number: 10-3030C 2-08.3(3)B Product Data Equipment Provide type and size of vibro/displacement equipment and diameter to be used. Include work procedures and control criteria. Include work procedures and control criteria. Modulus Test Provide modulus test detail and setup and location to confirm that the installation procedure produces the pier modulus used in the design. 2-08.3(3)C Modulus Tests The Contractor shall perform a minimum of two modulus tests on completed aggregate piers, to demonstrate a minimum modulus of 125 pounds per cubic inch (pci). The Contractor shall submit for review 30 days prior to installation of the test piers a plan detailing the modulus test set-up and procedures. In addition, jack, pump and pressure gauge calibration data shall be submitted for review 30 days prior to the installation of the load test piers. The Contractor shall submit a complete report on the modulus tests, within 7 days of completion of each test, including but not limited to test pier locations, a description of the installation records for test piers, complete test data, analysis of test data, and other observations made during testing plus any other items required in ASTM D 1143 as applicable. 2-08.3(3)D Test Reports Aggregates Gradation curves and physical property tests results shall be submitted 14 days prior to scheduled start. Letters of certification and material delivery tickets from the aggregate supplier shall be provided. Modulus Tests Reports shall be submitted to the Engineer no later than 7 days after completion of the modulus tests. 2-08.3(3)E Certificates Surveys Lines and levels shall be established and aggregate pier locations staked and maintained by a registered surveyor or engineer provided and paid by the Contractor. Qualifications Aggregate Pier Installer: Qualifications of the Aggregate Pier Installer shall show that he/she has been engaged in successful design and installation of aggregate piers for at least 5 years and completed a minimum of 10 similar projects in similar scope utilizing the methods being performed for the subject project (Down Hole Vibrator or Bottom Feed Displacement Mandrel methods). A list of projects, including 641"Ave. Channel Improvements UPRR/Inouye 2 - 10 April 16, 2014 Project Number: 10-3030C name and description of the project, relative size, and contact person with phone number shall be provided. Two companies that meet these requirements are listed below: Geopier Northwest Inc. James Johnson 40 Lake Bellevue, Suite 100 Bellevue, WA 98005 (425) 646-2995 phone (425) 646-3118 fax Hayward Baker - Seattle Area Office Jon Bussiere 11190 E. Marginal Way South Tukwila, WA 98168-1935 (206) 223-1732 phone (206) 223-1733 fax 2-08.3(4) Performance Criteria Ground improvement system shall improve existing soft subgrade soils sufficiently to support Cooper E80 loading from a single train track acting on the new culvert, as shown on the plans. Aggregate pier design stiffness modulus value shall be verified by the results of the modulus test, described in this specification. The spacing and depth of aggregate piers for this project have been designed in accordance with generally accepted engineering practice, to meet the following criteria. 1. Minimum Allowable Bearing Pressure for Aggregate Pier Reinforced Soils: 2,400 psf. 2. Estimated Total Long-Term Static Settlement: <_ 1-inch. 3. Estimated Long-Term Differential Static Settlement: <_ 1/2- inch. 4. Minimum Replacement Ratio: 0.6 2-08.3(5) Site Inspection and Survey Monitoring The City will perform a precondition condition assessment of building structures, roadway surfaces and associated manhole/ valve covers within 50 feet of the Aggregate Pier work area prior to the start of work, to document obvious pre-existing cracks or damage. This will be recorded with photographs, video, and by mounted crack monitoring gages at the City's discretion. The City will also conduct a baseline survey to document elevations and locations of selected benchmarks and survey targets. The City will periodically monitor the "x-y-z" position of these selected survey targets during and after the work. The Contractor may conduct a preconstruction condition assessment and conduct periodic survey monitoring at their discretion. 641"Ave. Channel Improvements UPRR/Inouye 2 - 11 April 16, 2014 Project Number: 10-3030C On the basis of the precondition assessment and baseline/ periodic survey monitoring, the work shall be stopped if any movement of more than 0.3 inch vertical or horizontal displacement or if any other significant cracking or damage is detected by either the City or the Contractor. The Contractor shall submit a plan to mitigate the movement and/ or damage, for approval by the City prior to resuming work. 2-08.3(6) Vibration Monitoring The City will perform vibration monitoring at their discretion, between the Aggregate Pier Work and any building or utility manhole that is at least 20 feet away, to determine if vibrations from Aggregate Pier installation equipment is generating potentially damaging ground vibrations. Work shall be stopped if ground vibrations exceed a peak particle velocity of 1.0 inch per second adjacent to the nearby structure or utility. The Contractor shall submit a plan to mitigate the vibration, for approval by the City prior to resuming work. 2-08.3(7) Aggregate Pier Installation All Aggregate Pier elements shall be installed using special high-energy impact densification apparatus to densify the Aggregate Pier elements during installation. The apparatus shall consist of a down-hole vibrator capable of densifying the aggregate by forcing it radially into the surrounding soil, and by applying direct downward impact energy to each lift of aggregate. The bottom of the excavation shall be densified prior to the placement of the aggregate. The apparatus shall be of sufficient size and capacity to construct aggregate piers to the diameters and lengths shown on the drawings. 2-08.3(8) Plan Location and Elevation of Aggregate Pier Elements The center of each pier shall be within six inches of the plan locations indicated. The final measurement of the top of piers shall be the lowest point on the aggregate in the last compacted lift. Piers installed outside of the above tolerances and deemed not acceptable shall be rebuilt at no additional expense. 2-08.3(9) Rejected Aggregate Pier Elements Aggregate pier elements improperly located or installed beyond the maximum allowable tolerances shall be abandoned and replaced with new piers, unless the Engineer approved other remedial measures. All material and labor required to replace rejected piers shall be provided at no additional cost. 641h Ave. Channel Improvements UPRR/Inouye 2 - 12 April 16, 2014 Project Number: 10-3030C 2-08.3(10) Quality Control 2-08.3(10)A Quality Control Representative The Installer shall have a full-time Quality Control (QC) representative to verify and report all QC installation procedures. The Installer shall immediately report any unusual conditions encountered during installation to the Engineer, the General Contractor, and to the Testing Agency. The QC procedures shall include the preparation of Aggregate Pier Progress Reports completed during each day of installation and containing the following information: 1. Aggregate Pier location. 2. Aggregate Pier length and diameter. 3. Planned and actual Aggregate Pier elevations at the top and bottom of the element. 4. Lift thickness for each Aggregate Pier. 5. Estimated volume of aggregate placed for each Aggregate Pier versus actual volume. 6. Depth to groundwater. 7. Documentation of any unusual conditions encountered. 8. Type and size of densification equipment used. 2-08.3(30)B Quality Control Verification Program The Installer shall be responsible for design of a verification program to assure the quality of the construction. The program shall verify that the installed ground improvement system satisfies the performance requirements noted on the plans and these Kent Special Provisions. As a minimum, the verification program shall include the following: 1. Program to monitor performance of the ground improvement system during and after construction of the proposed embankment to be supported. This program shall include installation of two settlement monitoring points, on the exposed north and south edges of the culvert. Settlement points shall be monitored by a licensed surveyor on a weekly basis during wall construction and monthly after wall construction. Settlement monitoring by the Contractor shall stop 2 months from when wall construction is completed. Settlement monitoring data shall be transmitted to the Engineer and Geotechnical Engineer for review within 2 days of measurement. 2. Proposed means and methods for verification that the installed aggregate piers meet the strength and/or stiffness criteria required by the design. This may include, but shall not be limited to, modulus or load tests on individual elements and/or groups, determination of area replacement ratio) and other methods as approved by the Engineer. 3. Quality control program to verify that the ground improvement system is installed in accordance with the designer's specifications and the requirements in these Kent Special Provisions. The quality 64t�Ave. Channel Improvements UPRR/Inouye 2 - 13 April 16, 2014 '.. Project Number: 10-3030C control program shall include testing and observations by qualified personnel employed by the ground improvement installer or an independent testing laboratory. 2-08.3(11) Quality Assurance 2-08.3(11)A Independent Testing Agency The City is responsible for retaining an independent engineering testing firm to provide Quality Assurance services. The Testing Agency should be the Geotechnical Engineer of Record. 2-08.3(11)B Responsibilities of Geotechnical Engineer and Independent Testing Agency The Geotechnical Engineer of Record shall review and approve the Installer's Work Plan. The Testing Agency shall monitor the installation of aggregate pier elements to verify that all work is performed in accordance with the approved submitted Work Plan, observe installation of aggregate piers and provide written reports and report any discrepancies to the Engineer, Installer and Contractor immediately. 2-08.3(12) Responsibilities of Contractor 2-08.3(12)A Preparation The Installer shall locate and protect underground and aboveground utilities and other structures from damage during installation of the Aggregate Pier elements. The Contractor will provide the site to the Installer, after clearing and grubbing of the area has been completed. 2-08.3(12)B Utility Excavation The Contractor shall coordinate all excavations made subsequent to Aggregate Pier installations so that at least five feet of horizontal distance remains between the edge of any installed Aggregate Pier and the excavation. 2-08.3(12)C Foundation Subgrades Excavation and surface compaction of all foundation subgrades shall be the responsibility of the Contractor. Excavations to expose the tops of Aggregate Pier elements shall be made in a workmanlike manner with procedures and equipment best suited to prevent softening of the soil between and around the Aggregate Pier elements before placement of bearing pad as specified on the plans. 64" Ave. Channel Improvements UPRR/Inouye 2 - 14 April 16, 2014 Project Number: 10-3030C 2-08.5 Payment The unit contract price per each for "Aggregate Pier" shall be complete compensation for all labor, equipment, supplies, tools and materials to design, mobilize and demobilize, perform all modulus tests, and all items needed to construct the aggregate piers. This bid item also includes excavating and disposing of all spoil materials from excavations of aggregate piers; ingress and egress of equipment; providing a stable platform for equipment; any temporary dewatering; disposal of groundwater; preparation and submittal of the work plan, quality control inspection, testing, and monitoring of the structures and railroad tracks during the aggregate pier installation, and all other items needed to achieve the degree of improvement as specified herein. Water used to increase aggregate moisture content shall be paid for under the watering bid item. 2-09 STRUCTURE EXCAVATION SECTION 2-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.3 Construction Requirements 2-09.3(1) General Requirements The Contractor shall design and install a shoring system. The Shoring Plan shall be designed and stamped/signed by a Professional Structural Engineer licensed in the State of Washington. The plan shall describe the installation method, monitoring, maintenance, and/or removal of shoring. The Shoring Plan shall be submitted as part of pre-construction submittals for review and acceptance by the Engineer. SECTION 2-09.3 IS SUPPLEMENTED BY ADDEDING THE FOLLOWING NEW SECTION: 2.09.3(1)G Shoring Plan The Contractor shall provide an excavation support plan for all trenches and excavations that will be constructed to complete the Work. The plan shall be designed and stamped/signed by a Professional Structural Engineer licensed in the State of Washington to perform such design. The Shoring Plan will also require approval from the Engineer. The shoring plan submittals shall be submitted for approval at least 20 working days prior to construction. Subsurface information is included in Appendix A-4. Use of this information in no way relieves the Contractor from its responsibility for design, construction, and operations of a properly functioning sharing system. Any additional testing the Contractor may wish to perform to assure itself of being able to provide a properly functioning shoring system shall be at no additional cost to the Contract. The shoring system shall be designed to facilitate the excavation of wet soil to depths shown on the drawings plus two additional feet below the ground surface and protect workers in accordance with Safety 64°M1 Ave. Channel Improvements UPRR/Inouye 2 - 15 April 16, 2014 Project Number: 10-3030C Standards for Construction Work, Part N, WAC-296-155-650 through 66411. In addition, because shoring will be required adjacent to the property boundary, the shoring system on the eastern Project Site boundary shall be constructed in accordance with the current WSDOT publications M41-10, Standard Specifications for Road, Bridge, and Municipal Construction, and M21-01, Standard Plans for Road, Bridge, and Municipal Construction. The shoring plan shall include the following: 1. Description of the type of shoring system selected including the location and depths of the system components, equipment used for the installation, and the materials to be used to construct the shoring. 2. Drawings of the system stamped and signed by a professional engineer licensed in the State of Washington. 3. Design calculations to support the specified system components (i.e., depths of the wall, lengths of the tie backs, width of the piles, thickness and/or strength of the walls etc...) stamped and signed by a professional engineer licensed in the State of Washington. 4. Monitoring Plan to measure any vertical and lateral movement at the top of the wall/excavation, and settlement of the adjacent roadway (64th Avenue South). Proposed monitoring location points shall be included in the plan 5. Schedule for installation and monitoring. SECTION 2-09.3(3)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-09.3(3)D Shoring and Cofferdams The Contractor shall protect the unremoved portion of the track and facilities of the Railroad Company from damage due to the Contractor's operations, and shall shore all excavation adjacent to the existing railroad track. Damage to the railroad track or railroad facilities, due to the Contractor's operations, will be repaired by the Railroad at the Contractor's expense. Shoring shall be installed when necessary, in accordance with the Contractor-prepared Shoring Plan approved by the Engineer. The contents of the Shoring Plan are described in Section 2.09.3(1)G. The Shoring Plan shall be prepared by a Professional Structural Engineer licensed in the State of Washington and shall provide the details of the design support systems that will adequately support earth pressures, utility loads, equipment, traffic and construction loads, and other surcharge loads in a manner that will allow the safe and expeditious construction on permanent structures without movement or settlement of the ground and in a manner that will prevent movement of the excavation sidewalls, adjacent structures, utilities, or other facilities. All designated shoring within the limits of the area to be excavated must be placed prior to beginning the activities. Vertical shoring is required along the east and west Limits of Work. The locations shown in the Drawings for the vertical shoring are conceptual and approximate in location and depth, including vertical shoring along 64`"Ave. Channel Improvements UPRR/Inouye 2 - 16 April 16, 2014 Project Number: 10-3030C approximately 180 linear feet along the east Limit of Work and 180 feet along the west Limit of Work. The erected vertical shoring shall be inspected by a Professional Structural Engineer licensed in the State of Washington. The Contractor shall monitor the performance of the components of all excavation support systems, for both vertical and horizontal movement, and slope stability at regular intervals, locally and globally, as specified in the Shoring Plan. The Contractor shall provide a contingency plan in the event of an unfavorable performance of the support system. The Contractor shall repair damage to any existing structures resulting from the installation or removal of the excavation support system. No part of the excavation support systems, which will remain permanently in place, shall be placed or allowed to deflect within the limits of any current or future permanent structures SECTION 2-09.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.5 Payment The unit contract price per square foot for "Sheet Piling" shall be complete compensation for all labor, equipment, supplies, tools and materials to design, furnish, handle, store, install and remove the sheet piles. The bid item also includes any excavation, backfilling, restoring the site, and all other work to install and remove the shoring system. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12,1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BYADDING THE FOLLOWING; 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric 64"Ave. Channel Improvements UPRR/Inouye 2 - 17 April 16, 2014 Project Number: 10-3030C sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.5 Payment The unit contract price per square yard for "Construction Geotextile for Separation, Non-Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. 64th Ave. Channel Improvements UPRR/Inouye 2 - 18 April 16, 2014 Project Number: 10-3030C DIVISION 4 ® BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW I 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid 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. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING SECTION 4-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 64`^Ave. Channel Improvements UPRR/Inouye 4 - 1 April 16, 2014 Project Number: 10-3030C 4-04.2 Materials Materials shall meet the minimum requirements of the following section: Permeable Ballast...............................9-03.9(2) 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 BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus for Culvert Subbase" "Gravel Backfill for Walls" "Permeable Ballast" "Crushed Surfacing Top Course, 5/8 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish, haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 64" Ave. Channel Improvements UPRR/Inouye 4 - 2 April 16, 2014 Project Number: 10-3030C i I DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, HMA Class 1/2" PG 64-22 in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and 641h Ave. Channel Improvements UPRR/Inouye 5 - 1 April 16, 2014 Project Number: 10-3030C has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Hot Mix Asphalt (HMA) shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). 64`h Ave. Channel Improvements UPRR/Inouye 5 - 2 April 16, 2014 Project Number: 10-3030C HMA and preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 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 "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. Payment for the above roadway preparation including all labor, materials, tools, supplies, and equipment shall be considered incidental to the construction and all costs shall be included by the Contractor in the unit contract price of other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid items. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 64"' Ave. Channel Improvements UPRR/Inouye 5 - 3 April 16, 2014 Project Number: 10-3030C DIVISION 7 --DRAINAGE STRUCTURES STORM SEWERS_ SANITARY SEWERS WATER MAINSx AND CONDUITS DIVISION 7 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-00 GENERAL REQUIREMENTS 7-00.2 Temporary Channel Bypass The temporary channel bypass shall be designed to bypass a minimum of 20 cubic feet per second (cfs), and shall be installed as soon as all BMPs are in place and approved by the Engineer. The temporary diversion dam(s) shall be installed perpendicular to the channel and of sufficient height to maximize detention, without causing water to flow over the channel banks. Depending on the water level within the Green River Natural Resources Area (GRNRA), water from within the channel north of S. 226th Street may enter the project area. The Contractor shall incorporate this into their temporary channel bypass design. The Contractor shall hire a fisheries biologist to safely capture and move fish from the project area. The temporary diversion dam shall be removed carefully to assure that sediment will not exceed water quality standards. The Contractor shall be responsible for any fines imposed by Ecology or any other regulatory agency for any violation during installation, operation, removal, or any other instance relating to the Temporary Channel Bypass. The Contractor shall be responsible for temporarily bypassing water around the 64`h Avenue S. Channel and preventing water from entering the channel from the GRNRA during the culvert pipe removal; constructing the culvert base; installing the box culvert, wing and headwalls, backfilling and all other in-channel work. The Contractor shall replace any damaged area resulting from failure to bypass the minimum 20 cfs or from preventing water from downstream areas from entering the project area. To reduce flow within the 641h Avenue S. Channel, the Contractor shall obstruct the S. 2281h Street bypass inlet grate and fully open the existing 2-foot square sluice gate on the adjacent 66" pipe end plate. The Contractor shall also bypass the outlet structures shown on the Plan Sheet. 7-00.5 Payment The unit contract price per force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the baker tank for stormwater treatment and disposal. If stormwater collected and stored with a stormwater tanker truck cannot meet compiant levels or turbidity, as described in the specifications, the Contractor shall use a baker sand filtration system in conjunction with the stormwater tanker truck. 64" Ave. Channel Improvements UPRR/Inouye 7 - 1 April 16, 2014 Project Number: 10-3030C i Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. Payment to use the baker stormwater tanker truck as required, shall be included in the contract price. If the baker tank is not used, the Contractor will not be paid for the operator or the vehicle. The unit bid price per lump sum for "Temporary Channel Bypass" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to construct and install a fully operational temporary channel bypass, including temporary gravel filled diversion dams or sheet steel, screened bypass pipe, temporary pumping diversion, or other acceptable bypass system. This bid item includes obstructing the S. 2281h Street bypass inlet grate, opening the adjacent sluice gate, bypassing all storm water pipe discharging to the 641h Avenue S. Channel between S. 228th Street and the spur track to point(s) downstream of the UPRR spur track, fisheries biologist to capture and safely move fish per the HPA permit requirements, and complying with all other HPA permit requirements (see Appendix A-4). 7-02 CULVERTS SECTION 7-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.1 Description This work shall consist of detailing, fabrication, storage, delivery and installation of a precast two cell concrete box culvert. This includes the 3-sided box culvert base units; lid; headwalls, wingwalls, and pedestrian handrails as shown on the plans. Applicable paragraphs from "Section 6-02 of the WSDOT Standard Specifications" are included as part of the KSP. The minimum length of precast culvert segments shall be 5 feet. The maximum length shall not exceed 10 feet. The lead time for fabrication of the box culvert is estimated to be up to 60 calendar days. The Contractor shall factor this procurement time into its schedule. Installation of the box culvert must be completed by September 30, 2014, which is just before the start of the wet season. Galvanized steel pedestrian handrails shall be installed at locations as shown on the plans or as directed by the Engineer. Due to the time requirement for UPRR to review and approve the culverts, no modification to the culvert design will be allowed. 641h Ave. Channel Improvements UPRR/Inouye 7 - 2 April 16, 2014 Project Number: 10-3030C SECTION 7-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-02.2 Materials Materials shall meet the Standard Specification requirements of the Section following sections: Concrete Culvert Class 6000 minimum 6-02, 9-01 & 9-03 Win wall /Headwall Class 6000 6-02, 9-01 & 9-03 Epoxy Coated Steel ASTM A615 Grade 60 9-07 Reinforcing Steel Inserts ASTM A36 Weld Material AWS D1.5 Gravel Backfill for Walls Mineral Aggregate Type 9-03.12(2) 17 Permeable Ballast Mineral Aggregate Type 9-03.9(2) 13 All concrete shall have a minimum 4% air entrainment. Type III cement shall not be used. The grout shall be a non-shrink, non-corrosive, non-metallic, cement based grout conforming to ASTM C1107, Type C. Joint grout shall be prepackaged grout, mixed, placed and cured as recommended by the manufacturer. Batch plant grout mixes will not be allowed. The grout shall meet the following requirements: Requirement Test Method Values Min. Comprehensive Strength AASHTO T 106 5,000 psi @ 3 days The handrail shall be constructed of 2-1/2 inch and 1 inch I.D. steel structural pipe per ASTM A53. All connections shall be joined together by welds and shall be hot-dip galvanized after fabrication. All welds shall be smooth prior to galvanizing. See handrail details per Kent Standard Plan 6-41 and location per the construction plans. SECTION 7-02.3 IS DELETED AND REPLACED BY THE FOLLOWING: 7-02.3 Construction Requirements The handrail posts shall be placed in a vertical position and shall be spaced a maximum of 6 feet (center-to-center) apart. Reference Kent Standard Plan 6-41. The panel height shall be 3 feet. The Contractor shall obtain Railroad Protective Liability Insurance for work within UPRR right-of-way. The Contractor shall comply with all the safety requirements outlined in the Pipeline Crossing Agreement. The insurance and safety requirement compliance shall be incidental to this Contract (see Appendix A-6). 64`^Ave. Channel Improvements UPRR/Inouye 7 - 3 April 16, 2014 Project Number: 10-3030C The Contractor can also close the paved walking trail immediately adjacent to the 64th Avenue S. channel to facilitate removal and installation of the box culvert. If the trail is closed, the Contractor shall provide adjacent signage alerting trail users of the trail closure and directing them to the nearest trail access point. The Engineer may require additional signs if it is determined the initial signage is inadequate. All items for the trial closure shall be paid for under the Temporary Traffic Control Devices. The Contractor shall install the box culverts in accordance with the AREMA Manual. A copy of the manual is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 7 02.3(1) Precast Reinforced Concrete Three Sided Structures Manufacturing Plant Quality Control Program The manufacturing plant of precast reinforced concrete three sided structures shall be certified by one of the organizations specified in Section 6-02.3(28). 7-02.3(1)G Detailing Joints between members shall provide both a water tight and a structural secure connection. Water tight joints may be created by premolded-elastomeric seals and/or by site cast cementatious-grout. All grouted joints shall include cast keys, weld ties or other approved details. Minimum shear key depth at lid-to-base unit joint shall be 2 inches. Culvert ends shall be cast to provide a smooth face (without grout keys). The precast box culvert base, lid, headwalls and wingwalls shall be detailed by the Contractor or precast manufacturer per the contract drawings. 7-02.3(2) Concrete 7-02.3(2)B Proportioning and Mix Design All concrete mix designs shall conform to the requirements of Section 6-02.3(2) of the WSDOT Standard Specifications except that test data confirming the mix design may be provided by the Contractor's lab. Admixtures shall conform to Section 6-02.3(3) of the WSDOT Standard Specifications. The concrete mix designs shall meet the requirements described in the specifications and the schedule requirements identified in Kent Special Provisions Section 7-02.1. 641^Ave. Channel Improvements UPRR/Inouye 7 - 4 April 16, 2014 Project Number: 10-3030C '.. 7-02.3(3) Shop Drawings of Design Submittals Submit the following before casting the culverts. Shop drawings shall conform to the requirements of Section 6-02.3(28)A of the WSDOT Standard Specifications. Submit six copies of each submittal. • Fabrication shop drawings for each structure. Drawings shall be stamped by a licensed professional engineer in the State of WashingtonConcrete mix design and test reports. • Material certifications, including cement, flyash, aggregate, and reinforcement. • Method of curing. • Batch ticket information and concrete testing results. • Shipping weights. • Quality control program description. • Installation instructions. For the box culvert base units, lids, headwalls, and wingwalls, the Contractor shall submit six sets of shop drawings for the Engineer's approval. All shop drawings for the structures shall be stamped and signed by a Professional Engineer in accordance with Section 6-01.9 of the WSDOT Standard Specifications. 7-02.3(4) Casting and Inspection Prior to the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The precast reinforced concrete 3-sided box culvert fabricator shall notify the Washington State Department of Transportation Materials and Fabrication Inspection Section at least five working days in advance of beginning fabrication of the structures for this project. The Contractor shall utilize WSDOT to perform quality assurance inspections on the culverts, and wingwalls and headwalls. To facilitate inspection, the culverts and wingwalls and headwalls shall be made in Washington. WSDOT shall also be used to perform inspections of the precast headwalls and wingwalls and the walls shall be fabricated in either Washington or Oregon. By its inspection, WSDOT intends only to facilitate the work and verify the quality of that work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. The manufacturing plant of precast reinforced concrete 3-sided box culvert shall be certified by one of the organizations approved by WSDOT. Before casting the culverts, the Contractor and Fabrication Inspector shall have possession of an approved set of shop drawings and an approved mix design. Placement of concrete shall conform to the applicable portions of Section 6-02.3(6) of the WSDOT Standard Specifications. 641h Ave. Channel Improvements UPRR/Inouye 7 - 5 April 16, 2014 Project Number: 10-3030C Forms may be steel or plywood faced, providing they impart the required finish to the concrete. Form release compound shall be approved for potable water use. The Contractor may strip forms from the box culvert, base, lid, wingwalls and headwalls after the concrete reaches a minimum compressive strength of 3,000 psi, provided the box culvert, base, lid, wingwalls and headwalls remains in the casting bed in accordance with Section 6-02.3(28)B of the WSDOT Standard Specifications as supplemented in these Kent Special Provisions. All damage from stripping is the Contractor's responsibility. 7-02.3(5) Curing Curing of the precast culvert shall be in accordance with Section 6- 02.3(28)C of the WSDOT Standard Specifications except that concrete temperature need not be monitored by thermocouples embedded in the concrete. 7-02.3(6) Contractors Control Strength The concrete strength at stripping and verification of design strength shall be in accordance with Section 6-02.3(28)D of the WSDOT Standard Specifications. 7-02.3(7) Finishing All exposed surfaces of the structure shall be finished with a Class 2 finish. In addition, cracks in excess of 0.02 in and/or large void defects shall be repaired with epoxy injection or as directed by the Engineer at no additional expense to the Contracting Agency. Failure to satisfactorily complete repairs directed by the Engineer will be cause for rejection of the precast culvert unit. The beginning and end sections shall be formed without grooved or channeled interlocking edge on the exposed exterior side. Supplemental patching or grouting to fill in a pre-formed groove is not acceptable. The Contractor shall mark the following information, using waterproof paint, on the inside of a vertical leg of each section of the structure: Span and Rise dimension Job Number Fabrication Date Manufacturer's Name and Trademark Section number beginning with downstream end. 7-02.3(8) Tolerances As a minimum, dimensional tolerances shall conform to Section 6- 02.3(28)F of the WSDOT Standard Specifications. Tighter dimensional 64"'Ave. Channel Improvements UPRR/Inouye 7 - 6 April 16, 2014 Project Number: 10-3030C tolerances shall be established by the Contractor to ensure that the units can be assembled, as designed, by the erection Contractor. Difficulties with installation of the precast units, caused by poor control of dimensional tolerances, may be cause for the Contracting Agency to withhold payment in accordance with Section 7-02.5 of these Kent Special Provisions. 7-02.3(9) Handling and Storage Handling and storage shall be in accordance with Section 6-02.3(28)G of the WSDOT Standard Specifications. The Contractor shall provide storage of the precast culvert until such times as they are required for installation. The Contractor shall not move the box culvert base, lid, headwall or wingwall sections from the casting bed into storage until the concrete reaches a minimum compressive strength of 70 percent of the final design strength specified in the shop drawing submittal. The Contractor shall pick up, move, and store the box culvert, base, lid, headwall, or wingwall sections in the cast position when the concrete reaches a minimum compressive strength equal to the final design strength specified in the shop drawing submittal. 7-02.3(10) Shipping Prior to shipping, the fabricator shall furnish the Inspector a complete documentation package for each structure. The documentation package shall include the following information for each structure: 1. Concrete batch tickets. 2. Concrete cylinder break results. 3. Material certifications. 4. Copies of all changes from the Plans and Specifications. Shipping to the project shall be in accordance with Section 6-02.3(28)H of the WSDOT Standard Specifications. Contractor shall provide appropriate lifting slings and hardware as necessary to properly lift the precast members. The Contractor shall have a representative on site during lifting operations to verity lifting procedures are followed. 7-02.3(11) Fabrication Requirements All steel reinforcing bars in the lid shall be epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3 of the WSDOT Standard Specifications, and the minimum concrete cover dimension from the face of concrete to the face of the top mat of steel reinforcing bars shall be 2-1/2". 641M1 Ave. Channel Improvements UPRR/Inouye 7 - 7 April 16, 2014 Project Number: 10-3030C Other reinforcement requirements shall be per Section 6-02.3(24)C Placing and Fastening of the WSDOT Standard Specifications. 7-02.3(12) subgrade Preparation Native soil subgrade after excavation shall be reviewed and approved by Geotechnical Engineer of record prior to placing and compacting base material. Prior to setting the box culvert, a geotextile fabric shall be placed on the native soil surface covering the entire area, followed by placement of a 2-foot-thick layer of Permeable Ballast per WSDOT 9-03.9(2). If the native soil surface is found to be soft and yielding, overexcavation by as much as an additional 2 feet may be required at the discretion of the engineer, prior to backfilling. The Permeable Ballast should be compacted to a firm and non-yielding condition. Compaction with vibration and multiple passes over the backfilled surface shall be avoided to prevent groundwater from pumping up through the base material. The top 6 inches of backfill under the culvert shall be Crushed Surfacing Top Course per WSDOT 9-03.9(3) to facilitate a smooth compacted surface. A minimum of three (3) flat screed rails (outside edges and centerline) shall be placed to verify the uniformity of the compacted surface. Prior to placement of the 3-sided box culvert bases, the Contractor shall demonstrate for the Engineer the profile of the compacted surface with the use of a straight edge and level across the screed rails. High or low areas greater than 1/2 inch shall be filled or trimmed as needed to provide a uniform level surface. Opposite corners of the permeable ballast / CSTC shall not be out of plane by more than 0.02 feet. 7-02.3(13) Erection The Contractor shall erect and backfill the box culvert in accordance with the erection sequence specified in the shop drawings approved by the Engineer, and the construction equipment restrictions specified in Section 6-02.3(25)0 of the WSDOT Standard Specifications. Adjacent units shall be connected by welding the weld-tie anchors in accordance with Section 6-02.3(25)0 of the WSDOT Standard Specifications. The weld-tie anchor spacing shall not exceed 6'-0". After connecting the weld-tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of primer in accordance with Section 6-07.3(1)D of the WSDOT Standard Specifications. Install precast members plumb and in alignment to the following tolerances: 641h Ave. Channel Improvements UPRR/Inouye 7 - 8 April 16, 2014 Project Number: 10-3030C • Plan location from location shown on the Drawings: Plus or minus 3/4-inch in any direction. • Invert elevation from location shown on Drawings (including calculated intermediate elevations): Plus or minus 1/2-inch. • Maximum difference in invert elevations between adjacent members: 1/2-inch. • Maximum wall out of alignment based on string line between ends: 1-inch. • Maximum open gaps between members; 1/2-inch. The Contractor shall adjust wingwall footing grade or ensure the fabricator casts the wingwall such that the maximum open gap does not exceed 1/2-inch between the wingwall and the face of the culvert where the wingwall abuts when installed. In-place members shall be sealed and grouted in accordance with the manufacturer's directions. This includes sealing open gaps which would allow grout leakage. This may be accomplished with use of foam backer rod, hand troweling grout, or other approved method. Any closure material which extends beyond face of members shall be neatly trimmed. Grout shall be mixed to a flowable consistency and key shall be entirely filled. Horizontal keys shall be filled flush with concrete. If precast members are damaged during installation, such as minor spalls caused by contact with other members, such damage shall be repaired to the satisfaction of the City. Repair material shall be a proprietary product intended for concrete repairs. Surface preparation and installation shall be in accordance with product manufacturer's instructions. The City will reject precast units with voids, rock pockets, or other defects and that are damaged due to improper handling or transport. Welded ioints All welded connections shall be cleaned of slag and painted with two coats of a zinc rich galvanizing repair paint. Keyways shall be filled with grout conforming to Section 9-20 of the WSDOT Standard Specifications. The joint between the two separate box culvert cells shall be grouted the entire length of the culvert bottom and lid, as well as the vertical ends of the joint at the inlet and outlet as shown on the construction drawings. The culvert shall not be backfilled until the grouted joints have been cured and the grout cubes show the grout has reached the minimum compressive strength and have cured for 5 days. All grouted joints shall be continuous moisture cured for three (3) days per section 6-02.3(11) of the WSDOT Standard Specifications. 64" Ave. Channel Improvements UPRR/Inouye 7 - 9 April 16, 2014 Project Number: 10-3030C Backfillina After full assembly and grouting of the culvert sections bases, lids and wingwalls and the grout cubes show the grout has reached the minimum compressive strength and have cured for 5 days, the area behind the culvert and wingwalls shall be backfilled in balanced lifts with a minimum 2'-0" thick layer of "Gravel Backfill for Walls" placed in layers not to exceed 1'-0" differential height between opposite walls. SECTION 7-02.4 IS DELETED AND REPLACED BY ADDING THE FOLLOWING: 7-02.4 Measurement The culvert shall be measured per lineal foot of the completed structure. The two cells shall be measured as a pair and not individually. The payment measurement shall be the horizontal length at the centerline of the culvert measuring from the outside face of the upstream head wall to the outside face of the downstream opening. The wingwalls shall be measured per each. The Pedestrian Handrail shall be measured per linear foot. 7-02.5 Payment Payment will be made in accordance with Section 1-04.1 of the WSDOT Standard Specifications for: The unit contract price per lineal foot for "Precast Two Cell 3-Sided 14'W x 5'H Concrete Box Culvert with Lid and Headwall" shall be full pay for all materials, labor, tools, supplies and equipment necessary to fabricate, store, deliver and install the concrete box culvert base, lid and headwall. The unit bid price shall include but not be limited to: all culvert shop drawing preparation; structures; excavation; concrete; steel reinforcing, delivery of the box culvert base, lid and headwalls; weld connections; zinc paint; grouting, and curing all joints; and all other materials required for fully functional concrete box culverts. Also included in the bid price is any temporary dewatering; disposal of any groundwater; all items for the track/driveway/walking trail closure, and bracing of the existing utility conduits. The payment schedule shall be as follows: 1. 70% upon acceptance of all the culvert segments at the fabrication facility. 2. 30% upon delivery and installation of the last segment to the project site. The unit bid price per each for "Precast Concrete Winawall" shall be full pay for all costs of materials, labor, tools, supplies and equipment necessary for the fabrication, storage, delivery and installation of the wingwall and its footing. The unit bid price shall include but is not limited to: all shop drawing preparation; excavation; concrete; steel 641"Ave. Channel Improvements UPRR/Inouye 7 - 10 April 16, 2014 '... Project Number: 10-3030C reinforcing; delivery of the walls; grouting and curing all joints; geotextile fabric; and all other items required for all fully functional wingwalls. Also included in the bid price is any temporary dewatering; and disposal of the groundwater. The unit bid price per lineal foot for "Pedestrian Handrail" shall be full pay for all costs of materials, labor, tools, supplies and equipment necessary for the fabrication, storage, delivery and installation of the pedestrian handrail on the headwalls and wingwalls per Kent Standard Plan 6-41. The unit bid price shall include but is not limited to: all shop drawing preparation; galvanizing; drilling; grout; and all other items required for all fully functional handrail. 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Ductile Iron Pipe Class 50 (Unlined)............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes 641h Ave. Channel Improvements UPRR/Inouye 7 - 11 April 16, 2014 Project Number: 10-3030C and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment "Ductile Iron Storm Sewer Pipe 12 Inch Diameter° "Ductile Iron Storm Sewer Pipe, 24 Inch Diameter" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3 Construction Requirements All catch basins shall be precast concrete units and shall conform to Kent Standard Plans 5-1 and 5-2 unless specified otherwise. All Type II CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4 5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. Catch basin solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plan 5-9. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. 64'h Ave. Channel Improvements UPRR/Inouye 7 - 12 April 16, 2014 Project Number: 10-3030C SECTION 7-05,5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.5 Payment "Catch Basin, Type 1" "Catch Basin, Type 2 48 Inch Diameter" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Solid Locking Catch Basin Frame and Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 7-08 GENERAL PIPE INSTALLATION REOUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) 641"Ave. Channel Improvements UPRR/Inouye 7 - 13 April 16, 2014 Project Number! 10-3030C Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and II ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. 64'^Ave. Channel Improvements UPRR/Inouye 7 - 14 April 16, 2014 Project Number: 10-3030C Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Kent Standard Plan 3-22. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. .The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. 64" Ave. Channel Improvements UPRR/Inouye 7 - 15 April 16, 2014 Project Number: 10-3030C i It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING- 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-08.3(S) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in 64`h Ave. Channel Improvements UPRR/Inouye 7 - 16 April 16, 2014 Project Number: 10-3030C the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. 64th Ave. Channel Improvements UPRR/Inouye 7 - 17 April 16, 2014 Project Number: 10-3030C SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference Kent Standard Plan 3-22. The unit contract price per ton for "Foundation Material. Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. No business shall be out of water service for more than 4 hours. This requirement may be amended if prior arrangement(s) are made with the property owner. 64`"Ave. Channel Improvements UPRR/Inouye 7 - 18 April 16, 2014 Project Number: 10-3030C 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles ................................. 9-30.6(1) Corporation Stops................... 9-30.6(2) Polyethylene Pipe.................... 9-30.6(3)B Service Fittings....................... 9-30.6(4) Meter Setters ......................... 9-30.6(5) Meter Boxes........................... 9-30.6(7) 7-15.3 Construction Details 7-15.3(1) General Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 64t'Ave. Channel Improvements UPRR/Inouye 7 - 19 April 16, 2014 Project Number: 10-3030C 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Standard Plans. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plan 3-10. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall include a "tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend "WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from 64" Ave. Channel Improvements UPRR/Inouye 7 - 20 April 16, 2014 Project Number: 10-3030C the water main to the meter and shall be suitably reduced at the connection. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09.3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per linear foot for "Water Service Line 1 Inch Diameter" constitutes complete compensation for the labor, materials, tools, supplies and equipment necessary or incidental to the installation of new water service lines including, but not limited to: trench excavation, furnishing and compacting the bedding and backfill material, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, restoration, marking of "tail runs", testing, flushing, and disinfection. This bid item shall also include maintaining water service to the property, include supplying and installing temporary service lines and connections. 64"Ave. Channel Improvements UPRR/Inouye 7 - 21 April 16, 2014 Project Number: 10-3030C DIVISION S ® MISCELLANEOUS CONSIR CTION 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, required by the HPA, 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. The TESCP measure shown on the plans and described in the specifications shall only apply to work performed within the project limits and does not apply to the Contractor's staging area. The Contractor shall be responsible for providing TESCP at any staging area(s). All TESCP used at the staging area(s) shall be incidental to the project. The Contractor shall be responsible for any fines imposed by Ecology or any other regulatory agency for any violation at their staging area(s). The Contractor shall also be responsible for any cost of cleanup, delays, and down time to correct any deficiencies at the staging area(s). SECTION B-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................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 SECTION 8-01.3(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(i) 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. 64'M1 Ave. Channel Improvements UPRR/Inouye 8 - 1 April 16, 2014 I Project Number: 10-3030C Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the 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, and the WSDOT Standards Specifications, 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 B-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. Channel Bypass Plan for in-water work 64t"Ave. Channel Improvements UPRR/Inouye 8 - Z April 16, 2014 Project Number: 10-3030C SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING 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 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: i 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, 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. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed cannot be placed in the tank more than 30 minutes prior to application. The seed 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. 64`h Ave. Channel Improvements UPRR/Inouye 8 - 3 April 16, 2014 Project Number: 10-3030C 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 A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer shall not be applied on any channel sideslopes in order to avoid contamination of the channel. 64"Ave. Channel Improvements UPRR/Inouye 8 - 4 April 16, 2014 Project Number: 10-3030C 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 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 A" unless otherwise directed by Engineer. 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. 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, 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 j type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(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 64`"Ave. Channel Improvements UPRR/Inouye 8 - S April 16, 2014 Project Number: 10-3030C 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, 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, 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. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch 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. 64" Ave. Channel Improvements UPRR/Inouye 8 - 6 April 16, 2014 Project Number: 10-3030C 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING 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 BYADDING 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 8-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement The erosion control blanket will be measured by the square yard of actual ground covered and will not include areas of overlapping. SECTION 8-01.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per square yard for "Seeding Fertilizing. and Mulching" shall be full pay for all labor, materials, tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, 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 64"Ave. Channel Improvements UPRR/Inouye 8 - 7 April 16, 2014 Project Number: 10-3030C 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 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. The unit bid price per square yard measured as installed for "Erosion Control Blanket" shall constitute complete compensation for all materials, labor, tools, equipment and supplies necessary to install XCEL Excelsior Superior S2 erosion control blanket or equivalent as shown on the plans including but not limited to: furnishing and installing wood stakes, providing a smooth surface prior to placement, and all other items needed to install the blanket. The erosion control blanket shall be composed of straw (non-coconut) with a two-sided plastic net that is degradable when exposed to sunlight and is rated for about one year of service. Included are spreading, staking and required overlapping to correctly install the erosion control blanket. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. 64`h Ave. Channel Improvements UPRR/Inouye 8 - 8 April 16, 2014 Project Number: 10-3030C Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(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(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive 641"Ave. Channel Improvements UPRR/Inouye 8 - 9 April 16, 2014 Project Number: 10-3030C either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Bark or Wood Chio Mulch" constitutes complete compensation for all labor, supplies, materials, tools and equipment necessary to supply and spread the mulch in the areas as directed by the Engineer. The unit contract price per cubic yard for "Compost Amended Topsoil" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the compost amended 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 compost amended topsoil, cleanup and complete preparation ready for seeding or planting. This bid item shall also include sample collection and testing the compost. "Pacific Ninebark (Physocarpus capitatus) (1 gallon)" "Vine Maple (Acer circinatum) (1 gallon)" "Swamp Rose (Rosa palustris) (1gallon)" "Thimbleberry (Rubus parviflorus) (1 gallon)" "Salmonberry (Rubus spectabilis) (1 gallon)" "Tall Oregon Grape (Mahonia aguifolium) (1 gallon)" "Beaked Hazelnut (Corvlus cornuta) (1 gallon)" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary for planting the shrubs in accordance with the plans and described in the specifications. This item includes but is not limited to mulch, fertilizer, watering, planting mixture, and for watering and maintaining the shrubs for a period of not less than two calendar years. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. 64" Ave. Channel Improvements UPRR/Inouye 8 - 10 April 16, 2014 Project Number: 10-3030C i If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-44. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for "Cement Concrete Driveway, 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-44. it 64"'Ave. Channel Improvements UPRR/Inouye 8 - 11 April 16, 2014 'I Project Number: 10-3030C DIVISIONS IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 64" Ave. Channel Improvements UPRR/Inouye 8 - 12 April 16, 2014 Project Number: 10-3030C DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING; 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING; 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3Inch* 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. 64'h Ave. Channel Improvements UPRR/Inouye 9 - 1 April 16, 2014 Project Number: 10-3030C * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING. 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. 64t^Ave. Channel Improvements UPRR/Inouye 9 - 2 April 16, 2014 Project Number: 10-3030C 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING 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(10) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1(1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .... 100% Passing 1 mm sieve............................. 80% minimum Passing 0.15 mm sieve ........................ 15% maximum 64°M1 Ave. Channel Improvements UPRR/Inouye 9 - 3 April 16, 2014 Project Number: 10-3030C SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix"A" Min. % Min. °/o Max. Pro ortion Ingredient Pure Seed Germination Weed Seed 45% Perennial R e rass 98% 90% 1 0.5% 45% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 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 BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight 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. 641h Ave. Channel Improvements UPRR/Inouye 9 - 4 April 16, 2014 Project Number: 10-3030C 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure, toxic or otherwise harmful materials, plastic, concrete, glass, tree or shrub branches, fresh or partially decomposed wood by-products or similar material. Compost containing yard waste or biosolids shall be produced at a facility possessing a valid Solid Waste Composting Permit issued by the jurisdictional Health Department. Bidder shall indicate the source of feedstocks for the compost, such as: yard waste, yard waste and dairy cow manure with bedding, biosolids and yard waste, etc. Compost shall be stable, mature, decomposed organic solid waste that is the result of the accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is a uniform dark, soil-like appearance. Compost maturity or stability is the point at which the aerobic biogradation of the compost has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent testing provides consistent results. Compost production and quality shall comply with the Interim Guidelines for Compost quality, #94-38 or superseding editions, and amendments, published by the Washington State Department of Ecology. All compost products will be tested within 30 calendar days prior to application, with samples taken from the material stockpiled by the supplier for project use. Compost not conforming to the above requirements or taken from a source other than those tested shall be immediately removed from the project and replaced at no cost. Acceptance of composted products shall be based on the following submittals by the Contractor: 1. A Request for Approval of Materials Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-304 (Minimum Functional Standards for Solid Waste Handling). 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. 64" Ave. Channel Improvements UPRR/Inouye 9 - 5 April 16, 2014 Project Number: 10-3030C Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve ..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. SECTION 9-14.4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS. 9-14.4(10) Compost Topsoil Compost amended topsoil shall be a commercially manufactured mixture of soil and pure compost which meets the physical and chemical requirements for Type B topsoil in accordance with Standard Specification 9-14.1(2) except that the total organic matter shall be 15% to 30%. The compost used in the mixture shall consist of a well- decomposed, humus-like material derived from composting of yard waste, biosolids, or well rotted manure with a minimum of litter (straw, sawdust, or shavings). The organic material shall contain no plastic, concrete, glass, tree or shrub branches, fresh or partially decomposed wood by-products or similar material. Compost containing yard waste or biosolids shall be produced at a facility possessing a valid Solid Waste Composting Permit issued by the jurisdictional Health Department. 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 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. 64"' Ave. Channel Improvements UPRR/Inouye 9 - 6 April 16, 2014 Project Number: 10-3030C 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. �I 64"'Ave. Channel Improvements UPRR/Inouye 9 -7 April 16, 2014 Project Number: 10-3030C KENT STANDARD A► The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-10 Service Connection 1" Service 3-22 Typical Pipe Trench SEWER 4-5 Manhole Grade Ring, Safety Steps & Ladder STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-9 Solid Catch Basin Cover 5-11 Private Round Catch Basin Cover i STREET 6-41 Handrails 6-44 Industrial Cement Concrete Driveway Approach I 641h Ave. Channel Improvements UPRR/Inouye A - 1 April 16, 2014 Project Number: 10-3030C w U a w h p z w o w d 0 j Z O 0} Z yZ 6 O ,J w K4J N O 4_ U V Ow� X w m¢ w w z w w a z � 0 ,j � d0 o' (D > Q wy _ VI _ W �❑ stD Vino Q� F0-K 0 - W Z v w Z wd ❑ 00 o Q Zia ry N 3NI7 .n oil � 0 zwo H� Sao 1N3W35V3 Is O s N u i10 kLd3dO21d z CoCw io rtK a W \ U a O w l w Y Z Z 2 J \ ❑ J� X a� K p0 0 ❑ m Xo w m Y w a w K ¢a O 0 u ❑ Oa C Q 0 U Q w z w Q O U ❑_ Z w n Ul J H W d 0 0 O�m Q m .yOO _ K w X J a 0ILI 0 w w n Z ti 6. In K W E ❑ ' w r > z � X w oomwv, uK LE I, 0w K_ K � w ..a ¢ .m. z� .z. 0 m � a Q v: �- _ W PoP-- INJ Xaz i~ K O Q w W w w Sp o�Q udn o o Ox u S � S o pJN OL o z ug o z.}ui wp ' ww aK V' Ci �i yQ-.�. w 0Zt Q O❑ ��M twil g t/1 j jii F ¢ wwEo. E � Z ❑ w -� OU' Z of vwia v� > aw ui I35rau a � u p z O N rm v O O J � m w z u NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT o S ww S()SE AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE N a +I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT w � of WAS,91 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT o y F4 y ENGINEERING DEPARTMENT N J �3 �• SERVICE CONNECTION o P 21493 a KENT 1" SERVICE �D F�ISTEa� F DPsicNED Duw F`�ONAL E�G� DFAWN BB SCAtE NONE STANDARD PLANCHECKED DRE Z /l PPPROV mwma J V PAVEMENT RESTORATION PER STANDARD PLANS 6-64 THRU 6-68 SAWCUT(TYP.) EXIST.PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED ON APPROVED PLANS b. oo. a v.. "GRAVEL BORROW"PER WSDOT STD. SPEC.9-03.14 OR SUITABLE EXCAVATED MATERIAL.COMPACT TO 90%OF MAX, / SEE STANDARD PLAN 6-64 TO DENSITY. STANDARD PLAN 6-68 FOR TRENCH RESTORATION UNDER PAVEMENTS. i 12"MIN. 'i BENCH AS NEEDED FOR "BEDDING MATERIAL FOR RIGID PIPE"PER WSDOT STD SHORING OR TRENCH BOX (TYP.)WHEN DEPTH IS 4 FT. SPEC 9-03.16 OR SUITABLE EXCAVATED MATERIAL. AND GREATER. PIPE j 4" MIN, SEE NOTE UNPAVED AREAS PAVED AREAS NOTE: MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE *30"FOR PIPE UP TO AND INCLUDING 12"NOMINAL DIAMETER. *O.D. PLUS 16" FOR PIPE LARGER THAN 12"NOMINAL DIAMETER. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SOSEP.� AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE WASH ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT N0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 0 CITY OF KENT z ENGINEERING DEPARTMENT AO�FJ TE V �Ej�T TYPICAL PIPE TRENCH �FG "'ANAL E\vG DMM- BE SCAIE NDNE_DESIMED STANDARD PLAN CHECKED DATE 3_LL /7 n APPRD D i 12" MIN. � � 12" 1"RADIUS __ E MIN. 3 1/2" i MIN. ` '—T— 12J DROP RUNG i HANDHOLD MANHOLE STEP Imo-- 12"MIN, 11 3/4" MIN, 4-T CENTER TO CENTER MIN'. 6" 9 1/. If. 6" MANHOLE STEP GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER 6 12" 11 1/2" 12" ® it ,. ..6"FOR STEP 11 3/4"MIN. 3" FOR HANDHOLD �w CENTER TO CENTER 9 1/8"FOR STEP 6 1/8" FOR HANDHOLD 6 POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OFASTM D-4101 FOR POLYPROPYLENE AND ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE I S 24" SIP STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. 2. DROP RUNG STEPS ARE TO BE 88 GALVANIZED DEFORMED REBAR. �^— 1"CLEARANCE4 BAR 3.- PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. 4. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY - GRADE RING RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. O5. PENETRATION OF OUTER WALL BY A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STEP LADDER OR LADDER LEG IS BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY L t� THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PROHIBITED, USE FLANGED END FOR BOLTING TO WALL STORM DRAINAGE 5�SFp'I FILE AT THE CITY OF KENT, A COPY MAY BE OBTAINED UPON APPLICATIONS, ,'504 WAS111 �.� REQUEST. 6' CITY OF KENT O6. EMBED FOOT OF LADDER IN CONCRETE f Z ,gyp ENGINEERING IDEPARTMENT IN POURED AND/OR CHANNELED FLOOR, N ° MANHOLE GRADE RING, KENT o zl+sa SAFETY STEPS & LADDER o w... . 7. MANHOLE SEEPS OR LADDERS ARE NOT PU FU7STT=R� 4�" DESIGNED 04W STANDARD PLAN REQUIRED WHEN THE COVER TO '`F G\C\ DmwN eB sca�E NONE BOTTOM OF MANHOLE IS LESS THAN 41. `TONAL CHECKFA DATE -- 4_5 APPROVED �'� NOTES: 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478, &ASTM C 890)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED, FRAME AND GRATE WELDED WIRE FABRIC SHALL COMPLYTO AASHTO M 221 (ASTM A 497). SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL 3a" a 0 HAVE A WALL THICKNESS OF 2"MINIMUM. PROVIDE A 1.5" MINIMUM GAP 2n �0 BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. 4. ALL JOINTS IN THE BRICKS,GRADE RINGS, RISERS AND CASTINGS SHALL 5 S BE SEATED IN MORTAR. PICK HOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 6. 5, THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST OR�2� PIPE INVERT SHALL BE 5'. ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT i RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LBS.-6") (WEIGHT-580 LBS. - 12") PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE \'Cyel DIAMETER 44" REINFORCED OR 121. PLAIN CONCRETE #3 BAR EACH CORNER 21" ALL METAL PIPE 15" MIN. #3 BAR SOLID WALL PVC EACH SIDE (WSDOT STD.SPEC.9-05,12(1)) 15 #3 BAR EACH WAY 4" PRECAST BASE SECTION (WEIGHT-2170 LBS.) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1 oSEp� AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WASy/ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 61 CITY OF KENT ENGINEERING DEPARTMENT Y KE O T CATCH BASIN TYPE I A R 21493 Q 4z- w.�xxo�av �O1^n Fr'IST ERA SCALE NONE STANDARD PLAN TONAL ENG DFAWN off CHECKED DAIS G_i (�— J I APPftOVID_ EN Q N ry J JO � LL _ J Qvl w a0 � p W Oda m m V dm' V V Z4N � �wz 0 � u d uu 0�w F- Yw 0¢a N N m m m m d} v10Q 0 Ssz~c F �w0 ¢mQp O U�ZJIlI F O �a JO W W N WO" QLCCI Gcc owaa ll �twN Qam¢LL E KO Ow OO Q V ry m m v v�i m U W zN M M � l�il t00 4" .o s o w 4 12 V,MIN. am N d 0 MIN. (TYp,) 2.5" MAX. w .m �Co x w MAX. a^ g w S 24"MIN.:: m Q m n m m smQ 0 28"MAX. W O J J H K F m p O O O O O "B" 12'-0"MAX. (FOR MAINTENANCE) U F Z OW Q W 0 N p Z W N N M m c` O O O O O J W z z3 NNI W zuw Q w } 0 0 _ U m z C m d z n i r Z o 0o UUm aUw in z .-o o V 7zz � � ? �O ~zsQ Z uw QQ < 0w U V- < wO�m F ~¢' OO~ N I- Q Q Firo �� d? wam � mZ z j O in m a a .po N m z �3 a� wZ W� w� � a � o to o � wmo ozazQ a� < =� i Q 0 � a0 m w m K K S Q f Y 0 U L7 O YQ u] a±� ZyUU OQ W N ~ -. W zi m UO Z O N N W N � m N t/l_Z� ui 00 Iw- F W a0^ N KOZ N(D W Qm 0 a 90 E k µwF0l ~s awQ HOOG Sxx .�. E SK W F-0W OY ti O=II-- JQ YtiW U = W " w O W m NW OZQ z Q �N Y �C90UG QNS o. li G F � Z rl N M C V1 10 U Z I� Q NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT Si Pt AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S� �Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS// THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, %T CITY OF KENT �Q y N ENGINEERING DEPARTMENT SCENT CATCH BASIN TYPE II A 21493 w..xixo... �O,r RFSISTER \\��' DMIGNF G\\ DRAWNED I SCA E NONE S ANDARD P M1N ANAL EN CHECKED DAIS T 5_n APPROVED ouaRmt J G #6 BARS @ 7"CENTERS BOTTOM FACE WITH 20"%24",OR ,, '� 1"MIN.COVER 24"DIAM. CLR 2.TMP �> >1 / S 04r2„ X kTra:! 20" --{ 2"TYP. ONE#3 BAR HOOP FOR 6" I TWO#3 BAR HOOPS FOR -� 12" . AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING -r A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 96"TOP SLAB L 1"MIN. USED FOR ADJUSTMENT SECTIONS, 2 1/2" MAX. RECTANGULAR ADJUSTMENT SECTION 20"x 24",OR #S BARS @ 6"CENTERS 24"DIAM. �y\ 34" BOTTOM FACE WITH \yj; `4 1" MIN.COVER 2"CUR .(� / TYP. � 1J ONE#3 U20" -{ 2"TYP. BAR HOOP 4" S„ . . . . . . _ CIRCULAR ADJUSTMENT SECTION 72"TOP SLAB 1" MIN. 2 1/2"MAX. 20"x 24", OR / \ 24"DIAM. #4 BARS @ 6"CENTERS �I�N BOTTOM FACE-WITH l 2"Cl-R. I 1"MIN. COVER I 2'MIN, Tl'P. Lk 20" 2"TYP, TYPICAL ORIENTATION 7 FOR ACCESS AND STEPS 48"&S4" TOP SLAB NOTES: 1. SLAB OPENING SHALL BE 24"X 20" NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" QSEP AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE DIAMETER FOR ROUND. ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS H <O, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 2. SEE STANDARD PLAN 4-5 FOR STEP, �' v� % �� CITY OF KENT LADDER AND GRADE RING h 2 ENGINEERING DEPARTMENT 3.ONLY ONE STYLE OF CATCH BASIN K.ENT MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH -o R 21493 W........ STRUCTURES BASIN. DO NOT MIX STYLES. POD. Pg/STERN e OAf AI rw\G�\v DESIGNED DWN NONE STANDPRD PLAN DRAWN BD ,Y {�\`�AL CHECKm DATE 5-3 MPRDVED_ 23 3/4" C 8 18 IEVELMG PADS 3/4"x l 3/4"x 1/8" THICK1"LIFT I I I / O 2 1/2" DIA. HOLE J — � 2 - - A �-- -�- R A N - - - A.+ � � I 3/4��0 HOLE i I I�II N 0 I B SECTION B-B 11/16" 2 1/8" :+ 1/2"INSET 2 1/8" PROVIDE 5/8"DIA.BOLTS&TAP HEX SOCKET 1 7/8" FRAME FOR LOCK DOWN LID.N PLAN ZEE- 4 3/4" 5/8" 5/8"-11 UNC-2A STAINLESS STEEL SECTION A-A SECURING BOLT NOTES: - mW 1. WHEN SPECIFIED ON THE APPROVED PLANS,THE SOLID METAL COVER FOR 1/4" 1-3/16"DIA. SLOT v�i •-• CATCH BASIN SHALL BE FURNISHED IN PLACE OF THE GRATE PROVIDED FOR ON STANDARD PLAN 5-5, 2. RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON _ V314" I MAY BE USED IF APPROVED BY THE ENGINEER. CO3. CAST IN THE LETTERS"DRAIN"IN 2" RAISED LETTERS, 1/8"HIGH.4, TO BE USED WITH FRAME SHOWN IN STANDARD PLAN 5-4. 5. PROVIDE 2.5/8"DIAMETER STAINLESS I/B 1 1/8" - SECTION C-C STEEL ALLEN TYPE BOLTS COUNTER NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SUNK FLUSH WITH COVER. (SEE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE j- STANDARD PLAN 5-4 FOR BOLT-DOWN SQSEp'I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CATCH BASIN FRAME), „'A OF WASHiti � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 6. FRAME,CAST IRON ASTM A48 CL30, ��OyyY�� ` co O CITY OF KENT COVER, DUCTILE IRON ASTM A 536 GR Z ENGINEERING DEPARTMENT 8055-06 H-20 RATED, tzy • -SOLID CATCH BASIN .0 � 2493 o q- �`„1„NT COVER FS(STER� \�t� F A t fs\G\ DESIGNED D HB SCA E NONE Q __ `+ANDARD PLAN IV r1 `\`� DRAWN CHECKED DATE 5—A pg i 7 APPROVED 2"x 3/8"LETTERS ON 8 WEBS 1/2"THICK COVER-"DRAIN". NON-SKID PATTERN TO BE CAST INTEGRAL ON TOP OF COVER. 1"CORE- iv`-'v� 1 HOLE A °°o o°o °o A B B o° o DRAIN o °o o 0 0 duo°oo� LOCKING DEVICES FOR COVER MAY BE USED PROVIDING DETAILS HERE ARE NOT CHANGED HEAVY RINGS-(9" DEPTH)USE WHERE j I 3/8" PORTLAND CEMENT CONC. PAVMT.IS 1 2 BEING PLACED TO THICKNESS GREATER THAN 6" 1�� I LIGHT RINGS -(6"DEPTH) USE WHERE V, PAVMT.THICKNESS IS 6"OR LESS 17rMAAIIINED /2" 26 3/8" 25" 25 1/4 24 SECTION A—A CAST IRON NON-LOCKING COVER MIN.WEIGHT-150 LBS. HEAVY RINGS=9" 5" LIGHT RINGS=6" NOTES: 1, CAST IRON TO CONFORM TO SPEC.ASTM-159-55, 3/4" tlALLOY#111 RATING H-20. 2. SEAT OF COVER 9L FRAME MACHINED, 23 3/4" 3. NON-ROCKING FIT FOR MANHOLE COVERS, 33 3/4" 4. BREAK ALL SHARP CORNERS WHERE POSSIBLE. SECTION B—B 5. CASTING TO BE SHOT BLASTED AND CAST IRON FRAME MINIMUM WEIGHT-207 LBS. FREE FROM SURFACE SAND AND SCALE. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY 6. CASTING TO BE SMOOTH,TRUE TO THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PATTERN,FREE FROM BLOWHOLES, S()SE,P FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON POROSITY,HARD SPOTS,SHRINK t REQUEST. HOLES,WARP, OR ANY OTHER DEFECTS �~ of WAs& WHICH COULD IMPAIR SERVICEABILITY. �' v� �.� CITY OF KENT (N z o ENGINEERING DEPARTMENT7. CASTINGS SHALL BE COATED AS - N DIRECTED BY THE ENGINEER. �EN-j. PRIVATE ROUND CATCH BASIN -o p 21493 0 COVER �O�(F F�ISTER� � DMIONED D-M " SCALE�1.'ONE STANDARD PLAN ABB NAL 6\ \ CHECKED DATE PPPROVED 4"CENTERS TOP RAIL END SECTION ----BALUSTER 0 .a v POST M aO TOP OF SIDEWALK BOTTOM RAIL y Z, 0I V MAX. SLEEVE Q9 NON-SHRINK PIPE SCHEDULE GROUT PANEL HEIGHT TOP RAIL/POST BOTTOM RAIL BALUSTER 3' 1.90" 1.90" 0.840" NOTES: 4' 2.50" 2.00" 0.840" 1, RAILING SHALL BE CV PIPE RAIL,GALVANIZED STEEL OR APPROVED EQUIVALENT.INSTALLATION PER MANUFACTURER'S RECOMMENDATIONS, 2. SHOP DRAWINGS OF RAILING SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL SHOWING COMPLETE DIMENSIONS AND DETAILS OF FABRICATION AND INCLUDING AN ERECTION DIAGRAM. MATERIALS BEING USED SHALL BE SPECIFIED IN THE SHOP DRAWINGS, 3, ALL GALVANIZED STEEL PARTS SHALL BE GIVEN A CLEAR ANODIC COATING AT LEAST 0.0006 INCH THICK AND BE HOT WATER SEALED AND SHALL HAVE A UNIFORM FINISH. 4, PIPE RAILING AND PIPE RAILING SPLICES MAY BE HEATED TO NOT MORE THAN 400°F FOR A PERIOD NOT TO EXCEED 30 MINUTES TO FACILITATE FORMING OR BENDING, S. CUTTING SHALL BE DONE BY SAWING OR MILLING AND ALL CUTS SHALL BE TRUE AND SMOOTH. FLAME CUTTING WILL NOT BE PERMITTED. 6. PIPE RAILING,PIPE BALUSTERS AND PIPE RAILING SPLICES SHALL BE ADEQUATELY WRAPPED TO ENSURE SURFACE PROTECTION DURING HANDLING AND TRANSPORTATION TO THE 30B SITE. 7, WELDING OF GALVANIZED STEEL SHALL BE IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 6-03,3(25) 8. ALLOW FOR EXPANSION AT APPROXIMATELY EVERY FOURTH POST.99.. RAILS, POSTS AND FORMED ELBOWS NOTE:SO WEp�Z NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT SHALL BE ASTM A53, BRACKETS, END L AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE CAPS AND OTHER FITTINGS SHALL BEv� 61 `l0 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O i 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ASTM A865.SPLICES AND REPAIRS ' SHALL BE GALVANIZED PER ASTM A CITY OF KENT SLEEVE I.D.SHALL BE 1"GREATER ENGINEERING DEPARTMENT THAN POST O.U. 1.0�0F T� ��v KE S T HANDRAILS 10, PANEL HEIGHT; ONAL �NG\� W�•X1XOTOY 3 FEET FOR PEDESTRIAN USES 4 FEET FOR COMBINED BICYCLE AND D owN oRAWNEoN san E NO 5 ANDARD PWlpw se PEDESTRIAN USES. DHECXED oaiE — 6-41 APPRD�ED fxdx� M44,I12S pp soR�1'F FpIF���gpp 6�Ql q v e ON Sy�iOTy ryPF ORr`F q U,ylP pFprygYPga � pFPpRyl M O 3FpR9 PyleF�MgTch Pp SFFti r�rypfpN �py�,ySIOSSN�p�OCGS ORI�F SIpF�MgPp pPF� e (>).PJN F F Wqy q/K tiRF y,6 'Q9MP� FIYgr •J N eqR �Py .cl 1/2"TYP. ?F TyFl�jyApg9 2-#4 BARS '` SEE STANDARD �FS<pq�p6S, 1%MIN.CLEAR(TYP. I_�8" PLAN 6-48 FOR DRIVEWAY SLLOPESof Sc2Ly gTgc�FCGyT�FFp 2"/.� .MAX_ 6"� 2JCMTyF 1'-6". 1"CLEAR(TYP.) CRUSHED SURFACING TOP EXPANSION JOINT WITH COURSE(4"MIN. DEPTH) %" EXPANSION MATERIAL #4 BARS AT 12"EACH WAY SECTION A-A NOTES: O EXPANSION JOINTS SHALL BE PLACED 5, DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. AT 15' MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL SHALL ©DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO SECTION SIDEWALK TO THE GARAGE OR 40'BEHIND THE 9-04.1(4)OF THE WSDOT STANDARD RIGHT-OF-WAY LINE,WHICHEVER IS LESS, ' SPECIFICATIONS. 2. SEE STANDARD PLAN 6-48 DRIVEWAY SOSEID NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT SLOPES. �'`� OF WASy�ry �.q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. THE DRIVEWAY APPROACH WIDTH, Q� 461 W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, AND THE DRIVEWAY W[DTH ARE �-+ � 2 DETERMINED BY APPROVED .-� �-3 CITY OF KENT VEHICULAR MANEUVERING DIAGRAMS. �' C� ENGINEERING DEPARTMENT SEE SECTION 6.6.Q. -0 21493 PO RF("ISTER�1� KENT INDUSTRIAL CEMENT CONCRETE ALL DRIVEWAYS ARE TO BE ��NAL ENC�\\, W. '.�..... DRIVEWAY APPROACH SYMMETRICAL. DESIGNEo DWH SiPNDARD PLAN DRAWN BB SCALE NONE CHECKED_._— DATE - 6-44 APPROVO waxmt w U -- I VM21 ! � v3atl ........ -- --- _ S 3Atl 44119 eNiOvds 1 1 C: L 3�P�7 NOIs W 3 AS£ IL N� a r'io{ m Q z - �N ' o o yll � _ LLI a uj it �� w z Wco OU to i I I RWA I U Z M o w Jo F z = 1 ¢ ¢ m w^ w w ULLJ z o w o = � ------- , Y Z Z Y U d y 3 0 a 0 3 m ~ z o W o Ld OD ¢ ¢ ¢ Z R ¢ W 0 .-.... -_-_._._._. _ l O O Q� U of O O > ¢ .. N fl� d Z O 0 1 ` J O. �LLJ 1'1'� \ � U ® ® V1 n- � j I LJ Z� � Z I U Q I U a w anoiW t S 3AV 4WS ; ro L._.__._w.�.___— -._.. ---— I� ii m W . tIN' CF o o �( U U < 0 0 P.0_ d a '. LO II 1 Us SIDEWALK S HAV LIM Ld < LL] a- 0 LLI LLI< 0� < cn LLI LLI 0 —1 LLI z I-- = (n < V) LLI LL, < LL] 3t 0 LLI Cf) ::E 'n y 0 LL, OM LLI � < 0 C, < UJ —J------ Ej -i > Lo 0(o D�00 LLI < ch� 0 (1) a. C-) V) " m Li (n N . 0 —1 -i Ld 0 z Ld ct > < 0 rl) Lli �—j Lij C LLJ w CL a- GEOTECHNICAL DESIGN REPORT l 64`^Ave. Channel Improvements UPRR/Inouye A - 3 April 16, 2014 Project Number: 10-3030C ameO- GEOTECHNICAL ENGINEERING REPORT 641h Avenue S Channel Improvements Kent, Washington Prepared for., City of Kent Public Works Department 220 Fourth Avenue South Seattle, Washington 98032 Prepared by: AMEC Environment & Infrastructure, Inc. 11810 North Creek Parkway North Bothell, Washington 98011 December 16, 2011 Project No. 1-917-17292-0 ame TABLE OF CONTENTS 1.0 SUMMARY................................................................................................................................. 1 2.0 SITE AND PROJECT DESCRIPTION........................................................................................2 3.0 EXPLORATORY METHODS...................................................................................................... 3 4.0 SITE CONDITIONS....................................................................................................................4 4.1 UTILITY CONDITIONS.........................................................................................................4 4.2 SURFACE CONDITIONS......................................................................................................5 4.3 SOIL CONDITIONS............................................................................................_...............5 4.4 GROUNDWATER CONDITIONS............................................................................................7 4.5 SEISMIC CONDITIONS........................................................................................................7 4.5.1 Liquefaction Evaluation.................................... .......—....--................................8 5.0 CONCLUSIONS AND RECOMMENDATIONS ..........................................................................9 5.1 SITE PREPARATION .................................... ................................................................... 10 5.2 TEMPORARY SHORING WALLS ........................................................................................ 12 5.3 Box CULVERTS.............................................................................................................. 13 5.4 BACKFILLED WALLS........................................................................................................ 15 5.5 PERMANENT SLOPES...................................................................................................... 16 5.6 STRUCTURAL FILL .......................................................................................................... 17 6.0 RECOMMENDED ADDITIONAL SERVICES........................................................................... 19 7.0 CLOSURE ................................................................................................................................21 TABLES Table 1 Approximate Locations, Elevations, and Depths of Explorations ...................................4 Table 2 Approximate Thicknesses and Depths of Soil Layers Encountered in Explorations.......6 Table 3 Laboratory Test Results..................................................................................................7 Table 4 Estimated Settlements for Subgrade Improvement Options.........................................14 FIGURES Figure 1 Location Map Figure 2 Site & Exploration Plan Figure 3 Generalized Geologic Profile Section AA-AA' APPENDICES Appendix A Field Exploration Procedures and Logs Appendix B Laboratory Testing Procedures and Results AMEC Environment & Infrastructure, Inc. Project No. 1-91 7-1 72 92-0 PM7292-0_641h Ave S_Channel ImprovennentMGeoReportsT4th Ave S Eng Rat 111612.docx GEOTECHNICAL ENGINEERING REPORT 641h Avenue S Channel Improvements Kent, Washington 1 .0 SUMMARY The following summary of project geotechnical considerations is presented for introductory purposes and, as such, should be used only in conjunction with the full text of this report. Project Description: Improvement plans call for replacing the two existing channel crossings in the drainage channel that parallels the west side of 641h Avenue S; one at the railroad crossing of 64" Avenue S, and the other at the intersection of S 226`h Street and 64th Avenue S. Both channel crossings consist of three 60-inch-diameter concrete culverts that will be replaced with either two, 14- foot by 5-foot by 128 feet long (railroad crossing) or two, 10-foot by 7-foot by 106 feet long(S 2261h Street crossing) segmented concrete box culverts. Exploratory Methods: We explored subsurface conditions by means of four borings, two at each drainage channel crossing, advanced through fill and native soils at the anticipated alignment of the replacement culverts. The borings were advanced to depths of 20 to 45 feet below existing grade. Soil Conditions: Soils along the drainage channel alignment consist of 2 to 11 feet of medium dense, moist to wet, silty sand with some gravel and medium stiff to hard sandy silt with trace to some gravel fill soils. Beneath the fill soils are 1 to 3 feet of medium stiff to stiff sandy silt with some organics mantling 17 to 21 feet of very soft to medium stiff silt with trace to some organics (Floodplain Deposits) with interbedded silty sand layers. Beneath the fill and floodplain soils are 5 to 18 feet of loose to medium dense silty fine sand (Alluvial Deposits) with interbeds of sandy silt (Floodplain deposits. At approximately 43 feet below the ground surface, very soft to soft silt with peat seams was encountered, to the full depth of our explorations of 51'/z feet. Groundwater Conditions: Our explorations encountered groundwater in the alluvial deposits ranging from a depth from 23 to 27 feet below ground surface (elevations ranging from 4 to 8 feet). Also, we encountered perched groundwater ranging from a depth of 10 to 15 feet below the ground surface (elevations of 16 to 23 feet) at the approximate level of the surface water in the drainage channel. Pavement Conditions: The existing pavement overlying the S 226th Street culvert crossing appears to be in relatively good condition. The pavement did not exhibit any excessive cracking, raveling, settlement or aging. Since our borings were advanced adjacent to the pavement section, we were unable to determine the thickness of the pavement section. AMEC Environment& Infrastructure Inc Project No. 1-917-17292-0 1 P:\17292-0_64th Ave S_Channel Improvements\GeoReports\64th Ave S Eng Rpt 111612.docx Liquefaction: Our analyses indicate that the loose to medium dense sands and soft to stiff sandy silts have a high susceptibility to liquefaction. Settlement due to liquefaction is estimated to be from 6 to 12 inches. Foundation Considerations: Subsurface and loading conditions vary at the two culvert replacement locations. The culvert crossing at S 2261h Street has more favorable granular subgrade soils with some soft silt and lower loading due to vehicles than the culvert crossing at the railroad spur which has a much thicker layer of soft silt and is subject to higher, but infrequent railroad loading. At the railroad crossing, the preferred option would be to support the culvert using compacted aggregate piers. Aggregate piers would also have the benefit of mitigating the native sandy soils for liquefaction settlement. If the railroad surcharge loading can be neglected a 2 foot bearing pad of lightweight aggregate fill would be feasible to support the culvert. At the S 226th Street crossing, we recommend removal of the soft silt layer and replacement with a 4 foot bearing pad comprised of quarry spalls. Excavation and Temporary Shoring Considerations: We understand that an open cut construction method is the preferred option for culvert replacement. If temporary cut slopes cannot be excavated due to site constraints, temporary shoring will be necessary for worker access. In our opinion, driven sheet piles would be feasible for the subsurface conditions encountered in our explorations and expected excavation depths. Temporary Traffic Considerations: Our reconnaissance disclosed the existing embankment side slopes to consist of relatively loose soil with moderate vegetation. If the roadway will not be closed, and if temporary road widening is required for maintaining traffic flow on roadway shoulders, remedial repairs to the outer portion of the existing embankments would likely be required. On-Site Soil Considerations: Because the on-site soils are moisture-sensitive and would be readily disturbed when wet, the contractor should install appropriate temporary drainage systems at the construction site and should minimize traffic over exposed subgrades. Ideally, earthwork would be scheduled for the summer and fall months, when drier weather will maximize the potential for reusing on-site soils and when groundwater levels will likely be at their seasonal low. 2.0 SITE AND PROJECT DESCRIPTION The project site is located on the west side of 64th Avenue S, from just north of the intersection with S 226th Street to approximately 500 feet south. The approximate location of the project site is shown on the enclosed Site Location Map (Figure 1). The project site is comprised of two crossings ofthe drainage channel that parallels the west side of 64th Avenue S; one the Union Pacific Railroad crossing of 64th Avenue S, and the other at the intersection of S 226th Street and 64th Avenue S. Both existing channel crossings consist of three 60-inch-diameter concrete culverts with invert elevations of AMEC Environment & Infrastructure, Inc. 2 Project No. 1-917-17292-0 P:117292-0_64th Ave S_Channel Improvements\GeoReportsN64th Ave S Eng Rpt 111612.docz '', .. amec approximately 21 feet the railroad crossing and 22 feet at the 226th Street crossing, with some indication of differential settlement opposite to the northward flow direction.. We understand the project is to replace the existing concrete culvert pipes at each location with concrete box culverts. At the railroad crossing, we understand two side-by-side culverts are planned, each approximately 128 feet long by 14 feet wide by 5 feet high. Existing ground surface is approximately elevation 32 feet with the bottom of the proposed culvert footing at approximately elevation 20 feet. At the northern culvert crossing of S. 226th Street, two side-by-side culverts each approximately 106 feet long by 10 feet wide by 7 feet high. Existing ground surface is approximately elevation 31 feet with the bottom of the proposed culvert footing at approximately elevation 19 feet. According to the structural engineer, the estimated applied loading at the base of the culvert will be 3,000 pounds per square foot (psf). The enclosed Site and Exploration Plan (Figure 2) illustrates the site boundaries and adjacent existing features. The conclusions and recommendations contained in this report are based on our understanding of the currently proposed utilization of the project site, as derived from layout drawings, written information, and verbal information supplied to us. Consequently, if any changes are made in the currently proposed project, we may need to modify our conclusions and recommendations contained herein to reflect those changes. 3.0 EXPLORATORY METHODS AMEC explored surface and subsurface conditions at the project site during November 2011. Our exploration and testing program comprised the following elements: • A visual surface reconnaissance of the site; • Four borings (designated B-1 through B-4) with Standard Penetration Tests, advanced at strategic locations beneath the culvert replacement locations; • Three gradation analysis, two Atterberg limit tests, four US No. 200 Wash gradations, and nine moisture content determinations performed on representative soil samples obtained from beneath the site; and • A review of published geologic and seismologic maps and literature. Table 1 summarizes the approximate locations, surface elevations, and termination depths of all pertinent subsurface explorations, and Figure 2 depicts their approximate relative locations. Appendix A of this report includes boring logs and a description of our field exploration procedures, and Appendix B presents laboratory testing procedures and results. AMEC Environment & Infrastructure, Inc. Project No. 1-917-17292-0 3 Pi17292-0_64th Ave S_Channel ImprovemenlslGeoReporlsl64th Ave S Eng Rpt 111612.docx I ameO Table 1 Approximate Locations, Elevations, and Depths of Explorations Surface Termination Elevation Depth Exploration Location (feet) (feet) B-01 Channel Station 14+45, 31' Right 31.2 26.5 B-02 Channel Station 15+78, 27' Left 31.2 51.5 B-03 Channel Station 18+36, 33' Left 31.1 26.5 B-04 Channel Station 19+72, 38' Left 30.9 51.5 Elevation datum:Topographic survey provided by City of Kent Public Works Department The specific number, locations, and depths of our explorations were selected by AMEC in relation to the existing and proposed site features, under the constraints of surface access, underground utility conflicts, and budget considerations. The relative location of each exploration was determined by a site survey provided by the City of Kent Public Works Department. The elevations of each exploration were provided on the site survey. Consequently, the data listed in Table 1 and the locations depicted on Figure 2 should be considered accurate only to the degree permitted by our data sources and implied by the measuring methods. It should be realized that the explorations performed for this evaluation reveal subsurface conditions only at discrete locations across the project site and that actual conditions in other areas could vary. Furthermore, the nature and extent of any such variations would not become evident until additional explorations are performed or until construction activities have begun. If significant variations are observed at that time, we may need to modify our conclusions and recommendations contained in this report to reflect the actual site conditions. 4.0 SITE CONDITIONS The following sections of text present our observations, measurements, findings, and interpretations regarding utility, surface, soil, groundwater, seismic and liquefaction conditions at the project site. 4.1 UTILITY CONDITIONS Based on the site plans supplied to us and surface markings provided by the utility locating specialists, underground utilities that are known to cross the proposed southern culvert alignment consist of electrical, gas and water. Those underground utilities that are known to cross the northern culvert alignment are electrical, gas, water, telephone and a sanitary sewer line at the south end of the culvert. Also, there is overhead street lighting along the west side of 64th Avenue S that could be impacted during the culvert replacement project. AMEC Environment & Infrastructure, Inc. 4 Project No. 1-917-17292-0 PM 7292-0_641h Ave S_Channel ImprovementslGeoReporls1641h Ave S Eng Rpl 111612.docx ameO" , 4.2 SURFACE CONDITIONS Our observations of the surface conditions for the two channel crossings were made during our site visits on August 26 and November 10, 2011. Both existing channel crossings consist of three 60-inch- diameter concrete culverts with invert elevations of 21 feet to 22 feet. The topographic relief around the channel is relatively flat-lying with elevations ranging from 30 to 34 feet. There is a 25-foot wide paved private entry off of 641h Avenue S drive just south of the 60-foot wide railroad right-of-way. At the S 2261h Street intersection with 641h Avenue S, the entrance and exit from S 226th Street consists of single paved lanes separated by a median. Approximately 60 feet to the west of the channel, there is a paved public trail that parallels the channel in a north-south direction. The existing drainage channel is approximately 65 to 70 feet in width and is bordered by a row of secondary growth deciduous trees (with a scattering of conifer trees) from the south end of the project side to the south side of S 226th Street. There are a couple of young deciduous trees on the grassy median in S 226th Street. Vegetation along the slopes of the channel consists of blackberry bushes, ivy, and grasses. The channel has cattails and a variety of grasses. Surface water in the channel runs in a south to north direction. 4.3 SOIL CONDITIONS According to published geologic maps (Mullineaux, 1970) the project site is located along the eastern flank of the Duwamish Valley in the Puget Sound lowland. The Duwamish Valley lies within a broad glacial drift plain developed from multiple episodes of glaciation occurring during Pliestocene time. The glacial drift plain is underlain by Tertiary age bedrock at depth. The Duwamish Valley is believed to have been incised into the glacial drift plain from scouring of the Puget lobe and as a relict subglacial melt-water channel during the retreat of glacial ice during the Vashon Stade of Fraser glaciation. The Duwamish Valley was occupied by proglacial lakes, and later filled by progradation of deltas from both the White and Green rivers supplied with sediment from Mt. Rainier lahars. Our explorations revealed somewhat uniform near surface soil conditions and confirmed the mapped stratigraphy throughout the project site. Based on the information attained, the depositional environments for the sediments in the project area are comprised of floodplain (overbank and backwater pond) and channel deposits interfingered with deltaic deposits consisting of silty sands, sandy silts, clayey silts and peat, and andesitic sands, respectively. The observed soil deposits can be summarized as several layers with similar physical properties, as described below: • Fill: We observed soil which we interpreted to be fill (Hf) placed along the channel alignment to depths of 5 feet below the ground surface. The fill soils are comprised of medium stiff to hard sandy silts to medium dense silty sand with some gravel, cobbles and quarry spalls. Larger AMEC Environment& Infrastructure Inc Project No. 1-917-17292-0 5 P:117292-0_64th Ave S_Channel Improvements%GeoReports164th Ave S Eng Rpt 111612.docx ame rock armoring may be present directly around the existing concrete culverts. Since our explorations were advanced outside the zone of backfill for the existing culverts, we expect that fill thickness may approach 10 to 12 feet in center of channel. • Upper Floodplain Deposits: Beneath the fill soils there are overbank and backwater pond deposits (He) consisting of very soft to medium stiff silts to sandy silts with trace to some organics present in borings B-1 and B-4 for a thickness of 18 to 25 feet. Within these deposits in borings B-2 and B-3 there are loose to medium dense silty fine sand layers that range in thickness from 2 to 9 feet. • Alluvial Deposits: Beneath the upper floodplain deposits (He) are alluvial deposits (Ha) consisting of medium dense blackish gray silty fine sand with trace organics. These deposits range in thickness from 5'/2 feet at boring B-4 to 18 feet at boring B-2. • Lower Floodplain Deposits: The alluvial deposits (Ha) are underlain by very stiff sandy silt to medium dense silty sand overbank (He) deposits in boring B-4 to a depth of 43 feet below the ground surface. At 43 feet below the ground surface, borings B-2 and B-4 both encountered backwater pond deposits (He) of very soft silt with some clay and organics to the full depth of our explorations of 51'/2 feet. The enclosed exploration logs enclosed in Appendix A provide a detailed description of the soil strata encountered in our subsurface explorations. Table 2 summarizes the approximate thicknesses and depths of selected soil layers. The enclosed Generalized Geologic Profile AA-AA'(Figure 3) illustrates our stratigraphic interpretations at the centerline of the drainage channel. Table 2 Approximate Thicknesses and Depths of Soil Layers Encountered in Explorations Thickness of Thickness of Embankment Upper Floodplain Depth to Medium Dense Depth to Lower fill Deposits Alluvial Deposits Floodplain Deposits Exploration (feet) (feet) (feet) (feet) B-1 4'/z 18'/z 23 N/E 3-2 5 20 25 43 B-3 4 22 26 N/E B-4 2 25 27 32'/2 N/E = Not Encountered. Our geotechnical laboratory tests revealed that the floodplain soils have a measured fines content (silt and clay) of 71 percent, a plasticity index (PI) ranging from non-plastic to a PI of 18, and a moisture r content on the order of 34 to 42 percent. The alluvial soils have a fines content on the order of 24 to 48 percent with a moisture content ranging from 21 to 32 percent. We interpret these soils to be AMEC Environment & Infrastructure, Inc. 6 Project No. 1-917-17292-0 P917292-9_64th Ave S_Channel ImprovementslGeoReporlsl64lh Ave S Eng Rpt 111612docx amecO above their optimum moisture contents, and to be highly sensitive to moisture content variations. The enclosed laboratory testing sheets graphically present our test results, and Table 3 summarizes these results. Table 3 Laboratory Test Results Sample Moisture Gravel Sand Silt/Clay Sample ID Depth Content Content Content Content and Soil Type/ Source (feet) (percent) (percent) (percent) percent) B-1/S-3 (Floodplain) 7.5-9.0 34 NIT 29 71 B-1/S-7 (Alluvial) 25.0-26.5 31 0 52 48 B-2/S-5 (Alluvial) 15.0— 16.5 42 NIT NIT NIT B-2/S-8 (Alluvial) 30.0—31.5 21 0 67 33 B-3/S-3 (Floodplain) 7.5—9.0 42 NIT NIT NIT B-3/S-5 (Alluvial) 15.0 — 16.5 32 NIT 56 44 B-3/S-7 (Alluvial) 25.0—26.5 26 1 75 24 B-4/S-6 (Alluvial) 20.0—21.5 29 NIT 64 36 B-4/S-8 (Alluvial) 30.0— 31.5 26 NIT 55 45 NIT= not tested 4.4 GROUNDWATER CONDITIONS At the time of drilling (November 10, 2011), our explorations encountered groundwater within the sandy alluvial deposits ranging from 23 to 27 feet below ground surface (elevation 4 to 8 feet). We also encountered perched groundwater at the approximate level of the surface water in the drainage channel, ranging from 10 to 15 feet below the ground surface occurring at elevations of 16 to 23 feet. This perched groundwater develops when the vertical infiltration of water through a shallow, more permeable soil is slowed by a deeper, less permeable soil. Because our explorations were performed during an extended period of generally dry weather, the groundwater conditions present at that time may closely represent the yearly low levels; somewhat higher levels probably occur during the winter and early spring months. It appears the fine-grained floodplain deposits beneath the channel act as an aquitard, partly separating the perched aquifer from the groundwater observed within the sandy alluvium at elevation 4 to 8 feet. Groundwater seepage would therefore be anticipated during wetter portions of the year, where sandy interbeds occur below the level of the channel bottom. Throughout the year, groundwater levels would likely fluctuate in response to changing precipitation patterns, off- site construction activities, and site utilization. 4.5 SEISMIC CONDITIONS Based on our analysis of subsurface exploration logs and our review of published geologic maps, we interpret the on-site soil conditions to correspond to a seismic site class D, as defined by Table 3.4.2.1-1 of the 2009 American Association of State Highway and Transportation Officials (AASHTO) AMEC Environment & Infrastructure Inc Project No. 1-917-17292-0 7 P:\17292-0_64th Ave S_Channel Improvements\GeoReperts\64th Ave S Eng Rpt 111612.docx 7 i ame manual entitled Guide Specifications for LRFD Seismic Design First Edition. Based on review of AASHTO seismic hazard maps, AMEC recommends using the following parameters for Seismic Site Class D: • Ss = 1.318 Fa = 1.0 SDs = 1.318 • S1 = 0.449 Fv = 1.55 SD1 = 0.696 • Fpga = 1.0 (site coefficient for peak ground acceleration) The AASHTO maps are labeled with a probability of exceedance of 7 percent in 75 years corresponding to a return interval of 1,000 years. Current (2007) Probabilistic Uniform Response Spectra Data prepared by the USGS for 7 percent in 75 years indicate a peak bedrock site acceleration coefficient of about 0.43g. 4.5.1 Liquefaction Evaluation Liquefaction is a sudden increase in porewater pressure and a sudden loss of soil shear strength caused by shear strains, as could result from an earthquake. Research has shown that saturated, loose sands with a fines (silt or clay) content less than about 25 percent are most susceptible to liquefaction. Although other soil types are generally considered to have a low susceptibility, liquefaction may still occur during a strong earthquake. Typically, due to confinement, liquefaction does not extend deeper than about 50 feet below ground surface. Our on-site subsurface explorations did reveal saturated (or potentially saturated), loose, clean to silty sand layers or lenses within the upper 50 feet, as discussed above. To evaluate the possibility that the on-site native sands could liquefy during a seismic event, we performed a liquefaction analysis based on these site conditions. For purposes of evaluating liquefaction potential, we used the computer program SHAKE2000 to evaluate liquefaction based on the equation for factor of safety against liquefaction. This program evaluates the cyclic resistance ratio (CRR) required to initiate liquefaction based on Standard Penetration Test (SPT) results, as recommended by Seed, et al. (1983, 1985), and recently reviewed in the Proceedings of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils (Youd, et al. 1997, 2001). We evaluated the potential for liquefaction assuming a magnitude 7.5 earthquake with a peak ground acceleration of 0.43 g. We used this method to determine the relative factor of safety against liquefaction for the loose, silty sand layers underlying the site vicinity. Our analyses revealed that the loose to medium dense sand and very soft to stiff sandy silt layers have a high potential for liquefaction. We analyzed the liquefaction-induced settlement potential using the method developed by Tokimatsu and Seed (1987). Based on our analysis, we estimate that liquefaction-induced settlements in the upper 50 feet of site soils to be on the order of 6 to 12 inches. AMEC Environment & Infrastructure, Inc. 8 Project No. 1-917-17292-0 PA17292-0_64th Ave S_Channel Improvements\GeoReports164th Ave S Eng Rpt 111612.docx ameO- 5.0 CONCLUSIONS AND RECOMMENDATIONS Improvement plans call for replacement of the two existing culvert crossings with concrete box culverts. We offer the following general geotechnical conclusions and recommendations concerning this project. Feasibility: Based on our field explorations, research, and analyses, the proposed culvert replacements appear feasible from a geotechnical standpoint, contingent on the recommendations presented herein. Culvert Foundation Considerations: Subgrade improvement will need to be accomplished to provide adequate bearing capacity for the new culverts. The method selected will depend on tolerable settlements from underlying compressible native soils. If minimal settlement is required at the railroad crossing and E80 Cooper loading needs to be assumed the subgrade should be improved using compacted aggregate piers or deep foundations. At the S. 2261h Street crossing, overexcavation and replacement with a 4-foot thick bearing pad of quarry spalls appears feasible. Temporary Sloping and Shoring Considerations: We expect that S 226th Street may be partially closed and that the railway spur will be out of service during construction of the new culverts. While temporary sloping may be feasible toward the west, it is likely that temporary cut slopes cannot be accommodated to the east due to proximity to 64th Avenue. Temporary shoring may therefore be required to construct the replacement culverts. Based on soil conditions, temporary shoring using sheet piles appears feasible. Liquefaction Considerations: Liquefaction is a sudden increase in porewater pressure and sudden loss of soil shear strength caused by shear strains, as could result from an earthquake. Research has shown that saturated, loose sands with a silt content less than about 25 percent are most susceptible to liquefaction, whereas other soil types are generally considered to have a lower susceptibility. Our analysis indicated that the soils underlying the project site have a high susceptibilty to liquefaction during a strong earthquake (AASHTO 1,000 year return interval event). Liquefaction Mitigation: Our analyses indicate that settlement due to liquefaction of soils between a depth of 20 to 25 feet and 35 to 50 feet could be on the order of 6 to 12 inches. Based on our knowledge of subsurface conditions in the vicinity of the site, we anticipate widespread liquefaction will likely occur during a seismic event. Mitigation of liquefaction settlement could be accomplished beneath the new culverts using compacted aggregate piers or deep foundations; however, this would AMEC Environment & Infrastructure, Inc Project No. 1-917-17292-0 9 P:\17292-0_64th Ave S_Channet Improvements\GeoReports\641h Ave S Eng Rot 111612.doex { ame result in a significant amount of differential settlement between improved and adjacent unimproved areas. On-site Soil Reuse: Our visual soil classifications and laboratory testing indicate that the on-site soils are over-optimum and highly moisture-sensitive and susceptible to disturbance when wet. To maximize the potential for reusing on-site soils as structural fill, earthwork should be scheduled for periods of dry weather, such as that usually occurring during the summer and early fall months. Subgrade Protection: Due to the moisture-sensitive nature of the on-site soils, the contractor should install appropriate temporary drainage systems to keep water out of the construction areas, and should minimize traffic over any subgrades prepared within these soils. The following text sections of this report present our specific geotechnical conclusions and recommendations concerning site preparation, excavations, culvert footings, temporary and permanent slopes, and structural fill. American Society for Testing and Materials (ASTM) specification codes cited herein refer to the current ASTM manual. Washington State Department of Transportation (WSDOT) specification codes and plan designations cited herein refer to WSDOT publications M41- 10, 2010 Standard Specifications for Road, Bridge, and Municipal Construction, and M21-01, Standard Plans for Road, Bridge, and Municipal Construction, respectively. 5.1 SITE PREPARATION Depending on the contractor's work plan and sequencing, preparation of the project site may involve erosion control, pavement removal and demolition, temporary diversion, drainage, and dewatering, temporary sloping /shoring, and excavations, followed by backfilling and site restoration. The paragraphs below discuss our geotechnical comments and recommendations concerning site preparation. Erosion Control Measures: It is recommended that a staked silt fence be installed around the area to be disturbed. The base of the silt fence should be buried so that sediment cannot pass beneath it, and the silt fence should be inspected and maintained during the time that the site soils are exposed, on a periodic basis, and after any major rainstorm event. Because stripped surfaces and soil stockpiles are typically a source of runoff sediments, they should be given particular attention. If earthwork occurs during wet weather, we recommend that all stripped surfaces be covered with straw to reduce runoff erosion. Similarly, soil stockpiles and cut slopes should be covered with plastic sheeting for erosion protection. It may be prudent to maintain a berm and swale around the downslope side of stripped areas and stockpiles in order to capture runoff water and thereby reduce the downslope sediment transport. In addition, the stripped areas should be revegetated as soon as possible, also reducing the potential for erosion. AMEC Environment & Infrastructure, Inc. 10 Project No. 1-917-17292-0 PM7292-0_64th Ave S_Channal Improverrents4GeoReporis1641h Ave S Eng Rpt 111612.docx amed"O Pavement and Railway Track Removal: Site preparation will involve removing existing pavement at the S 226th Street S culvert crossing and removing the existing railroad tracks at the culvert crossing to the south. Any associated underground structural elements or unknown utilities encountered, should be exhumed. Removal of the existing culverts may need to occur in sections depending on the Contractor's work plan. The roadway embankment on both sides of the project site ranges between approximately 10 to 12 feet high as measured from the road grade to the culvert's invert elevation. Temporary Drainage: We recommend intercepting and diverting any potential sources of surface or near-surface water within the construction zones before stripping begins. Because the selection of an appropriate drainage system will depend on the water quantity, season, weather conditions, construction sequence, and contractor's methods, final decisions regarding drainage systems are best made in the field at the time of construction. Nonetheless, we anticipate that curbs, berms, or ditches placed around the work areas to adequately intercept surface water runoff. Temporary Dewatering: Our explorations encountered groundwater in the alluvial deposits at depths ranging from 23 to 27 feet below ground surface (elevations from 4 to 8 feet). Also, we encountered perched groundwater ranging from 10 to 15 feet below the ground surface (elevations of 16 to 23 feet) corresponding to the approximate level of the surface water in the drainage channel. We expect that groundwater levels will rise several feet during the winter and spring. Consequently, site excavations might extend below the groundwater level, depending on the actual excavation depth and time of year. If groundwater is encountered, we anticipate that an internal system of ditches, sumpholes, and pumps will be adequate to temporarily dewater the excavation. If compacted aggregate piers are used for culvert support, the contractor should expect higher groundwater flows into the excavation. Temporary Cut Slopes: All temporary cut slopes associated with site excavations should be adequately inclined to prevent sloughing and collapse. For the various soil layers that will likely be exposed in on-site cuts, we tentatively recommend the following maximum cut slope inclinations. However, appropriate inclinations will ultimately depend on the actual soil conditions exposed during earthwork. Maximum Soil Type Inclination Existing Embankment Fill 1'/H:1V Floodplain Deposits 2H:1V Note: Temporary slopes are for soils without seepage. Where seepage occurs, dewatering would be required, otherwise temporary slope inclinations would need to be flatter. AMEC Environment & Infrastructure Inc Project No. 1-917-17292-0 11 P:117292-6_64th Ave S_Channel ImprovementslGeoReporW64th Ave S Eng Rpt 111612.docx Temporary Shoring: If temporary cut slopes cannot be accommodated due to site constraints, and worker access is necessary within the excavations, temporary shoring would need to be installed prior to excavation. Temporary shoring may also be required to support the roadway embankment if a single lane of traffic is to be maintained through the work area. 5.2 TEMPORARY SHORING WALLS Temporary shoring walls should be constructed along any excavation sidewalls that cannot be adequately sloped or set back. We offer the following design and construction recommendations concerning temporary shoring. Applicability: In our opinion, sheet piles could be used for shoring the proposed culvert excavation sidewalls at the site. The design of temporary shoring walls should be the responsibility of the contractor. The contractor will need to submit a shoring design and a work plan describing proposed means and methods for construction as well as a program for deflection monitoring, if required for protection of surrounding roadways, utilities or other structures.. Pile Embedment: All sheet piles should have sufficient embedment below the final excavation level to provide adequate "kick-out' resistance to horizontal loads. We recommend a minimum embedment of 10 feet below the excavation base, or 5 feet below any excavations located within about 15 horizontal feet of the pile, whichever is greater. However, deeper embedments might be needed to develop adequate vertical capacity or passive resistance at specific locations. Installation Conditions: Based on our explorations, we expect that sheet pile walls will encounter site soils comprised of very soft to hard sandy silt and loose to medium dense silty sands. Installation of sheet piles using a vibratory hammer appears feasible within the site soils. Although the explorations did not encounter buried logs, it should be noted that these obstructions could exist at random locations within these flood deposits. Applied Loads: Temporary shoring walls should be designed to resist the various applied loads, which can be classified as static pressures, surcharge pressures, and hydrostatic pressures. Our recommended design pressures are discussed in the following paragraphs. • Static Pressures: Static lateral earth pressures are assumed to act over the entire height of the wall. For walls that are cantilevered, we generally recommend using an active earth pressure modeled as an equivalent fluid unit weight equal to 40 pcf. In the special case of walls that are located adjacent to existing structures or sensitive utilities, we recommend using an appropriate at-rest earth pressure of 60 pcf; this will minimize lateral deflections of the wall face and vertical subsidence of the backslope surface. For walls that are cantilevered, we AMEC Environment & Infrastructure, Inc. 12 Project No. 1-917-17292-0 P:417292-0_641h Ave S_Ghannel ImprovementslGeoReports\64th Ave S Eng Rpt 111612.docz ameog generally recommend using an active earth or at-rest pressure modeled as equivalent fluid unit weights (with a triangular pressure distribution) of 40 pcf and 60 pcf, respectively. • Surcharge Pressures: Lateral earth pressures acting on the shoring wall should be increased to account for surcharge loads resulting from any vehicle traffic, railroad equipment (Cooper E80 Loading) if applicable , construction equipment, material stockpiles, or structures located within a horizontal distance equal to the wall height. • Hydrostatic Pressures: If adequate drainage is provided behind the shoring wall, we expect that hydrostatic pressures will not develop. However, if groundwater were allowed to collect behind the wall, a hydrostatic pressure of 62 pcf would act against the portion of wall above the foreslope level and below the saturation level. Resisting Forces: Lateral resistance can be computed by using an appropriate allowable passive earth pressure acting over the embedded height of the temporary shoring wall, neglecting the upper 2 feet. For a level foreslope, the allowable passive pressure can be modeled as a trapezoidal distribution. Assuming a level foreslope at the wall location, we recommend the design values of 200 pounds per cubic foot for static conditions and 270 pounds per cubic foot for seismic conditions. These values incorporate static and seismic safety factors of at least 1.5 and 1.1, respectively. An allowable coefficient of base friction of 0.30 may be assumed between the soil and concrete for static conditions. Base friction is typically neglected under seismic loading conditions. Construction Monitoring. We recommend that an AMEC representative be retained to continuously monitor the construction of the temporary shoring walls, to verify that suitable depths are reached and soil conditions encountered are consistent with those assumed. This monitoring program would include observation and documentation of installation procedures, construction materials, driving conditions, soil conditions, and pile plumbness. 5.3 Box CULVERTS The soft silts underlying the proposed culvert locations are moderately compressible and settlement will be a function of culvert crossing loading, bearing pad thickness and bearing pad material type. The bearing pad will serve to dissipate foundation stresses uniformly across the culvert, thereby reducing total and differential post-construction static settlement. Bearing Pads: We evaluated settlement of bearing pads comprised of lightweight aggregate fill and quarry spalls ranging in thickness from 2 to 4 feet. Neglecting the loading from vehicle or railroad traffic, the new culverts will impose no new net loading to the site soils. Overexcavation and replacement with lightweight fill will also not impose any new soil loading as it weighs less than the native soils that would be removed. However, using quarry spalls would impose a net increase in load applied to the native soils which would cause settlement as it is much heavier. AMEC Environment & Infrastructure Inc Project No. 1-917-17292-0 13 PM7292-0_64th Ave S_Channel Improvements\GeoReports\64th Ave 3 Eng Rpt 111612.docx ame Aggregate Piers: An alternative to overexcavation and replacement with a bearing pad would be to use compacted aggregate piers. An array of aggregate piers would improve the bearing capacity of soils beneath structures. This approach would limit static and seismic settlements to less than 1 inch. A "Geopier or"Vibropier" are proprietary names for the most common type of aggregate pier, but others might be available. Regardless of type, all aggregate piers are installed by boring down to a suitable soil horizon and then backfilling the borehole with compacted granular soil. Typical borehole diameters range from about 30 to 42 inches. For all locations, we recommend the aggregate pier designer ensure that the piers have sufficient depths and widths to provide an allowable bearing capacity of 3,000 psf. Surcharge loading: Given the infrequent trains that will be travelling across the railroad spur each year; we assumed this live load can be neglected in our static settlement calculations. However, we consider the live load for the culvert crossing beneath S. 226`h Street that is subjected to frequent truck traffic applicable in evaluating static settlement. Estimated Settlement: A summary of estimated settlement for various subgrade improvement options is presented in Table 4 below. Table 4 Estimated Settlements for Sub grade Improvement Options Estimated Settlement Location Subgrade Improvement Options (inches) Railroad Crossing 2-foot bearing pad using lightweight Less than 1 inch aggregate fill assuming no railroad surcharge 4-foot bearing pad using lightweight 7 aggregate fill assuming E80 Cooper railroad surcharge (3,000 psf) Aggregate Piers assuming E80 Less than 1 inch Cooper railroad surcharge (3,000 psf) S 226th Street Crossing 4-foot bearing pad using quarry Less than 1 inch spalls assuming H-20 surcharge (1,000 psf) Recommended Option: At the railroad crossing, the preferred option would be to support the culvert using compacted aggregate piers unless the railroad surcharge can be neglected. Aggregate piers would also have the benefit of mitigating the native sandy soils for liquefaction settlement. At the 226th Street crossing, we recommend removal of the soft silt layer and replacement with a 4 foot bearing pad using comprised of spalls. AMEC Environment& Infrastructure, Inc. 14 Project No. 1-917-17292-0 '.... PM7292-0_64th Ave S_Channel Improvements\GeoRepoda164th Ave 5 Eng Rpt 111612.docx ameO 5.4 BACKFILLED WALLS Lateral earth pressures will act on the walls of the proposed box culverts. Recommended design parameters for backfilled walls are presented below. Curtain Drains: To preclude hydrostatic pressure development behind the retaining walls, we recommend that a curtain drain be placed behind the entire wall. This curtain drain should consist of pea gravel, washed rock, or some other clean, uniform, well-rounded soils, extending outward a minimum of 1 foot from the wall and extending from the footing drain upward to within about 12 inches of the ground surface. We also recommend that a minimum 4-inch-diameter perforated drain pipe be installed behind the heel of the wall. Applied Loads: Overturning and sliding loads applied to retaining walls can be classified as static pressures, surcharge pressures, seismic pressures, and hydrostatic pressures. We offer the following specific values for design purposes. Static Pressures: At-rest pressures should be utilized for non-yielding (restrained) walls. Assuming a level backslope, we recommend using an at-rest pressure of 60 pounds per cubic foot (pcf). Seismic Pressures: Static lateral earth pressures acting on a backfilled retaining wall should be increased to account for seismic loadings. However, this would not be applicable to the buried culvert structures with equal pressures on either side. These pressures should, however be considered for the case of unbalanced loading such as a wing wall or similar retaining wall. If the unbalanced retaining wall condition is required, these pressures would act over the entire back of the wall and vary with the backslope inclination, the seismic acceleration, and the wall height. Based on a design acceleration coefficient of at least 0.43g for an earthquake having a 7 percent probability of exceedance in 75 years (corresponding to a return interval of 1000 years) and a wall height of"H" feet, we would recommend that this seismic loading be modeled as the following uniform horizontal pressures for level ground: Backslope Angle Active Pressure At-Rest Pressure Level 12H psf 36H last Hydrostatic Pressures: If groundwater is allowed to saturate the backfill soils, a hydrostatic pressure will act against a retaining wall below the saturation level and above the foreslope level. In contrast, if an adequate drainage and discharge system is included behind the retaining wall, we do not expect that hydrostatic pressures will develop. AMEC Environment & Infrastructure Inc Project No. 1-917-17292-0 15 PA17292-0_64th Ave S_Channel Improvennents\GeoReports164th Ave S Eng Rpt 111612.docx , Resisting Forces: Static pressures, surcharge pressures, seismic pressures, and hydrostatic pressures are resisted by a combination of passive lateral earth pressure, base friction, and subgrade bearing capacity. Passive pressure acts over the embedded front of the wall (neglecting the upper 1 foot for paved foreslopes, or the upper 2 feet for soil foreslopes) and varies with the foreslope declination, whereas base friction and bearing capacity act along the bottom of the footings. Assuming a level foreslope at the wall location, we recommend the design values of 200 pounds per cubic foot for static conditions and 270 pounds per cubic foot for seismic conditions. These values incorporate static and seismic safety factors of at least 1.5 and 1.1, respectively. An allowable coefficient of base friction of 0.30 may be assumed between the soil and concrete for static conditions. Base friction is typically neglected under seismic loading conditions. 5.5 PERMANENT SLOPES Restoration of embankment and channel slopes will be required at the completion of culvert replacement. Provided below are recommendations for embankment construction. Permanent Slope Restoration: All permanent fill slopes should be adequately inclined to minimize long-term raveling, sloughing, and erosion. We generally recommend that no slopes be steeper than 2H:1 V (Horizontal: Vertical) above any portion of slope exposed to standing or flowing water. For all portions below water, a 3H:1 V or flatter slope is recommended. Slopes should be maintained until grass vegetation is fully restored. Subgrade Conditions: All existing organic matter, sod, topsoil, and other deleterious materials should be stripped from the area to receive fill. We recommend the exposed subgrade be observed by a qualified geotechnical engineer or engineering geologist prior to fill placement. Embankment Soils: In our opinion, excavated on-site fill soils are not suitable for reuse as embankment fill. We recommend using imported granular soils such as "Gravel Borrow" per 2010 WSDOT Standard Specification 9-03.14(1). The Structural Fill section of this report discusses various moisture-content considerations and restrictions for fill soils. Benching: We recommend that a series of horizontal benches be cut into the existing roadway embankment before or during construction of the new embankments. The final slopes should be constructed as terraced fills upon a stable subgrade, in accordance with WSDOT 2-03.3(14) Embankment construction, Hillside Terraces. In our opinion, these benches should have a maximum height of 4 feet and a minimum width of 4 feet. Fill Placement and Compaction: We generally recommend that all embankment fill be placed and compacted in accordance with Method B of 2010 WSDOT Standard Specification 2-03.3(14)C. AMEC Environment & Infrastructure, Inc. 16 Project No. 1-917-17292-0 P917292-0_64th Ave S_Channel ImprovementslGeoReports\64th Ave S Eng Rpt 111612.docx ame& Method B stipulates that the upper 2 feet of the embankment be compacted to 95 percent of the maximum dry density in accordance with WSDOT Test Method 606 and that all soils below a 2-foot depth be compacted to 90 percent of this same maximum density. The Structural Fill section of this report provides additional criteria regarding fill soils and placement methods. Slope Protection: We recommend that a permanent berm, swale, or curb be constructed along the top edge of all permanent slopes to intercept surface flow. In addition, a hardy vegetative groundcover should be established as soon as feasible, to further protect the slopes from runoff water erosion. Alternatively, permanent slopes could be armored with quarry spalls or a geosynthetic erosion mat. 5.6 STRUCTURAL FILL The term "structural fill' refers to any materials used for roadway embankments, as well as materials placed under foundations, retaining walls, sidewalks, pavements, and other features. Our comments, conclusions, and recommendations concerning structural fill are presented in the following paragraphs. Materials: Typical structural fill materials include clean sand, granulithic gravel, pea gravel, washed rock, crushed rock, quarry spalls, controlled-density fill (CDF), lean-mix concrete (LMC), well-graded mixtures of sand and gravel (commonly called "gravel borrow" or"pit-run"), and miscellaneous mixtures of silt, sand, and gravel. Recycled asphalt, concrete, and glass, which are derived from pulverizing the parent materials, are also potentially useful as structural fill in certain applications. Soils used for structural fill should not contain any organic matter or debris, or any individual particles greater than approximately 6-inches in diameter. Fill Placement: Generally, pea gravel, washed rock, quarry spalls, CDF, and _MC do not require special placement and compaction procedures. In contrast, clean sand, granulithic gravel, crushed rock, soil mixtures, and recycled materials should be placed in horizontal lifts not exceeding 8-inches in loose thickness, and each lift should be thoroughly compacted with a mechanical vibratory compactor. Compaction Criteria: Using the Modified Proctor test (ASTM D-1557) as the standard, we recommend structural fill be used for various on-site applications and compacted to the following minimum densities: Fill Application Minimum Compaction Culvert subgrade 90 percent Railway embankment 95 percent Roadway embankment (upper 2 feet) 95 percent AMEC Environment& Infrastructure, Inc. Project No. 1-917-17292-0 17 P:117292-0_64th Ave S_Channel Improvements\GeoReports164th Ave S Eng Rot 111612.docx ameO,, Roadway embankment (below 2 feet) 90 percent I Subgrade Verification and Compaction Testing: Regardless of material or location, all structural fill should be placed over firm, unyielding subgrades prepared in accordance with the Site Preparation section of this report. The condition of all subgrades should be verified by an AMEC representative before filling or construction begins. In addition, fill soil compaction should be verified by means of in- place density tests performed during fill placement so the adequacy of the soil compaction efforts may be evaluated as earthwork progresses. Soil Moisture Considerations: The suitability of soils used for structural fill depends primarily on their grain-size distribution and moisture content when they are placed. As the "fines" content (the soil fraction passing the U.S. No. 200 Sieve) increases, soils become more sensitive to small changes in moisture content. Soils containing more than about 5 percent fines (by weight) cannot be consistently compacted to a firm, unyielding condition when the moisture content is more than 2 percentage points above or below optimum. For fill placement during wet-weather site work, we recommend using "clean" fill, which refers to soils that have a fines content of 5 percent or less (by weight), based on the soil fraction passing the U.S. No. 4 Sieve. CDF Strength Considerations: CDF is normally specified in terms of its compressive strength, which typically ranges from 50 to 200 psi. CDF having a strength of 50 psi (7,200 psf) provides adequate support for most structural applications and can be readily excavated with hand shovels. A strength of 100 psi (14,400 psf) provides additional support for special applications but greatly increases the difficulty of hand-excavation. In general, CDF having a strength greater than about 100 psi requires power equipment to excavate and should not be used where future hand-excavation might be needed. Subgrade Compaction: Exposed subgrades for culverts, pavements, and other structures should be compacted to a firm, unyielding state. Any localized zones of loose granular soils observed within a subgrade should be compacted to a density commensurate with the surrounding soils. Onsite Soils: We offer the following evaluation of the on-site soils in relation to potential use as structural fill. 0 Surficial Organic Soils: The sod, duff, topsoil, and organic-rich soils mantling most of the site are not suitable for use as structural fill under any circumstances, due to their high organic content. Consequently, these materials can be used only for non-structural purposes, such as in landscaping areas. AMEC Environment& Infrastructure, Inc. 18 Project No. 1-917-17292-0 PM7292-0_64th Ave 5_Channel Improvements4GeoReportsW41h Ave S Eng Rpt 111612.docx amecO • Embankment Fill: The embankment fill soils consisted of silty gravelly sand and would be suitable for reuse as structural fill, contingent upon moisture content of the material and its ability to be compacted to meet project specifications. There may be zones of organics, rubble, or similar deleterious material which would need to be segregated prior to reuse of these materials as structural fill. • Alluvial Deposit Soils: The alluvial sand deposit soils do not appear suitable for reuse as structural fill at their present moisture content. It is anticipated these soils may only become suitable for reuse during an extended period of dry weather if they can be aerated to reduce their moisture content. • Floodplain Deposit Soils:The silty sands /sandy silts do not appear suitable for reuse as structural fill at their present moisture content. It is anticipated these soils may only become suitable for reuse during an extended period of dry weather if they can be aerated to reduce their moisture content. These soils could be difficult or impossible to reuse during wet weather, due to their moderate silt contents. 6.0 RECOMMENDED ADDITIONAL SERVICES Because the future performance and integrity of the structural elements will depend largely on proper site preparation, drainage, fill placement, and construction procedures, monitoring and testing by experienced geotechnical personnel should be considered an integral part of the construction process. Consequently, we recommend that AMEC be retained to review or provide the following post-report services: • Review all construction plans and specifications to verify that our design criteria presented in this report have been properly integrated into the design; • Prepare a letter summarizing all review comments (if required by City of Kent); • Attend a pre-construction conference with the design team and contractor to discuss important geotechnically related construction issues; • Monitor the installation of all shoring walls to verify conformance with the construction plans and to document the contractor's procedures; • Review all shoring wall deflection data collected by the project surveyor; • Observe all exposed subgrades after completion of stripping and overexcavation to confirm that suitable soil conditions have been reached and to determine appropriate subgrade compaction methods; AMEC Environment & Infrastructure Inc Project No. 1-917-17292-0 19 P.\17292-6_64th Ave S_Channel Improvements\GeoReperts164th Ave S Eng Rpt 111612.docx ameO • Monitor the installation of aggregate piers to verify embedment depth and construction methods; • Monitor the placement of all structural fill and test the compaction of structural fill soils to verify their conformance with the construction specifications; • Check all completed subgrades for footings before concrete is poured, in order to verify their bearing capacity; • Prepare a post-construction letter summarizing all field observations, inspections, and test results (if required by City of Kent). AMEC Environment & Infrastructure, Inc. 20 Project No. 1-917-17292-0 P:N7292-0_64th Ave S_Channel Improvernents\GeoReports164th Ave S Eng Rpt 111612,docx amec ' 7.0 CLOSURE The conclusions and recommendations presented in this report are based, in part, on the explorations AMEC performed and used for this study; therefore, if variations in the subgrade conditions are observed at a later time, we may need to modify this report to reflect those changes. In addition, because the future performance and integrity of the project elements depend largely on proper initial site preparation, drainage, and construction procedures, monitoring and testing by experienced geotechnical personnel should be considered an integral part of the construction process. AMEC is available to provide earthwork monitoring, soils testing, and geotechnical engineering services throughout construction. VVe appreciate the opportunity to be of service on this project. If you have any questions regarding this report, or any aspects of the project, please feel free to contact our office. AMEC Environment & Infrastructure, Inc, C . . x Henry W. Brenniman, L.E.G. James S. Dransfield, P.E. Senior Geologist Principal Geotechnical Engineer Reviewed by Stephen A. Siebert, P.E. Senior Associate ___ ___ _ AMEC Environment& Infrastructure, Inc. Project No 1-917-17292-0 ---21 PM7292-0_641h Ave S Channel ImprovementslGeoReports\64th Ave S Eng Rpt 111612.docx FIGURES r- t - "V l�fl 2 y Yi , 101 �ogStJt �';1 i'4 V.6 ti , '-Radio Tow Ra erc<K slaiioni �.�, "'. f� � \ .. .r.�1ip Now �4 1 211y'��H.,� ,son fi Pa,k � [� � y � ��}*�O'8xt9n " J SSof,ev�aY -1�Jh 9 ! iPair /•' ,lµ f A WA I +'d ( �:. 1p i►fl d = i, t�A� _ll��r� - i �vl�hrl. . Gfa'el Pit �f fawl r•l f!•,SME /un amens : I•I - � oiltle � �ii � �� •�° .,r wi J �'4l ffL p --•�- I FZ MM!W dYla ' ' � I �♦rr�� _ ,�jJI 8fk ( �1E . �a 14 I _gT iW:. � i � f 37 fMf. x BE — /= 1 7 .ao 1 G -BM 88 F HENT t a w+E-•. 1. I `'\ �'� e €�- «{YO'FRlen� .._..� i } 3WI,tl' o �v .i f (, v S•i l�f S A -.. � �� � � �. � F~ i � �� �I�I � 11 E q t F m 11,�� r! i- Npbe S fl \ Aal11 t.•i. t 1 ♦.,.^ �,. drt , n2mt 1 l( x - �� 4i 1 t IaaMA 3. �I 5 �I MCm6nai �4 a I ` X ,, 31, ek o y /'> 1, I f a rn V i Pe k 1wl F J Rti 11 Road Park • 'i 1_�I IIk :� �e �' t �0 '.. if t e �a!'C Jt ,y, N I P N �A(d ,-,ry, 1 I'�.: I, > ���.' �, _-.._.P\ -: `S"p ��'iflP_ 1..... -, 'PAtEr 081,d �•�ry- I r39 , o 23 20 C ti 1: a :,�.`t , .. ,eeCaq-Ti�`�,i _ 0 2000 4000 Feet a i \. T, " ` anumant 1I E � E ,.�. '"s /' :� '; SCALE: 1:24.000 '? CLIENT LOGO CLIENT AMEC Environment& Infrastructure q CITY OF KENT 11810 NONh Creek Padcway NPdh Bothell,WA,U.S.A.9B011.8201 I PROJECT DWN BY: DATUM: DATE: 64TH AVENUE S-CHANNEL IMPROVEMENTS JRS NAD83 NOVEMBER 2011 TITLE CHMD BY: REV.NO.: PROJECT NO: SITE LOCATION MAP PROJECTION-HBW SCALE: FIGURE No.1-917-17292-0 OR / WA STATE PLANE ASSHOWN 1 ti M j r o aoW >1 n Q a Q I II a y 1 f Q Q 15 N9ZL 5 II I II U Q I ~ m CD Fes- IN e ---- In o 1 i i n ^ Z Y u II u o 0 w ^ z a e o m i e o ^ n ^ I -� c xv -- �n Q n _ n n n ^m � s { n I E a IW r n o n Y� m N � E •nVl ^^ oo I h 1r I " r V a _ �0 I She i.Y. v.. uN eN �o IXm '.E Eo ^ W o W Z n ..4r v ✓'^ as � - ;g �mF N � Fo W N Z� � Z I •,I Y im m C5 I F 15 419ZZ S -- z I � w x w y_ h w 3 c w z III 1 I 1 m u a I 'j al o I v zO I Y O N O 1 I Iw 3 I LL � 111 0 7O1 + b F I I U C�m J I N 1 r _ O fills f m O o 0 m m - J t o Q L_ I Q 4 0 � C7 m ] s I' a J Q O ' QL' R a wi II o n - QI o 'ryglO y L�.$�w APPENDIX A Field Exploration Procedures and Logs APPENDIX A FIELD EXPLORATION PROCEDURES AND LOGS 1-917-17292-0 The following paragraphs describe our procedures associated with the field explorations and field tests AMEC Environment & Infrastructure, Inc. (AMEC) conducted for this project. Descriptive logs of our explorations are enclosed in this appendix. AUGER BORING PROCEDURES Our exploratory borings were advanced with a hollow-stem auger, using a truck-mounted drill rig operated by an independent drilling firm working under subcontract to AMEC. An engineering geologist from AMEC continuously observed the borings, logged the subsurface conditions, and collected representative soil samples. All samples were stored in watertight containers and later transported to our office for further visual examination and assignment of lab testing. After each boring was completed, the borehole was backfilled with a mixture of bentonite chips and soil cuttings, and the surface was patched with asphalt or concrete (where appropriate). Throughout the drilling operation, soil samples were obtained at 2.5- or 5-foot depth intervals by means of the Standard Penetration Test (SPT) per American Society for Testing and Materials (ASTM) D-1586. This testing and sampling procedure consists of driving a standard 2-inch diameter steel split-spoon sampler 18 inches into the soil with a 140-pound hammer free-falling 30 inches. The number of blows required to drive the sampler through each 6-inch interval is counted, and the total number of blows struck during the final 12 inches is recorded as the Standard Penetration Resistance, or "SPT blow count." If a total of 50 blows are struck within any 6-inch interval, the driving is stopped and the blow count is recorded as 50 blows for the actual penetration distance. The resulting Standard Penetration Resistance values indicate the relative density of granular soils and the relative consistency of cohesive soils. The enclosed Boring Logs describe the vertical sequence of soils and materials encountered in each boring, based primarily on our field classifications and supported by our subsequent laboratory examination and testing. Where a soil contact was observed to be gradational, our logs indicate the average contact depth. Where a soil type changed between sample intervals, we inferred the contact depth. Our logs also graphically indicate the blow count, sample type, sample number, and approximate depth of each soil sample obtained from the borings, as well as any laboratory tests performed on these soil samples. If any groundwater was encountered in a borehole, the approximate groundwater depth is depicted on the boring log. Groundwater depth estimates are typically based on the moisture content of soil samples, the wetted height on the drilling rods, and the water level measured in the borehole after the auger has been extracted. PROJECT: 64th Avenue S- Channellmprovements JOB No. 1-917-17292-0 BORING No. B-1 _^ Soil Description w o w w K p PENETRATION RESISTANCE y_ �w �w zz Pagel w w Location: Channel Station 14+45,31 feet Right ¢ ¢2 o g S�anaarrl alays®inches q�her of 1 per Approbmate ground surface elevation: 31.2 feet '�c9 �' `�z 0 5 0 10 2� fad o 40 0 � � so TESTING Grass mantling very stiff to hard moist, yellowish brown,sandy SILT with trace gravel - _' __;_._ _.:._.. --------- --------- - - (FILL)MIL 1 a ------------ S-1 Very stiff,moist,brownish gray wwth slight _ _._- I orange mottling,sandy SILT(Floodplain 5 Deposits)ML _;--_- .. ------------ Medium stiff,wet,medium to dark gray,sandy g2 SILT(Floodplain Deposits)MILr - 0' --- - ---- ---- - ---- y' - ---- ----; - --- ---- �1 m I. g_3 s '- -------------------- 10 Very soft to soft,wet,medium gray SILT with some sand and organics with interbeds of silty fine SAND(Floodplain Deposits)MIL m S� 3 _._ Trace of organic SILT and fibrous organics at -- - 11 feet - __+ _ _-- ----:___ ._..... ....:.... ....... - - 15 - -- �, Grades to trace to some clay : S-5 0 c? - ro _ - ----- m N - p H Interbeds of fibrous organics from 19 to 23 W 2p feet o e S-6 m N w ATD ---------_. -/ oMedium dense,saturated,blackish gray,silly, ATD a fine SAND with trace organics (Floodplain/Alluvial Deposits)SM z 25 S-7 w Boring terminated at appropmalely 26.5 feet z z W 30 LEGEND 0 20 40 0 60 80 1100 2.00--inch W — 200 Wash PIeaW Limit MOISTURE CONTENT Li nid Linn 11 spit-spoon sargder �[ Omun,Meter leoel at (%foes sMxn) ATD time of ddlllrg Grain Size (%foes shown) w H m 1810 North Creek eway Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 Logged By: HWBI. Drilled by: Boretec, Inc. PROJECT: 64th Avenue S- Channel Improvements JOB No. 1-917-17292-0 BORING No. B-2 = Soil Description (7 w w p PENETRATION RESISTANCE am zw ♦ C; G Pagel w w Location: Channel Station 15+78,27 feet Left m as< 2 y o r Standard slows overinches Other 2 O` U K y~ y z ct Blows per fa Apprommate ground surface elevation: 31.2 feet w ce 0 10 20 ao 4o 60 TESTING Sod mantling medium dense,mast,broom F"-, gravelly,silty SAND with some quarry spalls E (FILL)SM ;h 5 --- -------- *.T Relic Topsoil - S-2 Stiff,moist,mottled orange-brown-gray SILT _ _® - _ - - VA some fine sand(Floodplain Deposits)ML ---- _.---- __-_--.----- Very soft to soft,wet,gray SILT wiwth some i fine sand and trace fibrous organics -.-___ ------- _ --- __ ------- (Floodplain Deposits)ML S-3 z 10 S-4 A�D Loose,saturated,blackish gray,silly,fine Am SAND(Alluvial Deposits)SM _ --____-- 15 Very soft to soft,wet,gray SILT with some fine a sand and trace organics(Floodplain Deposits) - ML-MH S-5 _ 18_ m d m w Medium stiff,wet,gray SILT with interbeds of i 20 silty fine SAND and traces of fibrous organics r m (Floodplain Deposits)ML-SM e,,... S-0 ---' Driller started loading up inside Of HSA with - 0 bentonite mud at 20 feet to prevent heave z w 0 a ATD 25 z Medium dense,wet to saturated,blackish gray, ATD -- silty,fine SAND with trace organics and S-7 ti interbeds of gray SILT lenses(Alluvial - ♦ra w Deposits)SM _ z w x F 30 LEGEND 0 Zr 0 40 60 80_. too 200.iruh OD P lmna Atterb rg Test Plasilc Llmit Li ,ud Ll = spit-spoon sampler Perchetl EI level at O - L PorlNhM umao (Pl s ) Q A\TD' GmunCuater level al Grain Siu �l ATD tlme of tldiN Anal= w (°h nose shown) x 0 m 1810 North Creek Par way N Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 Logged By: HWB Drilled by: Boretec, Inc. PROJECT: 64th Avenue S- Channel Improvements JOB No. 1-917-17292-0 BORING No. B-2 _,. Soil Description ((DU w W Z PENETRATION RESISTANCE Paget wy �W w w Location: Channel Station 15+78,27 feet Left 0 < a 2 g snar®aara slmvs®inches o�er of 2 5 glows perfoot Appropmate ground surface elevation: 31.2 feet L.. c� N w z 0 10 20 30 40 50 TESTING 30 Silty,fine SAND as above I 8 - --- ----1 --------- —jai 1--- '---- 133 35 S-g 40 — Grades to silty,fine SAND/sandy SILT S-10 - - -- All, i _-_; I__;----y ;---- --_;_.. -- -----. _ . _. .—__.— ---- : - ------- Very soft to soft,vret,gray SILT with silty fine !! SAND and fibrous organics(Flocdplain _ -- -----_-- _-_ ---- ..---__,-.-.:--_ Deposits)ML a 45 Laminated SILT and sandy SILT soils at 45 �. feet m' z, S-11 oT - ___ ___, ----,_-- ----- m m o _ ___ ____________ ____ - --- - Soft,moist to wet,gray-brown,fibrous SILT With trace fine sand(Floodplain Deposits) - ---- --- -- --------- ----- ---- H ML-PT 50 m m S-12 1 Loose,saturated, blackish gray,silty,fine 1.... e' N SAND at 51.3 feet ) - ! Boring terminated at approAmately 51.5 feet w rc E w 55 z U - - - -- -- ----- -- --'---- 7 Z I I I j ____:____!_____: ___ _ ___I__ _ _____I____ Q 60 LEGEND 0 20 4!0 60 as lob a 2.0 inch DD p Att.N rg Test Plastic Limit MOISTI BE QQNTENTli uJ Linnt O i4s PerGretl vsterlevelat s I_. pl pxnsampler A-� tlme of ddlFng (PI shorn) li.eadater level at Mainsize �I time of@filling (%rands i (%fines ehovn) ` w m !810MorthCreek Par way N Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 logged By: HWB Drilled by: Boretec, Inc. PROJECT: 64th Avenue S- Channellmprovements JOB No. 1-917-17292-0 BORING No. B-3 _^ Soil Description raj PENETRATION RESISTANCE w w rt o Imo,\ Page t ..lW zW - L+NJ Lr o v Location: Channel Station 18+36,33 feet Left 6 a F a= 0 g Standard slows o�,erinches Othff of 1 cn rn S BIMS per foot Apprommate ground surface elevation: 31.1 feet z c7o 10 20 30 40 60 TESTING Sod/Grass mantling medium dense,moist to 1 wet,brown,silty SAND With trace gravel and organics(FILL)SM Medium stiff to stiff,orangish brawn,sandy 5 SILT(Floodplain Deposits)MIL __ —_----_ ._ __---___-- — Soft,Wet,gray SILT with some fine sand and h S-2 trace organics(Floodplain Deposits)ML _ -" --------- -- - ---- ---- S g3 10 Medium dense,wet to saturated,blackish gray, _ silty,fine SAND(Alluvial Deposits)SM g4 15 — a � r n .. a m m _.-------------_. __--_— Stiff,wet,medium gray,sandy SILT (Floodplain Deposits)MIL 20 f 0 --- ---------- w Medium stiff,wet,medium gray SILT with _ o some fine sand(Floodplain Deposits)ML rc w 25 z z ATD --- _.. • _ Medium dense,wet to saturated,blackish � ATO e 2 = II gray,silty,fine SAND with trace fine gravel (Alluvial Deposits)SM - a Boring terminated at approbmately 26.5 feet ' --- x a 0 S -- - ----- - t N 30 LEGEND 20 40 • 60 so 100 2Ainch 00 P = Atterber Ten wastic Llmit _WENT.. Li wd Lin' O Perched water level at 9 m spot-spoon singer _ro timeafdrlllr, (PI shouvn) D= GronnrAeter�I at 2W Wash JI AT ttrreafdrllrr, (%nnea shove) w Greln St. 0 {N3fJ814 m (°A>;"`�=weary 1810 North Creek P01rN Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 Logged By: HW8 Drilled by: Boretec, Inc. i PROJECT: 64th Avenue S- Channel Improvements JOB No. 1-917-17292-0 BORING No. B-4 H�- Soil Description U U W w J w Z w A, PENETRATION RESISTANCE Q Page 1 o� Location: Channel Station 19+72,38 feet Left 0a g Standard slows o,rer Inches olr,er of 2 5 B1ww per foot 0 Approximate ground surface elevation: 30.9 feet cD "' z `� 0 10 20 30 40 50 TESTING 2-inches Dr Crushed Rock and Gravel mantling medium stiff to stiff,moist to wet,yellowish brawn SILT(FILL)MIL Medium stiff,moist,mottled orangish brown 1 SILT vvith trace organics(Floodplain Deposits) - ML - S 1 ! ®5 5 _------------ o g_2 Loose,damp to moist,mottled orange-brown Y� silty,fine SAND(Floodplain Deposits)SM - Very soft,moist to wet,brown fibrous organics - inmediumgraySlLT(Floodplain Deposits) g3 - i---- --_-f---- ML-PT m ®2 10 s4 ----- -------- ------ Very soft,Wet,medium gra SILT with trace ®2: - clay(Floodplain Deposits)ML D a 15 Stifflmedium dense,wet to saturated,blackish w gray,sandy SILT/silty,fine SAND S-5 ��W _ _ (Floodplain/Alluvial Deposits)ML-SM a m m 0 O w 0 20 Driller started loading up inside of HSA with nbentonite mud at 20 feet to prevent heave ro S's A'� w -- -------- ---- ---'--- z z w o Soft,wet,medium gray SILT with trace to a some fibrous organics(Roodplain Deposits) :.- g ML 25 ; e r S-7 ATD i Medium dense,wel to saturated,blackish gray, AT0_ _ i silty,fine SAND(Alluvial Deposits)SM _ i 30 LEGEND 0 1 20 _- 40 Y so 80 toe 2.01ruh OD P 2WWash Plash.Limh Litld Limil O Pamhed meter level at m sell-.W.nsampler A p tlma of drillim (%finesal m) ATDGrounW ev ater lel a( Iirh.adnnir ',,.. w � I °m 1810 North Cr kPar1tayN Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 Logged By: HWEI Drilled by: Boretec, Inc. PROJECT: 64th Avenue S- Channel Improvements JOB No. 1-917-17292-0 BORING No. B-4 _^ Soil Description rj w w tr ❑ PENETRATION RESISTANCE am �w ♦ Paget w°� Location: Channel Station 19+72,38 feet Lek rn a >a> 2 2 o~ sranaara Blows wer Incnes puler of 2 p`" U ¢F ¢0 rL Blows perfoot Appropmate ground surface elevation: 30.9 feet w o t4 h z 0 10 20 ao ao so TESTING 30 Silty,fine SAND as above - �g Very stiff,wet,medium gray,sandy SILT with -:--.- -_ _- trace fibrous organic laminae(Floodplain Deposits)ML -------- ----=--_ -. __ ...... 35 0 S9 ATD ——————- -- Very stifflmediumdense,wet to saturated, ATD 40 dark gray,sandy SILT/silty,fine SAND with trace of fibrous organic laminae (Floodplain/AlluAal Deposits)ML-SM �I S 10 ___ ____ Medium stiff,moist, ---- - ---- --- -- ---- --- gray SILT with brown-black fibrous organics with interbeds of wet,gray,silty,fine SAND(Floodplain ?_ 45 Deposits)ML — - w S-11 � ® j u m m O w w 50 Becomes soft — $ 12 N Boring terminated at approbmately 51.5 feet rz -. ---.--- w o g w 55 z z i y z 50 LEGEND 0 20 40 B0 Bo 100 2.0 inhOn P 200 WasM1 Pb cLimn LivedL P MhM1 rater level at O F P0O Ner ATO 4meof dnifi, (%foes sM1okn) �7 Ground.ater levelat wl ATD limeofdnlir m 1810 North Creek Par y N Bothell,Washington 98011 Drilling Method: HSA Hammer Type: Cathead Date drilled: November 10, 2011 Logged By: HWB Drilled by: Boretec, Inc. i APPENDIX B Laboratory Testing Procedures and Results APPENDIX B LABORATORY TESTING PROCEDURES AND RESULTS 1-91 7-1 7 29 2-0 The following paragraphs describe our procedures associated with the laboratory tests AMEC conducted for this project. Graphical results of certain laboratory tests are enclosed in this appendix. VISUAL CLASSIFICATION PROCEDURES Visual soil classifications were conducted'on all samples in the field and on selected samples in our laboratory. All soils were classified in general accordance with the United Soil Classification System, which includes color, relative moisture content, primary soil type (based on grain size), and any accessory soil types. The resulting soil classifications are presented on the exploration logs contained in Appendix A. MOISTURE CONTENT DETERMINATION PROCEDURES Moisture content determinations were performed on representative samples to aid in identification and correlation of soil types. All determinations were made in general accordance with ASTM D-2216. The results of these tests are shown on the exploration logs contained in Appendix A. GRAIN-SIZE ANALYSIS PROCEDURES A grain-size analysis indicates the range of soil particle diameters included in a particular sample. Grain-size analyses were performed on representative samples in general accordance with ASTM D- 422. The results of these tests are presented on the enclosed grain-size distribution graphs and were used in soil classifications shown on the exploration logs contained in Appendix A. ATTERBERG LIMIT DETERMINATION PROCEDURES Atterberg limits are used primarily for classifying and indexing cohesive soils. The liquid and plastic limits, which are defined as the moisture contents of a cohesive soil at arbitrarily established limits for liquid and plastic behavior, were determined for selected samples in general accordance with ASTM D-4318. The results of these tests are presented on the enclosed Atterberg limit graphs and on the exploration logs contained in Appendix A. MOISTURE {® �g p MINUS ®pp MOISTURE CONTENT AND MINUS 200 WASH ASTNI: D2216-92, D1140-97 Job Name: 64th AVE S-Channel Improvements Client: Amec/City of Kent Job Number: 1-91 7-1 7292-0/81 11 1 003M Sample Date: 11/10/2011 � Date: 12/8/2011 Sampled B : HWB ID Number: 9743.1 9743.6 9343.8 9343.9 Exploration: B-1 B-3 B-4 B-4 Sample Number: S-3 S-5 S-6 S-8 Depth: 7.5-9' 15-16.5' 20-21.5' 30-31.5' Brownish Olive Gray Gray silty Brown silty Brown silty Sample Description: sandy Silt Sand Sand Sand Wet sample + tare: 630.7 1 600.7 465.8 483.6 Dry sample+tare: 510.1 493.9 395.7 416.7 Water: 120.6 106.8 70.1 66.9 Tare: 155.9 155.6 155.9 156.7 Moisture Content: 34.0% 31.6% 29.2% 25.7% Washed sample +tare 259.0 346.3 310.2 300.7 % -200 Wash 70.89% 43.60% 35.7% 44.62 ID Number: Exploration: Sample Number: Depth: Sample Description: Wet sample +tare: Dry sample +tare: Water: Tare: Moisture Content: Washed sample +tare %-200 Wash ID Number: Exploration: Sample Number: Depth: Sample Description: Wet sample +tare: Dry sample +tare: Water: Tare: Moisture Content: Washed sam e +tare %-200 Wash Particle Size Distribution Report 100 z ' L_I : � I eo 80 " 70 I Of w 60 z Z 50 Ju 30 10 i r i : 0 100 : 10 1 0.1 0.01 0.001 GRAIN SIZE-mm % -3„ %Gravel __ %Sand %Fines Coarse Fine Coarse Medium_ Fine _Silt .Clay 0.0 0 0 0.0 0.0 0.3 51.4 48.3. PERCENT SPEC. PASS? Material Description SIZE FINER PERCENT (R=ND) Brown silty Sand #10 100.0 Moisture: 30.7% #20 99.9 #40 99.7 #60 97.9 Atterberg Limits #100 87.0 ! PL= NP LL= NV PI= No #200 48.3 Coefficients D90= 0.1635 D85= 0.1425 D60= 0.0900 D50= 0.0770 D30= D15= D10= Cu= Cc= ClassiFcation uSCS= SM AASHTO= A-4(0) Remarks ASTM:C136,DI140,D2216 Suppled: 11/10/201 1 (no spccifioation provided) Location: B-1,S-7 Sample Number: 9743.2 Depth: 25-26.5' Date: 12/8/2011 4th 6 Terracon Consultants' Inc Client: A V of Kent Project: 4th AVE S-Channel Improvements Mountlake Terrace,_WA Project No: 1917172920 Figure Tested By: Eric_A Checked By: Tyler M LIQUID AND PLASTIC LIMITS TEST REPORT 60 Dashed line indicates the approximate Ulmer limit boundary for natural soils 50 Gt"o+ X 40 in 0 z p 30 F Q D_ 20 GL 10 MLorOL MFI orOH 0 ' 0 10 20 30 40 50 60 70 BO 90 100 110 LIQUID LIMIT 55 54 53 52 z O 50 49 48 _ -- 47 46 45 5 6 7 8 9 10 20 25 30 40 NUMBER OF BLOWS �77WATERIAL DESCRIPTION ILL PL PI %040 %<#200 USCS Gray sandy Silt •' 50.1 31.8 18.3 ' Moisture:42.3'%a , Project No. 1917172920 Client: Amec/City of Kent Remarks: Project: AVE S-Channel Improvements •ASTM:D4318 Location: B-2,S-5 Sample Number: 9743.3 Depth: 15-16.5' Terracon Consultants, Inc. L _ Mountlake Terrace, WA Figure Tested By: Jeff W _. . Checked By: Tyler M Particle Size Distribution Report tt 100 n so : 80 7o ; l I: s W oo Z 50 U K a 2010 : : 0 I 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. +3„ %Gravel -_ %Sand _ %_Fines _ _ - Coarse_ _Fine Coarse Medium - -64.9 33.4 Fine - _ Silt Clay 0.0 0.0 0.0 0.0 - 1.7 - SIEVE PERCENT SPEC.` PASS? Material Des jptl Otl SIZE FINER PERCENT (X=NO) Rrown silty Sand #4 100.0 Moisture:21.4% #10 100.0 #20 99.8 #40 98.3 Atterberg Limits #60 857 PL= NP LL= NV PI= 4100 58.3 Coefficients #200 33.4 Dg()= 0.2798 D85= 0.2461 D60= 0.1549 D50= 0.1248 D30= D15= D10= Cu= Cc= Classification USCS= SM _ AASHTO= A-2-4(0) Remarks AS'fM:C136,D1140,D2216 Sampled: 11/(0/201 1 (no specification provided) Location: B-2,S-8 Sample Number: 9743.4 Depth:30-31.5' Date: 12/8/2011 Terracon Consultants, Inc. J[cnenc: .4mec"City orxenf ject: 64th AVE S-Channel Improvements Mountlake Terrace, WA - J[Project No: 1917172920 Figure Tested By: Eric A Checked By: Tyler M i LIQUID AND PLASTIC LIMITS TEST REPORT 60 I irhed line inO alea the approximate tipper lirri t bourtdaarV for rialural suds 50 ___ (SIN Ohl 6 w 40— UwQa0 30 — 40 10 - y _... -- i PAFI or+7H 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT 44 43 42 z z 38 — 37 36 35 34 5 6 7 8 9 10 20 25 30 40 NUMBER OF BLOWS MATERIAL DESCRIPTION LL 1 PL PI %<#40 %<#200 USCS Gray sandy Silt 37.4 28.2 9.2 Moisture:41.8°% Project No. 1917172920 Client: Amec/Cityof Kent Remarks: Project: 64th AVE S-Channel Improvements OASTM;D4318 I Location: B-3,S-3 Sample Number:9743.5 Depth:7.5-9' Terracon Consultants, Inc. Mountlake Terrace,WA Figure Tested By: Jeff W ____ Checked By:Tyler M __ Particle Size Distribution Report 100 f i 90 I 8u 0 of W so _ i Z 50 .. W W 40 - - r Ch 30 - — I ' i 20 , , I 0 it 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %+3" %Gravel %Sand /Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0-- -1.4 15 16.3 56.8 24.0 SIEVE PERCENT SPEC! PASS? Material_Description SIZE FINER PERCENT (X=NO) Brown silty Sand - t/4 100.0 Moisture:25.5 #4 98.6 410 97.1 420 94.8 Atterberg.Limits 440 808 PL= NP LL= NV Pl= 460 56.6 Coefficients #100 38.1 D90- 0.5919 D85- 0.4822 D60= 0.2692 4200 24.0 D50- 0.2139 D30- 0.1055 D15- D10= Ou= Cc Classification USCS= SM AASHTO= A-2-4(0) Remarks ASTM:C136,D 1140,D2216 Sampled: 1 I/10/20 t t (no speciBcaiion provided) Location: B-3,S-7 Sample Number: 9743.7 Depth: 25-26.5' Date: 12/8/2011 Terraeon Consultants, lmC. Client: Amec/Cityof Kcnt Project: 64th AVE S-Channel Improvements J Mountlake Terrace,WA Project No: 1917172920 _Figure Tested By: Eric A. _ _ Checked By: Tyler_M April 4, 2014 Project No. 3-917-17292-B City of Kent Public Works Engineering 220 Fourth Avenue South Kent, Washington 98032 Attention: Mr. Garrett Inouye, P.E. Subject: Geotechnical Design Report Supplement No. 2 UPRR Crossing —Temporary Shoring Recommendations 64th Avenue South Channel Improvements Kent, Washington Dear Mr. Inouye: AMEC Environment & Infrastructure, Inc. (AMEC), is pleased to submit this report presenting our supplementary geotechnical conclusions and recommendations concerning the plan to install temporary shoring along the right-of-way on the east side of the above-referenced site. AMEC previously investigated the site in November 2011, and completed a geotechnical engineering evaluation of the project site and submitted a Geotechnical Engineering Report dated December 16, 2011. AMEC also provided Geotechnical Design Report Supplement No. 1 dated November 28, 2012, recommending aggregate piers for ground improvement beneath the railroad crossing. This report has been prepared for the exclusive use of City of Kent, and their consultants, for specific application to this project, in accordance with generally accepted geotechnical engineering practice. AMEC Environment&Infrastructure, Inc. 11810 North Creek Parkway IN Bothell,Washington 98011 (425)368-1000 Phone (425)368-1001 Facsimile www.ameacom WA PmjnotsWOW0 M292 City of K.mM292-BWPRR Crossing Geotechnical Supplement 2140404.dou amec pp ) WHO i till x.e9eaf.M GEOTECHNICAL DESIGN REPORT SUPPLEMENT NO. 2: UPRR Crossing — Temporary Shoring Recommendations 64th Avenue South Channel Improvements Kent, Washington Prepared for: City of Kent Public Works Engineering 220 Fourth Avenue Kent, Washington 98032 Prepared by: AMEC Environment & Infrastructure, Inc. 11810 North Creek Parkway North Bothell, Washington 98011 April 4, 2014 Project No. 3917-17292-B �v j; tft !I,1' , , - ,1'I: ameli " TABLE OF CONTENTS 1.0 SITE AND PROJECT DESCRIPTION ......................................................................................1 2.0 CONCLUSIONS AND RECOMMENDATIONS .........................................................................2 2.1 TEMPORARY SHORING WALLS.........................................................................................3 3.0 CLOSURE ................................................................................................................................5 FIGURES Figure 1 Lateral Earth Pressure Diagram for Temporary Shoring AMEC Project No.3917-17292-B W1_Proiects117000s117292 City of Kene17292-BWPRR Crossing Geoiechnical Supplement 21404Kdoc '.. ame;69 GEOTECHNICAL DESIGN REPORT SUPPLEMENT NO. 2 UPRR Crossing — Temporary Shoring Recommendations 64th Avenue South Channel Improvements Kent, Washington 1 .0 SITE AND PROJECT DESCRIPTION The City of Kent, Washington (City), is in the process of replacing the two existing channel crossings in the drainage channel that parallels the west side of 64th Avenue S: one at the Union Pacific Railroad (UPRR) crossing of 64th Avenue S, and the other at the intersection of S 226th Street and 64th Avenue S. As of this writing, the S. 226th culvert replacement has already been completed. The UPRR channel crossing consists of three 60-inch-diameter concrete culverts that will be replaced with a segmented concrete box culvert measuring 14 feet wide by 5 feet high by 128 feet long. The excavation for culvert replacement will require temporary shoring along the 64th Avenue S right-of- way on the east side of the work area. This supplemental report provides geotechnical design parameters for the use of the Contractor to design and construct the temporary shoring. Soil Conditions! Our previous borings B-1 and B-2 are presented in our Geotechnical Engineering Report dated December 16, 2011. Both borings encountered a 5-foot thick fill layer below the ground surface. The fill encountered in boring B-1 was very stiff to hard sandy silt, while boring B-2 encountered 5 feet of medium dense silty sand fill. Beneath the fill, these borings generally encountered soft silt with some organics extending down to approximate elevation 8 feet. Interbeds of loose sand and medium stiff silt were encountered within the soft silt. Both borings encountered a medium dense sand beneath the silt, interpreted to extend down to elevation -10 feet. Beneath the medium dense sand, our deeper boring B-2 encountered a soft silt to termination at elevation -20 feet. Groundwater Conditions: At the time of drilling (November 10, 2011), our explorations encountered groundwater within the medium dense sand ranging from 23 to 27 feet below ground surface (elevation 4 to 8 feet). We also encountered perched groundwater at the approximate level of the surface water in the drainage channel, at elevations 16 to 23 feet. This perched groundwater develops when the vertical infiltration of water through a shallow, more permeable soil is slowed by a deeper, less permeable soil. It appears the soft silt deposits beneath the channel act as an aquitard, partly separating the perched aquifer from the groundwater observed within the medium dense sand at elevation 4 to 8 feet. Groundwater seepage would therefore be anticipated during wetter portions of the year, where sandy interbeds occur below the level of the channel bottom. Because our AMEC Project No.3917-17292-B 1 W 1_Projects\17000s117292 City of Kent\17292-6\UPRR Crossing Geotechnical Supplement 2140404ed amee explorations were performed during an extended period of generally dry weather, the groundwater conditions present at that time may closely represent the yearly low levels; somewhat higher levels probably occur during the winter and early spring months. Throughout the year, groundwater levels would likely fluctuate in response to changing precipitation patterns, off-site construction activities, and site utilization. 2.0 CONCLUSIONS AND RECOMMENDATIONS This supplemental report summarizes geotechnical conclusions and recommendations regarding the UPRR culvert crossing. Excavation Considerations: We understand that excavations to install the new culvert will extend from existing grades as high as about elevation 31 feet, to the planned base of culvert at elevation 19.25 feet. Additional excavation to install a 2-foot thick bearing layer of ballast brings the base of excavation to approximately elevation 17.25 feet. This full excavation depth will need to be achieved below the culvert and a few feet outside in all directions. Temporary Shoring: We understand that temporary cut slopes cannot be excavated in most areas due to site constraints, so that temporary vertical shoring will be necessary. We understand that shoring is required on the east side of the work area, along the 64th Avenue right of way, to protect the roadway and underlying utilities. Temporary shoring may also be required along the west side of the work area to protect the existing building and utilities. Shoring may also be needed to limit the areas of disturbance on the north and south sides of the work area. Temporary Drainage and Dewatering: As a first step, the drainage through the channel will need to be intercepted and diverted around the work area. Temporary dewatering will also be needed to control any residual surface water and groundwater. Our explorations encountered groundwater in the alluvial deposits at depths ranging from 23 to 27 feet below ground surface (elevations from 4 to 8 feet). Also, we encountered perched groundwater ranging from 10 to 15 feet below the ground surface (elevations of 16 to 23 feet) corresponding to the approximate level of the surface water in the drainage channel. The volume of perched seepage and surface water entering the excavation will vary depending on the effectiveness of the surface water bypass, as well as precipitation at the time of construction. If the work occurs during the drier summer season, we anticipate that an internal system of ditches, sumpholes, and pumps will be adequate to temporarily dewater the excavation. If work occurs at other times of the year, supplemental dewatering with pumped wells or wellpoints may be required. In the case of pumped dewatering wells, the groundwater level should be lowered to at least 2 feet below the base of the excavation. AMEC Project No.3917-17292-B 2 W9_Projecls\17000s117292 city of Keot117292-WPM Crossing GcoicchN A Supplement 2140404.doc ame&, 2.1 Temporary Shoring Walls Temporary shoring walls should be constructed along any excavation sidewalls that cannot be adequately sloped or set back. We offer the following design and construction recommendations concerning temporary shoring. Applicability: In our opinion, driven sheet piles would be feasible for the subsurface conditions encountered in our explorations and expected excavation depths. The design of temporary shoring walls should be the responsibility of the contractor. The contractor will need to submit a shoring design and a work plan describing proposed means and methods for construction as well as a program for deflection monitoring, for verifying protection of surrounding roadways, utilities or other structures from damage. Pile Embedment: All sheet piles should have sufficient embedment below the final excavation level to provide adequate "kick-out' resistance to horizontal loads. We recommend a minimum embedment of 10 feet below the excavation base, or 5 feet below any excavations located within about 15 horizontal feet of the pile, whichever is greater. However, deeper embedments might be needed to develop adequate vertical capacity or passive resistance at specific locations. Installation Conditions: Based on our explorations, we expect that sheet pile walls will encounter site soils comprised of very soft to hard sandy silt and loose to medium dense silty sands. Installation of sheet piles using a vibratory hammer appears feasible within the site soils. Although the explorations did not encounter buried logs, it should be noted that these obstructions could exist at random locations within these flood deposits. Applied Loads: Temporary shoring walls should be designed to resist the various applied loads, which can be classified as static pressures, surcharge pressures, and hydrostatic pressures. Our recommended design pressures are discussed in the following paragraphs. The attached Figure 1 illustrates the recommended lateral earth pressures to use for shoring design. • Static Pressures: Static lateral earth pressures are assumed to act over the entire height of the wall. For walls that are cantilevered, we generally recommend using an active earth pressure modeled as an equivalent fluid unit weight (with a triangular pressure distribution) as shown in Figure 1. • Seismic Pressures: Seismic loading has been neglected for the temporary shoring conditions. • Surcharge Pressures. Lateral earth pressures acting on the shoring wall should be increased to account for surcharge loads resulting from any vehicle traffic, construction equipment, material stockpiles, or structures located within a horizontal distance equal to the wall height. AMEC Project No.3917-17292-B 3 WA PritMl 7OOOW 17M City of Ke01 7292-31UPRR Crossing Geotechnlcal Supplement 2140404.doc amecl The recommended surcharge due to vehicle traffic along 641h Avenue South is presented as a uniform lateral pressure of 75 pounds per square foot (psf) acting over the upper 6 feet of wall, as shown on Figure 1. The Contractor should include additional surcharge loading in the shoring wall design to account for other construction equipment, material stockpiles, or other sources, depending on the planned construction staging and activities. • Hydrostatic Pressures: If adequate drainage is provided behind the shoring wall, we expect that hydrostatic pressures will not develop. However, if perched groundwater were allowed to collect behind the wall, an unbalanced hydrostatic pressure would act against a portion of wall above the bases of cut and below the saturation level. Resisting Forces: Lateral resistance can be computed by using an appropriate allowable passive earth pressure acting over the embedded height of the temporary shoring wall, neglecting the upper 2 feet. For a level foreslope, the ultimate passive pressure can be modeled as a trapezoidal distribution. Assuming a level foreslope at the wall location, we recommend the design values shown on attached Figure 1. An appropriate factor of safety should be applied. Construction Monitoring: We recommend that an AMEC representative be retained to continuously monitor the construction of the temporary shoring walls, to verify that suitable depths are reached and soil conditions encountered are consistent with those assumed. This monitoring program would include observation and documentation of installation procedures, construction materials, driving conditions, soil conditions, and pile plumbness. I I AMEC Project No.3917-17292-B 4 M Projects\170MW7292 City of Kenh17292-B\UPRR Crossing Geolechnical Supplement 2 140404.doc ',, ameo' ', 3.0 CLOSURE The conclusions and recommendations presented in this report are based, in part, on the explorations AMEC performed for this study; therefore, if variations in the subgrade conditions are observed at a later time, we may need to modify this report to reflect those changes. We appreciate the opportunity to be of service on this project. If you have any questions regarding this report, or any aspects of the project, please feel free to contact our office. Sincerely, AMEC Environment & Infrastructure, Inc. ALS James S. Dransfield, P.E. Principal Geotechnical Engineer Reviewed by: Todd D. Wentworth, P.E., L.G. Associate Geotechnical Engineer AMEC Project No. 3917-17292-B 5 WA Prq ,,Ml V 000s117292 City d Kent117292-3WPRR Grossing Geotechnical Supplement 2 140404 doc 40— -�--64TH AVENUE S R.O.W. 75 PSF 30— FILL 6 FT. L 23— —r 62.5 PCF — 36 PCF 20— WATER LEVEL VARIES PERCHED GROUNDWATER ZONE BASE OF CULVERT EXCAVATION i.2 FEET - f ;, 16— LOOSE SAND/ SOFT TO MEDIUM STIFF SILT 285 PCF 10— OBSERVED STATIC OBSERVED STATIC GROUNDWATER TABLE GROUNDWATER TABLE MEDIUM DENSE SAND 0— 380 PCF e 12 PCF —10 E 0 SOFT SILT < 110 PCF 15 PCF 0 8 —20 I 1 I ACTIVE PASSIVE UNBALANCED TRAFFIC PRESSURES RESISTANCE o HYDROSTATIC SURCHARGE PRESSURE s n 0 NOTES: 1 ALL PRESSURES EXPRESSED AS AN EQUIVALENT FLUID UNIT N WEIGHT (EXCEPT TRAFFIC SURCHARGE). 2. ALL VALUES ARE ULTIMATE. AN APPROPRIATE SAFETY FACTOR v SHOULD BE APPLIED. '... 3, PRESSURES ACT OVER FULL WIDTH OF SHEET PILING OR OTHER CONTINUOUS WALL. - g U K tt J CLIENT LOGO CLIENT a AMEC Environment & Infrastructure CITY OF KENT 1181D North Creek Parkv yNorth i Bothell,WA,U.S.A.98011-8201 PROJECT _FM BY'. DATUM: DATE: N 64TH AVENUE S- UPRR CROSSING CULVERT FRS APRIL 2014 TITLE - CH K'D 6V: REV,NO.. PROJECT NO: LATERAL EARTH PRESSURE DIAGRAM JD 3-917-17292-B FOR TEMPORARY SHORING PROJECTION SCALE: FIGURED, % NOT TO SCALE G HYDRAULIC J 64`"Ave. Channel Improvements UPRR/Inouye A - 4 April 16, 2014 Project Number: 10-3030C --: `'a Washington North Puget Sound _1. Department of HYDRAULIC PROJECT APPROVAL 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: October 11, 2012 Control Number: 128711-1 Project Expiration Date: October 11,2014 FPA/Public Notice#: NIA PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent City of Kent ATTENTION:Garrett Inouye ATTENTION:Alex Murillo 220 4th Ave S 220 4th Ave S Kent, WA 98032 Kent, WA 98032 253-856-5548 253-856-5528 Fax: 253-85 6-6500 Fax:253-856-6500 Project Name: 64th Avenue S Channel Improvements Phase II Project Description: The project is Phase 11 of the 64th Avenue S Channel Improvements Project. Work for this project phase will consist of replacing three 60-inch diameter, 128 foot long concrete culvert pipes under the two private driveways and the UPRR spur track. The new culvert will be two concrete box culverts that are each 14 feet wide, 5 feet tall, and 128 feet long. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and September 30, 2. 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 Hydraulic Project Approval (HPA) is issued (permittee) no less than three working days prior to start of work, and again within seven days of completion of work to arrange for a compliance inspection. The notification shall include the permittee's name, project location, starting date for work or completion date of work, and the control number for this HPA. 3. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, '64TH AVENUE S CHANNEL IMPROVEMENTS PHASE 11 30% DESIGN', except as modified by this HPA. A copy of these plans shall be available on site during construction. 4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. 5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. Page 1 of 5 - Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and ROW 77.55.021 -See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:October 11,2012 Control Number: 128711-1 Project Expiration Date:October 11,2014 FPAIPublic Notice#: NIA 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 8. Prior to releasing the water flow to the project area, all instream work shall be completed. 9. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returned to preproject or improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request that WDFW assist in capturing and safely moving fish life from the.job site to free-flowing water, and assistance may be granted if personnel are available. 11. Any device used for diverting water from a fish-bearing stream shall be,equipped with a fish guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and 77.57.070. The pump intake shall be screened by one of the following: a. Perforated plate: 0.094 inch (maximum opening diameter). b. Profile bar: 0,069 inch,(maximum width opening). c. Woven wire: 0.087 inch (maximum opening in the narrow direction). The minimum open area for all types of fish guards is 27%.The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be adequate to prevent injury or entrapment of juvenile fish and.the screen shall remain in place whenever water is withdrawn from the stream through the pump intake. 12. The culvert shall be installed to maintain structural integrity to the 100-year peak flow with consideration of the debris likely to be encountered. 13. Fill associated with the culvert installation shall be protected from erosion to the 100-year peak flow. 14. The culvert shall be installed and maintained to avoid inlet scouring and to prevent erosion of stream banks downstream of the project. 15. The culvert facility shall be maintained by the City of Kent(City) per RCW 77.57.030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that of the City. 16. Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to perform the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of culvert installation, the impacted areas of vegetation shall be replanted with native riparian species at a minimum 3:1. Page 2 of 5 C Washington Department of HYDRAULIC PROJECT APPROVAL North Puget Sound FISH and RCW 77.55.021-See appeal process at end of HPA 16018 Mill Creek Boulevard WILDLIFE Mill Creek,WA 98012-1296 (425)775-1311 Issue Date: October 11,2012 Control Number: 128711-1 Project Expiration Date: October 11,2014 FPA/Public Notice#; N/A 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. 17. Equipment used for this project shall be free of external petroleum-based products while working around the stream.Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the OHWL, Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. 18. 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. 19. Erosion control methods shall be used to prevent silt-laden water from entering the stream. 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. 20. Prior to starting work, the selected erosion control methods (Provision 19) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 21. 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. 22. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream or to wetlands associated with the stream. 23. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 24. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or to wetlands associated with the stream. Page 3 of 5 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:.October 11,2012 Control Number: 128711-1 Project Expiration Date: October 11,2014 FPA/Public Notice#: N/A PROJECT.LOCATIONS Location#1 64th Ave S s of S 226th St. WORK START: October 12, 2012 WORK END: October 11, 2014 WRIA: Waterbody: Tributary to: . 09.0015 Mill Creek(Kent) Spring Brook Creek 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NE 1/4 14 22 N 04 E N 47.399234 W 122.25504 King Location#1 Driving Directions From WA-167.Take the 84th AveS IN Central Ave exit. Head north on 84th AveS.Turn west onto S.224th St. Continue onto 83'"Ave S. Continue onto S 2251 h St.Turn north onto 64th Ave S.The project is located on the west side of 64th Ave S,south of S 226th St, 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 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. NOTE:You may request changes to this HPA. If you paid an application fee for your original HPA you must include payment of$150 with your written request or request billing to an account previously established with Washington Department of Fish and Wildlife. If you did not pay an application fee for the original HPA, no fee is required for a change to it. Requests for changes must include the HPA number, check number or billing account number,and a description of the requested change.Send your written requests and payment, if applicable, by mail to:Washington Department of Fish and Wildlife, PO Box 43234, Olympia,Washington 98504-3234, If you are charging the fee to a billing account number or you are not subject to the fee,you may email your request to HPAapplications@dfw.wa.gov. Page 4 of 5 Washington North Puget Sound 9 HYDRAULIC PROJECT APPROVAL 9 _ Department of 16018 Mill Creak Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA MITI Creek,WA 98012-1296 WILDLIFE (425)775.1311 Issue Date: October 11.2012 Control Number: 128711-1 Project Expiration Date: October 11, 2014 FPA/Public Notice#: NIA 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 appear 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 98501-1091; 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.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. 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 mail 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 Phillips (37) P2 Habitat Biologist a✓_ for Director Larry Fisher 425-313-5683 WDFW CC: Page 5 of 5 l PIPELINE CROSSING AGREEMENT 64`h Ave. Channel Improvements UPRR/Inouye A - 5 April 16, 2014 Project Number: 10-3030C AUDIT °.- 66353 Pipeline Crossing 680808 Folder No,2714.33 Lust Modified:03/29/10 Form Approved,"P•Lmv PIPELINE CROSSING AGREEMENT Mile Post: 168, Spur Off Seattle Subdivision Location: Kent, King County, Washington THIS AGREEMENT ("Agreement") is made and entered into as of September 27, 2012, ("Effective Date") by and between UNION PACIFIC RAILROAD COMPANY, n Delaware corporation, ("Licensor")and KENT, CITY OF, a Washington municipal corporation to be addressed at 220 4th Ave S, Kent, Washington 98032("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HE,RE,TO AS FOLLOWS: Article 1. LICENSOR GRANTS RIGHT, In consideration of the license fee to be paid by the Licensee and in father consideration of the covenants and agreements herein contained to be by the Licensee kept, observed and performed, the Licensor hereby grants to the Licensee the right to construct and thereafter, during the term liereof, to maintain and operate two 14 foot by 5 foot uncawd pipeline for transporting and conveying storm water only across Licensor's track(s)and property (the "Pipeline") in the location shown and in conformity with the dimensions and specifications indicated on the print dated January 26, 2012 and marked Exhibit A, attached hereto and hereby made a part hereof. Under no circumstances shall Licensee modify the use of the Pipeline for a purpose other than transporting and conveying storm water,and the Pipeline shall not be used to convoy any other substance, any fiber optic cable, or for any other use, whether such use is currently technologically possible, or whether such use may cone into existence during the life of this Agreement. For the purposes of Exhibit A, Licensee acluiowledges that if it or its contractor provides to Railroad digital imagery depicting the Pipeline crossing, Licensee authorizes Railroad to use the Digital Imagery in preparing the print attached .as an exhibit hereto. Licensee represents and warrants that through a license or otherwise, it has the right to rise the Digital Imagery and to permit Railroad to use the Digital Imagery in said manner, Article 2, LICENSE TEE. Upon execution of this Agreement,the Licensee shall pay to the Licensor a one-time License Fee of Fourteen Thousand Four Hundred Dollars($14,400.00). Article 3. CONSTRUCTION,MAINTENANCT:AND OPERATION The grant of right bereia made to the Licensee is subject to each and all of the terms, provisions, conditions, limitations and covenants set forth herein and in Exhibit B, attached hereto and hereby jade a part hereof. Article 4. AEFMTION OF LICENSEE. For purposes of this Agreement, all references,In this Agreement to the Licensee shall include the Licensee's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority, If a contractor is hired by the Licensee for any work performed on the Pipeline (including initial construction and subsequent relocation or maintenance and repair work), then the Licensee shall provide a copy of this Agreement to its contractor and require its contractor to comply with all the terms and provisions hereof relating to the work to be performed. Any contractor or subcontractor shall be deemed an agent of Licensee for the purpose of this Agreement, and Licensee shall require such contractor or subcontractor to release, defend and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor herein. Article 5. INSURANCE. i A. During the life of the Lease, Licensee shall fully comply with the insurance requirements described in Exhibit C. i B. Failure to maintain insurance as required shall entitle, but not require, Licensor to terminate this License immediately. i C. If the Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this license,those statutes shall apply. D. Licensee hereby acknowledges that is has reviewed the requirements of Exhibit C, including without limitation the requirement for Railroad Protective Liability Insurance during construction, maintenance, installation,repair or removal of the pipeline which is the subject of this Agreement. Article G. TERM. i I This Agreement shall take effect as of the Effective Date fast herein written and shall continue in frill force and effect until terminated as herein provided. ArticlO7 SPECIAL PROVISIONS A. Tlie proposed culvert installation by open out requires coordination with Licensor and work performed by Licensor. A preliminary engineering agreement for reimbursement of Licensors costs for structural review and planning and estimating trackwork. B, Licensee shall bear the cost of track removal and replacement and any other work done by Licensor's forces. Licensor will need to prepare force account estimate for work to be preformed by its forces, C. The construction schOule shows a track outage of over two weeks for culvert installation, Unless the track is currently unused and out of service,this is unacceptable. Generally even on industry tracks, outages are limited to a few days at most. The outage must be coordinated with and approved by the Licensor's Service Unit. D. If 2+week window is approved,consider whether a construction of a cast in place structure would be practical. This world be the preferred structure type, if time permits. E. The following comments apply to the concrete box design: i. The concrete box culvert shall be designed aid constructed in accordance with the provisions of AREMA Manual for Railway Engineering, Ch. 8,Part 16 "Design and Construction of Reinforced Concrete Box Culverts",and other applicable sections.Design live load shall be specified as Cooper E80 with impact. Provide note in plans stating this requirement, ii. It appears that the intent is to place the parallel precast sections with adjacent walls in contact, This isn't acceptable. Provide a gap which will be filled with slurry. iii, Precast reinforced concrete box sections shall include a mhumum of three positive mechanical couplers at each joint to prevent future separation, iv. Provide tlne following for engineering review. -Concrete box design showing reinforcing Structural design calculations. Where computer program is used for design,provide calculations verifying compliance with AREMA requirements -Geotechnical analysis and recommendations. F. Provide note in plans showing division of responsibility between Licensor and Liceusee/contractor. G, 100%plans shall be submitted to Licensor for review and approval.Provide a copy of geoteclnical analysis and recommendations. FI. Licensees review of shop drawings and design calculations for the precast box culvert is required. Allow 30 days for review of submittals. ARTICLE 8, NO PROJECT FXPFNSES TO BE BORNE BY LICENSOR The Licensee agrees that no Project costs and expenses are to be borne by the Licenor. In addition,the Railroad is not required to contribute any finding for the Project, ARTICLE_ 9. WORK TO BE PERFORMED BY LICENSOR;BILLING SENT TO LICENSEE;LICENSEE'S PAYMENT OF BILLS A. The work to be performed by the Licensor at the Licensee's sole cost and expense, is described in the Railroad's Material and Force Account Estimate dated October 1, 2012, marked Exhibit E, attached hereto and hereby made a part hereof(the "Estimate"). As set forth in the Estimate, the Licensor's estimated cost for the Licensee's work associated with the Project is Seventy Four Thousand Eight Hundred and Thirty Six Dollars$74,836,00. B, The Licensor, if it so elects, may recalculate and update the Estimate submitted to the Licensee in the event the Licensee does not commence construction on the portion of the Project located on the Licensees property within six(6)months from the date of the Estimate. C. The Licensee acknowledges that the Estimate does not include any estimate of flagging or other protective service costs that are to be paid by the Licensee or the Contractor in connection, with flagging or other protective services provided by the Licensor inconnection with the Project. All of such costs incurred by the Licensor are to be paid by the Licensee or the Contractor as deterinined by the Licensor and the Licensee. If it is determined that the Licensor will be billing the Contractor directly for such costs, the Licensee agrees that it will pay the Licensor for any flagging costs that have not been paid by any Contractor within thirty(30)days of the Contractor's receipt of billing. IN WITNESS WHERE,OF, the parties hereto have caused this Agreement to be executed as of the date first herein written. UNION PACIFIC RAILROAD COMPANY KENT,CITY 01' By: By anager-Contracts Title: ! 3 II I PLACE ARROW INDICATING NORTH _ FORM DR-040q-B DIRECTION RELATIVE TO CROSSING REV. 5-15-98 .° WW4V.UI)YY.GOIIT ENCASED NON-FLAMMABLE /e PIPELINE CROSSING �Vb NOTE: ALL AVAILABLE DIMENSIONS MUST BE ! \zLv ev NO SCALE FILLED IN TO PROCESS THIS APPLICATION. �=h �NiA FT, 1fB63FT. �I aD F1, yl pp O r (SEE NOTE 3 B 5) (SEE NOrr 3 R 5) y ZU FT. e v �o. +—roN aqr[sT R.R, �OAtll !E'SPW1�TRACN (ANGLE of GRo3Si Nc) 7o NEAR R.P. TpmN lu4- ti (DESCRIBE FIXED OBJECT, (0ESf9))BE FI%EO OeJECTI (SEE NOTE 6} (SEE NOTE 5] - '!2 FT. (DISTANCE ALONG TRAC�VSOJ SECTION LIN[ CROSS II{DI u UU_L_S3F T. - > (NOTE: MIS DIVERSION RECURRED IN All CASES. AT LOCATIONS NOT USING'SECTIORS� DISTANCE TO A LEGAL SURVEY LINE 15 REG IREDI .. •.. _. r. ..e 'RR"S qB - 2�FT, FT. STEEL CASING WALL ml WIN.'DI.T I SVRfM1 f'� 4 THICKNESS CHART (see pale i) 'MINIMUM DIAVET,ER OF ":SueCRnOE I .THICKNESS .CA$MO PIPE pOnoeeO '?500" I14". 12"'OR LESS .3125' 5/I6` OVER 12-16" FT. 3150" 3/8 OVER 18'22" I4;5 Fr Ad '1375" 7/16 OVER 22"-2B" S000 fz6 Fr. Max.) I N/R 112 DYER 2B"--34" FT, FT, (3 FT.FT, .5626 016' OVER 34"-42" A� CAS ING,PIPE IS.,Ildfo 4) .6250" 618"- OVER 42"-46"' `[Wb/E 1C -�VLtI ILn l4A{W ri $f(41 RRRII£aPI \. APROVEOBY'R.RBCO, -- — © NOTE: THIS CHART IS ONLY FOR SMOOTH STEEL CASING PIPE6 WITH 1135,0M YIELDI. STRENGTH OF 35 000 PSI. / 1 2V 1 15,FT.,] FT. _ TOflA7ULA TO FIGURE CASING A Nf FT. LENGTH WITH ANGLE OF — MIN FT. CROSSING OTHER THAN 90- NIA Fr. a tI0TE3 t (CASING.LENGTH ASIEN MEAIEASURED ALONC P IaEL INE.) yEY`0 IT ALL HpBI2ONSAL OISTAH $ TO BE MEASURED AT RIG.. ANGLES FH0D 4 OF TRACK, FA SIN 2I OASTRC,TO€YT[NO BEYOND THE 9 OF TRACK,AT RIGHT ANCLES THE GREATER OF 20 t 20 Fir, OR 10 FT,i 4�A B -AND BEYOND LIMIT OK BAILROAO RICH1 OF-WAY IF NECE550Y TO PROVIDE PROPER LENGTH OUTSIDE DF TRACK, MI N•.OI ST. 71 uINIAVN OF r.0' FROM THE Elm OF ANY RAILROAD eq mGE, £ OF ANY CULVCRi, 0R FROM ANY SNRCIT 6 AREA, e� (NOTE 2 41 SIGNAL REPRESENTATIVE MUST BE PRESENT WRIIJ6 INSTALLATION IF RAILROAD SIGNALS APE UT THE VICINITY OF CROSSING. '/A TRACK 5,1 ALLOWABLE FIXED OBJECTS IHCLUOE:.BACNWALLS OF @RIDOESI 2 OF ROAD CAOSS111G5 B OVERHEAD VIADUCTS(GIVE ROAD-TIME), OR CULVERTS, - 61 CA$11'6 At10 CARAIER PIPE MRST BE PLACED A IAI NIVUU OF 2 FEEF BELOW THE[%1STING FLBEH OPTIC CABLE, ANY EXCAVATION RRQUIRED HITHjh 5 FEET-0P'flit EXISTING-f IBER OPTIC CABLE 57 BE HAND DUD. - A> i5 PIPELINE CROSSIN 11 G WITHIN DE (GATED STREET'P^YE'4 K NO 9i' ' ii IE HIRI`!C A 8) 1F YES, 'MANE )OF STREET N�A' LPoR RV Wpio LSE G,au D.i DISTRIBUTION LINE )L�ON TRANSMISSION LINE ci CARRI Mot: : zFuG LVI.gm- TS UNION PACIFIC RAILROA� CO. COMMODITY TO BE CONVEYF„D 'qiTw OPERATjNG PRESSURE PSI Rew P 3 �Cca•f OC_ WALL THICKNESS Z rD 1AMETER _N__�_}MATERIAL� �MC)R ,I> I Isotoivlsmn - E) CASINO PIPE �t(+S - M. p IG'� OTE E. S, ZI� fOII V1ALL THICKNESS .;DIAMETER ;MATERIAL i ,� NOTE :CAS(NG MUST,:HAVE 2' CLEARANCE BETWEEN GREATEST IIANCASEO Tux Ga yAy l) CROSSING AT OUTSIDE DIAMETER OF CARRI EFY PIPE AND INTENIDR DIAMETER OF I ) CASING PIPE, WHEN.'FURNISiiING OJWENSIDN4, GIVE bl(TS1DE OF E�Clil 4\�h\ IrJ�j .CARRIER PIPE AND INSIDE DF CASING PIPE, t ?"ems,n*n /'- ��, IcoR,m ours F) METRO OF INSTALLING DAS LNG PIPE UNOER TRACK[5} ji y p'[ 1C✓r� ;N7I-�P •ORY BORE AND JACK (M(ET BORE NOT PERMITTED) `�TUNNEL I OTHER N� '.' RR FILE NO >2 /11133 PATE G1 WILL CONSTRUCT ION-BE By.AN OUTSIDE CONTRACTOR?_: YES}w0( - ll} DISTANCE FROM,CENTER LINE dP TRACK TO NEAR FACE OF BD 11A AND W A R N ( N 0 JACKING 'PI TS Y7HEN MEASURED AT NICHI ANGLES TS TRACK 11 APPLIGANT HAS CONTACTED 1-800�336 / -9193 - - (3w Ault,) WALL OCCASIONS, U. P. COINUNICAT IONS - DEPARTMENT MAST BE CONIACTED IN ADYMCE J. P.. COMMUNICATION DEPARTA4ENTr AND HA5 DETERMINED FIBER OF ANY WORK TO DOERuin[EA15TE11CC AND OPTIC':CABLE X DOES 'i_DOES NOT, I EX ggT IN VICINITY -0F Loceml of FieEBpvYIC CABLE,' ..I WORK 'TO BE PERFORMED TICKET NO. - -�•D�111020 ( PxONEI 1=e0o-3T6'915) it Pim@re Crossing 07/20/08 Porn Approved,AVP Law EXHIBIT B Section 1, LIMITATION AND SUBORDINATION OF RIGRTS GRANTED. A. The foregoing grant of right is subject and subordinate to the prior and continuing right and obligation of the Licensor to use and maintain its entire properly including the right and power of the Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wiretities, pipelines and other facilities upon, along or across any or all parts of Its property, all or any of which may be freely done at any time or tines by the Licensor without liability to the Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstauduig superior rights(including those in favor of licensees and lessees of(heLieensor's property,and others)and the right of the Licensor to renew and extend the same,and is made without covenant of title or for quiet enjoyment. Section 2. CONSTRUCTION,MATNTENANCE AND OPERATION, A. The Pipeline shall be designed, constructed, operated, maintained, repaired, renewed, modified and/or reconstructed by the Licensee in strict conformity with(i)Licensor's cureeat standards and specifications ("UP Specifications"), except for variances approved in advance in writing by the Licensor's Assistant Vice President Engineering— Design, or his authorized representative; (ii) such other additional safety standards as the Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance-of-Way Association("AREMA")stanndnrds and guidelines(collectively, "UP Additional Requirements"), and (iii) all applicable laws, rules and regulations ("Laws"). If there is any conflict between the requirements of any Law and the UP Specifications or the UP Additional Requirements,the most restrictive will apply. B. All work performed on property of the Licensor in connection with the design, construction, maintenance, repair, renewal,modification or reconstruction of the Pipeline shall be done to the satisfaction of the Licensor. C. Prior to the commencement of any work in connection with the design, construction, maintenance, repair, renewal, modification, relocation, reconstruction or removal of the Pipeline from Licensor's property, the Licensee shall submit to the Licensor plans setting out tine inethod and mariner of handling the work, including the shoring and cribbing, if any, required to protect the Licensor's operations, and shall not proceed with the work until such plans have been approved by the Licensor's Assistant Vice President Engineering Design, or his authorized representative,and then the wok shall be done to the satisfaction of the Licensor's Assistant Vice President Engineering Design or his authorized representative;The Licensor shall leave the right, if it so elects, to provide such support as it may deem accessary for the safety of Its track or tracks during the time of construction, maintenance, repair, renewal, modification, relocation, reconstruction or removal of the Pipeline, and, in the event the Licensor provides such support, the Licensee shall pay to the Licensor,within fifteen(15)days after bills shall have been rendered therefore, all expenses incurred by the Licensor in connection therewith, which expenses shall include all assignable costs. D. The Licensee shall keep and maintain the soil over the Pipeline thoroughly compacted and the grade even with the adjacent surface of the ground, E. In the prosecution of any work covered by this Agreement, Licensee shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 3, NOTICE OF COMMENCEMENT OF WORD/LICENSOR REPRESENTATIVE /SUPERVISION/FLAGGING/SAFETY. A. if au emergency should arise requiring immediate attention, the Licensee shall provide as mach notice as practicable to Licensor before conmcncing any work. In all other situations, the Licensee shall notify the Licensor at least ten(I0) days (or such other time as the Licensor may allow)in advance of the commencement of any work upon property of the Licensor in connection with the construction, maintenance, repair, renewal, modification, reconstruction, relocation or removal of the Pipeline. All such work shall be prosecuted diligently to completion. The Licensee will coordinate its initial, and any subsequent work with (lie following employee of Licensor or his or her duly authorized representative (hereinafter "Licensor Representative" or "Railroad Representative"): MARIO A. ORTEGON MGR TRACK MNTCE 2770 N GOING ST RM 97217 PORTLAND,OR 97217 Work Phone; 503 249-2323 Fax: 503 249-2530 Cell Phone: 503 347-4046 B. Licensee,at its own expense, shall adequately police and supervise all work to be performed.The responsibility of Licensee for safe conduct and adequate policing and supervision of work shall not be lessened or otherwise affected by Licensor's approval of plans and specifications involving the work, or by Licensors collaboration in performance of any work, or by the presence at the work site of a Licensor Representative, or by compliance by Licensee with any requests or recommendations made by the Licensor Representative. C. At the request of Licensor, Licensee shall remove from Licenser's property any employee who fails to conform to the instructions of the Licensor Representative in connection with the work on Licenser's property. Licensee shall indemnify Licensor against any claims arising from the removal of any such employee from Licensor's property. D. Licensee shall notify the Licensor Representative at least ten (10) working days in advance of proposed performance of any work in which any person or equipment will be within twenty-five (25)feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to,a crane boom)will reach to within twenty-five(25)feet of any track. No work of any kind shall be performed, and no pennon, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shalt be located, operated, placed, or stored within twenty-five(25) feet of any of Licensoe's track(s) at any time, foi any reason, unless and until a railroad flagman is provided to watch for trains. Upon receipt of such ten (10) clay notice, the Licensor Representative will determine and inform Licensor whether a flagman need be present and whether any special protective or safety measures need to be implemented. If flagging or other special protective or safety measures are performed by Licensor, Licensor will bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state or local governmental entity have agreed that Licensor is to bill such expenses to the federal, state or local governmental entity. If Licensor will be sending the bills to Licensee,Licensee shall pay such bills within thirty (30)days of receipt of billing. If Licensor performs any flagging, or other special protective or safety measures are performed by Licensor, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. E. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for all eight- hour day for tine class of flagnnen used during regularly assigned hours and overthne in aceo•danco with Labor Agreements and Schedules in effect at the time tine work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on actual payroll. The composite charge will be tine prevailing composite charge in effect at the time the work is performed. One and one-half tines the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half tithes current hourly rate for holidays, Wage rates are subject to change, at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or, a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage late or additional charges are changed, Licensee(or the governmental cutity, as applicable) shall pay on the basis of tine new rates and charges. P. Reimbursement to Licensor will be required covering the Rill eight-hour day during which any flagman is furnished, unless the flagman eau be assigned to other railroad work during a portion Of such day, in which event reimbursement will not be required for the portion of tine day during which the flagman is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Licensor is required to pay the flagman and which could not reasonably be avoided by Licensor by assignment of such flagman to other work,even though Licensee may not be working during such time, When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in eomplianco with union collective bargaining agreements, Licensee must provide Licensor a minimum of five (5) days notice prior to the cessation of the need for a flagman. If five(5)days notice of cessation is not given,Licensee will still be required to pay flagging charges for the five(5)day notice period required by union agreement to be given to tlhe employee,even thongln flagging is not required for that period. Au additional ten(10)days notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. a Safety of personnel, property, rail_operations slid the public is of paramount importance in the prosecution of the work performed by Licensee or its contractor. Licensee shall be responsible for initiating, nnaintaining sad supervising all safety, operations and programs in correction with the work. Licensee and its contractor shall at a minimum comply with Licensee's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standards followed by Licensee's own forces, As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licensoe's safety standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Exliibit D to each of its employees before they enter the job site. i H. Without limitation of the provisions of paragraph G above, Licensee sl}all keep the job site free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the job. I. Licensee shall have proper first aid supplies available on the job site so that prompt first aid services maybe provided to any person injured on thejob site, Prompt notification sliall be given to Licensor of any U.S. Occupational Safety and Health Administration reportable injuries. Licensee shall have a non-delegable duty to control its employees while they are on thejob site or any other property of Licensor, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work. J. If and when requested by Licensor,Licensee shall deliver to Licensor a copy of its safety plan for conducting the work(the "Safety Plan"). Licensor shall have the right, but not the obligation, to require Licensee to correct any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan. Section 4. LICENSEE TO BEAR ENTIRE EXPENSE, The Licensee shall bear the entire cost and expense incurred in connection with the design, construction, repair and renewal and any and all modification,revision, relocation,removal or reconstruction of the Pipeline,including any and all expense which may be incurred by the Licensor in connection therewith for supervision, inspection,flagging,or otherwise. Section S, REINFORCEMENT,RELOCATION OR REMOVAL OF PIPELTNE. A. The license herein granted is subject to the needs and requirements of the Licensor in the safe and efficient operation of its railroad and in the improvement and use of its property. The Licensee shall, at the sole expense of the Licensee, reinforce or otherwise modify the Pipeline,or move all or any portion of the Pipeline to such new location, or remove the Pipeline from the Licensor's property, as the Licensor may designate, whenever, in the furtherance of its needs and requirements,the Licensor,at its sole election,finds such action necessary or desirable, B. All the terms, conditions and stipulations herein expressed with reference to the Pipeline on property of the Licensor in the location hereinbefore described shall, so far as the Pipeline remains on the property, apply to the Pipeline as modified, changed or relocated within the contemplation of this section. Section G. NO INTERFERENCE WITH LICENSOR'S OPERATION. A. The Pipeline and all parts thereof within and outside of the limits of the property of the Licensor shall be designed, constructed and, at all times, maintained, repaired, renewed and operated in such manner as to cause no interference whatsoever with the constant, continuous and uninterrupted use of the tracks, property and facilities of the Licensor and nothing shall be done or suffered to be done by the Licensee at any time that would in any manner impair the safety thereof, III B. Explosives or other highly flammable substances shall not be stored on Licenser's property without the prior written approval of Licensor. C. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Licensors trackage shall be installed or used by Licensor or its contractors without the prior written permission of Licensor, D. When not in use, any machinery and materials of Licensee or its contractors shall be kept at least fifty(50)feet fron the centerline of Licenser's nearest track. E. Operations of Licensor and work performed by Licenser's personnel may cause delays in the work to be performed by Licensee. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays, Licensee shall coordinate its activities'with those of Licensor and third parties so as to avoid interference with railroad operations, The safe operation of Licensor's train movements and other activities by Licensor take precedence over any work to be performed by Licensee. Section 7. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable systems may be buried on the Licenser's property, Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Licensee shall telephone the Licensor during normal business hours (7,00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except for holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on the Licensor's premises to be used by the Licensee, If it is, Licensee will telephone the telecommunications company(ics) involved, arrange for a cable locator,make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will commence no work on the Licenser's property until all such protection or relocation has been accomplished. Licensee shall indemnify and field the Licensor harmless from and against all costs, liability and expense whatsoever(including,without limitation, attorneys' fees, court costs and expenses) arising out of or caused in any way by . Licensee's failure to comply with the provisions of this paragraph, B. IN ADDITION TO OTHER INDEMNITY PROVISIONS IN THIS AGREEMENT, THE LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD THE LICENSOR HARMLESS FROM AND AGAINST ALL COSTS, LIABILITY AND EXPENSE WHATSOEVER (INCLUDING, WITHOUT LIMITATION, ATTORNEYS' FEES, COURT COSTS AND EXPENSES) CAUSED BY THE NEGLIGENCE OF THE LICENSEE,ITS CONTRACTORS,AGENTS AND/OR EMPLOYEES, RESULTING IN (1) ANY DAMAGE TO OR DESTRUCTION OF ANY TELECOMMUNICATIONS SYSTEM ON LICE NSOWS PROPERTY,AND/OR (2) ANY INJURY TO OR DEATH OF ANY PERSON EMPLOYED BY OR ON BEHALF OF ANY TELECOMMUNICATIONS COMPANY, AND/OR ITS CONTRACTOR, AGENTS AND/OR EMPLOYEES, ON LICENSOR'S PROPERTY, EXCEPT Ir' SUCH COSTS, LIABILITY OR EXPENSES ARE CAUSED SOLELY BY THE DIRECT ACTIVE NEGLIGENCE OF THE LICE,NSOR. LICENSEE FURTHER AGREES THAT IT SHALL NOT HAVE OR SEEK RECOURSE AGAINST LICENSOR FOR ANY CLAIM OR CAUSE OF ACTION FOR ALLEGED LOSS OF PROFITS OR REVENUE OR LOSS OF SERVICE OR OTHER CONSEQUENTIAL DAMAGE TO A TELECOMMUNICATION COMPANY USING LICENSOR'S PROPERTY OR A CUSTOMER OR USER OF SERVICES OF THE FIBER OPTIC CABLE ON LICENSOR'S PROPERTY. Section S. CLAIMS AND LIENS FOR LABOR AND MATERIAL;TAXES. A. The Licensee shall fully pay for all materials joined or affmcd to and labor performed upon property of the Licensor in connection with the construction, maintenance, repair, renewal, modification or reconstruction of the Pipeline, and shall not permit or suffer.any mechanic's or materialman's lieu of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of the Licensee. The Licensee shall indemnify and hold harmless the Licensor against and from any and all liens, claims, demands, costs and expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or materials furnished. B. The Licensee shall promptly pay or discharge all taxes, charges and assessments levied upon, in respect to, or on account of the Pipeline,to prevent the same from becoming a charge or lieu upon property of the Licensor, and so that the taxes, charges and assessments levied upon or in respect to such property shall not be increased because of the location, construction or maintenance of the Pipeline or any improvement, appliance or fixture connected therewith placed upon such property, or on account of the Licensee's interest therein. Where such tax, charge or assessment may not be separately made or assessed to the Licensee but shall be included in the assessment of the property of the Licensor, then the Licensee shall pay to the Licensor an equitable proportion of such taxes determined by the value of the Licensee's property upon property of the Licensor as compared with the entire value of such property. Section 9. RESTORATION OF LICENSORS PROPERTY. hi the event the Licensee in any manner moves or disturbs any of the property of the Licensor in connection with the construction,maintenance,repair,renewal,modification,reconstruction, relocation or removal of the Pipeline, then in that event the Licensee shall, as soon as possible and at Licensee's sole expense,restore such property to the same condition as the same were before such property was moved or disturbed, and the Licensee shall indemnify and hold harmless the Licensor,, its officers, agents and employees, against and from any and all liability, loss, damages, claims, demands, costs and expenses of whatsoever nature, including court costs and attorneys'fees, which may result from injury to or death of persons whomsoever, or damage to or loss or destruction of property whatsoever, when such injury, death, damage, loss or destruction grows out of or arises from the moving or disturbance of any other property of the Licensor. Section 10. INDEMNITY, A. As used hi this Section, "Licensor" includes other railroad companies using the Licensor's property at or near the location of the Licensee's installation and their officers, agents, and employees; "Loss" includes loss, damage, claims, demands, actions, causes of action, penalties, costs, and expenses of whatsoever nature, including court costs and attorneys' fees, which may result from: (a)injury to or death of persons whomsoever (including,the Licensees officers, agents, and employees, the Licensee's officers, agents, and employees, as well as any other person); and/or(b)damage to or loss or destruction of property whatsoever(including Licensee's property,damage to the roadbed,tracks,equipment,or other property of the Licensor, or property in its care or custody). B. AS A MAJOR INDUCE,ME,NT AND IN CONSIDERATION OF THE LICENSE AND PERMISSION HEREIN GRANTED, TO THE FULLEST EXTENT PERMITTED BY LAW, THE LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE LICENSOR FROM ANY LOSS OF ANY HIND, NATURE OR DESCRIPTION ARISING OUT OF, RESULTING FROM Olt RELATED TO(IN WHOLE OR IN PART): 1. THE PROSECUTION OF ANY WORT{ CONTEMPLATED BY THIS AGREEMENT INCLUDING THE INSTALLATION, CONSTRUCTION, MAINTENANCE, REPAIR, RENEWAL, MODIFICATION, RECONSTRUCTION,RELOCATION, OR REMOVAL OF THE PIPELINE OR ANY PART THEREOF; 2. ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE; 3. THE PRESENCE, OPERATION, OR USE OF THE PIPELINE OR CONTENTS ESCAPING THEREFROM; A. THE ENVIRONMENTAL STATUS OF THE PROPERTY CAUSED BY OR CONTRIBUTED TO BY LICENSEE; S. ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER; OR 6, LICENSEE'S BREACH OF THIS AGREEMENT, EXCEPT WHERE THE LOSS IS CAUSED. BY THE SOLE DIRECT AND ACTIVE NEGLIGENCE OF THE LICENSOR, AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION, IT BEING THE INTENTION OF THE PARTIES THAT THIS' ABOVE INDEMNITY WILL OTHERWISE APPLY TO LOSSES CAUSED BY OR ARISING FROM, IN WHOLE OR IN PART, LICENSER'S NEGLIGENCE. C. Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit of proceeding brought against any indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any indemnitee.Licensee shall pay all costs incident to such defense, including, but not limited to; reasonable attorney's fees, investigators' fees, litigation and appeal expenses, settlement payments and amounts paid in satisfaction of judgments. Section 11, REMOVAL OF PIPELINE UPON TERMINATION OF AGREEMENT. Prior to the termination of this Agreement howsoever, the Licensee shall, at Licensee's sole expense, remove the Pipeline fi•om those portions of the property not occupied by the roadbed and track or tracks of the Licensor and shall restore, to the satisfaction of the Licensor, such portions of such property to as good a condition as they were in at the time of the construction of the Pipeline. If(lie Licensee fails to do the foregoing, the Licensor may, but is not obligated, to perform such work of removal and restoration at the cost and expense of the Licensee. In. the event of the removal by the Licensor of tile property of the Licensee and of the restoration of the roadbed and property as herein provided, the Licensor shall in no manner be liable to the Licensee for any damage sustained by the Licensee for or on account thereof, and such removal and restoration shall in no manner prejudice or impair any right of action for damages,or otherwise,that the Licensor may have against the Licensee. Section 12. WAIVER OF BREACH. The waiver by the Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by the Licensee shall in no way impair the right of the Licensor to avail itself of any remedy for any subsequent breach thereof, Section 13. TERMINATION, A. If the Licensee does not use the right herein granted or the Pipeline for one (1) year, or if the Licensee continues in default in the performance of any covenant or agreement herein contained for a,period of thirty (30) days after written notice from the Licensor to the Licensee specifying such default, the Licensor may, at its option,fortirwith immediately terminate this Agreement by written notice. B. In addition to the provisions of subparagraph (a) above, this Agreement may be terminated by written notice given by either party hereto to the other on any date in such notice stated, not less, howover,than thirty(30)days subsogaent to the date upon which such notice shall be given, C. Notice of default and notice of termination may be served personally upon the Licensee or by mailing to the last known address of the Licensee, Termination of this Agreement for any reason shall not affect any of the rights or obligations of the parties hereto which may have accrued, or liabilities,accrued or otherwise,which may have arisen prior thereto. Section 14. AGREEMENT NOT TO BE ASSIGNED. The Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of the Licensor, and it is agreed that any transfer or assignment or attempted transfer or assignment of this Agreement or any of the rights herein granted, whether volantaly, by operation of law,or otherwise, without such consent in writing,shall be absolutely void and, at the option of the Licensor,shall terminate this Agreement. Section 15, SUCCESSORS AND ASSIGNS. Subject to the provisions of Section 14 hereof,this Agreement shall be binding upon and inure to the benefit of the parties hereto,their heirs,executors,administrators,successors and assigns. Section 16. SEVERABILITY. Any provision of this Agreement which is determined by a court of conpetentjurisdictiou to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination,which shalt not invalidate or otherwise render ineffective any other provision of this Agreement. I i Approved:Insurance Group Created:9123/05 Last Modifled:03/29/10 Form Approved,AVP-Law 'i EXFIIBIT C Union Pacific Railroad Company Contract Insurance Requirements Licensee shall, at its sole cost and expense, procure and maintain during the life of this Agreement (except as otherwise provided in this Agreement)the following insurance coverage: A, Commercial General Liability Insurance, Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate Brit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CO 00 01 12 04 (or a substitute forth providing equivalent coverage), The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Contractual Liability Railroads" ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site, B. Business Automobile Coverage insurance, Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage)with a limit of not less$2,000,000 for each accident,and coverage must include liability arising out of any auto(including owned,hired, and non-owned autos), The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Coverage For Certain Operations in Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Property"as the Designated Job Site, C. Workers Compensation and Enlnlovers Liability insurance. Coverage must include but not be limited to; Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement, Employers'Liability(Part B)with Units of at least$500,000 each accident, $500,000 disease policy limit $500,000 each employee. If Licensee is self-insured,evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act,the Janes Act, and the Outer Continental Shelf Land Act,if applicable, D. Railroad Protective Liability insurance, Licensee must maintain "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent . coverage) on behalf of Railroad only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of$6,000,000, The definition of"JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this agreement F. Umbrella or Excess insurance. If Licensee utilizes umbrella or excess policies, and these policies mast"follow form"and afford no less coverage than the primary policy. Other Requirements F. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as"Additional Insured"using 180 Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to tine extent provided tinder 190 Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Licensee's liability tinder the indemnity provisions of this Agreement. G. Punitive damages exclusion, if any, must be deleted (and the deletion indicated of tine certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this agreement, or (b) all punitive damages are prohibited by all states in which this agreement will be performed. H. Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees for damages covered by tine workers compensation and employers liability or commercial umbrella or excess liability obtained by Licensee required in this agreement, where permitted by law This waiver mast be stated on the certificate of insurance. I. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Besfs Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the work is to be performed. J. The fact that insurance is obtained by Licensee or by Railroad on behalf of Licensee will not be deenned to release or diminish tine liability of Licensee, including, without limitation, liability tinder the indemnity provisions of this Agreement. Damages recoverable by Railroad from Licensee or any third party will not be limited by the amount of the required insurance coverage. I i Pipeline Crossing 07/20/08 Fonn Approved,AW-tam EXHIBIT D SAFE,TY STANDARDS MINIMUM SAFETY RE,QUIRE,MENTS The term "employees" as used herein refer to all employees of Licensee or its contractors,subcontractors, or agents, as well as any subcontractor or agent of any Licensee. L Clothing A. All employees of Licensee will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision,heating, or tree use of their hands or feot. Specifically,Licensee's employees must wear; (i) Waist-length shirts with sleeves. (ii) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-toed footwear that conforms to the American National Standards Institute(ANSI)and FRA footwear requirements. 13, Employees shall not wear boots (other than work boots), sandals, canvas-type shoes, or other shoes that have thin soles or heels that are higher than normal. C. Employees most not wear loose or ragged clothing, neckties, forger rings, or other loose jewelry while operating or working on machinery, II, Personal Protective.Equipment Licensee shall require its employee to wear personal protective equipment as specified by Railroad rules,regulations,or recommended or requested by the Railroad Representative. (i) Hard hat that meets the American National Standard (ANSI) Z89.1 — latest revision, Hard hats should be affixed with Licensee's company logo or name, (ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific job situations such as welding,grinding,etc. (iii) Hearing protection,which affords enough attenuation to give protection from noise levels that will be occurring on the job site, Hearing protection, in the form of plugs or muffs, must be worn when employees are within; ■ 100 feet of a locomotive or roadway/work equipment 15 feet of power operated tools 150 feet of jet blowers or pile drivers 150 feet of retarders in use(when within 10 feet, employees must wear dual ear protection—plugs and muffs) (iv) Other types of personal protective equipment, such as respirators, fall protection equipment, and face shields, must be worn as recommended or requested by the Railroad Representative, TTI. On Track Safety Licensee and its contractor are responsible for compliance with the Federal Raihfoad Administration's Roadway Worker Protection regulations—49CFR214, Subpart C and Railroad's On-Track Safety rules, Under 49CFR214, Subpart C, railroad contractors are responsible for the training of their employees on such regulations. In addition to the instructions contained in Roadway Worker Protection regulations, all employees roust: (i) Maintain a mininnun distance of at least twenty-five (25) feet to any track unless the Railroad Representative is present to authorize movements. (ii) Wear an orange, reflectorized work wear approved by the Railroad Representative. (ill) Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed.Licensee must take special note of limits of back authority,which tracks may or may not be foaled, and clearing the track. Licensee will also receive special instructions slating to the work zone around machines and minimum distances between machines while working or traveling. IV. Equipment A. It is the responsibility of Licensee to ensure that all equipment is in a safe condition to operate. If, in the opinion of the Railroad Representative,any of Licensee's equipment is unsafe for use, Licensee shall remove such equipment from Railroad's property. In addition, Licensee must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. hi addition,operators mast be: • Familiar and comply with Railroad's rules on lockoudtagout of equipment Trained in and comply with the applicable operating rules if operating any by-rail equipment on-track. • Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other rail bound equipment. B. All solf-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warning device. C. Unless otherwise authorized by the Railroad Representative, all equipment must be parked a minimum of twenty-five (25) feet from any track. Before leaving any equipment unattended, the operator must stop the engine and property secure the equipment against movement. D. Cranes must be equipped with three orange cozies that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines. i V. General Safety Requirements A. Licensee shall unsure that ail waste is property disposed of in accordance with applicable federal and state regulations. B. Licensee shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On-Track Safety) and the potential hazards of tha job. If any employee has any questions or concerns about the work, the employee must voice them during the job briefing. Additional job briefings will be conducted during the work as conditions,work procedures, or personnel change. C. All track work performed by Licensee meets the rninianum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213, D. All employees comply with the following safety, procedures when working around any railroad track; (i) Always be on the alort for moving equipment. Employees must always expect movement on any track,at any time,in either direction. (H) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components, (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee in charge. (v) Before stepping over or crossing tracks,look in both directions first. (vi) Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. F, All employees Hurst comply with all federal and state regulations concerning workplace safety. i DATE: 2012-10-01 ESTIMATE OFMATERIAL AND FORCE ACCOUNT WORK ➢Y THE UNION PACIFIC RAILROAD THIS ESTIMATE GOOD FOR 6 MONTHS EXPIRATION DATE IS :2013-04-01 DESCRIPTION OF WORK: 2012 RECOLLECTIBLE PROGRAM SEATTLE SUBDIVISION PIP 168.05 REMOVE AND REPLACE 40 IF OF TRACK FOR CITY TO INSTALL CULVERTS PROJECT IS 10" RECOLLECTIBLE FROM THE CITY OF KENT WASHINGTON PID: 79747 AWO: 15961 MP,SUBDIV; 168.05, SEATTLE SERVICE UNIT: 18 CITY: KENT STATE: WA DESCRIPTION QTY UNIT LABOR MATERIAL RECOLL UPRR TOTAL ----------- --- ---- ----- -------- ------- ----- ----- ENGINEERING WORK ENGINEERING 3185 3185 3185 . LABOR ADDITIVE 211% 6720 6720 6720 ------- -------- -------- -------- -------- TOTAL ENGINEERING 9505 9905 9905 SIGNAL WORK LA➢OR ADDITIVE 211% 1596 1596 159G SALES TAX 3 3 3 SIGNAL 756 01 837 837 ------- -------- -------- -------- -------- TOTAL SIGNAL 2352 84 2436 2436 TRACK 6 SURFACE WORK BALAST 1,00 CL B06 B25 1651 1631 BILL PREP FEE 900 900 900 ENVIRONMENTAL - PERMITS 10 10 10 FOREIGN LINE FREIGHT 76 76 76 HOMELINE FREIGHT 900 900 900 LABOR ADDITIVE 211% 34057 34057 34057 MAIL STORE EXPENSE 14 14 14 OT14 1529 282 loll loll SALES TAX 72 72 72 TRACK-INSTAL 18255 18255 18255 TRK-SURF,LIN 2874 2874 2874 XTIE 15.00 EA 1180 715 1895 1895 ------- -------- -------- -------- -------- TOTAL TRACK 6 SURFACE 58701 3794 69495 62495 ------- -------- _ LABOR/MATERIAL EXPENSE 70958 3878 -------- -------- RECOLLECTIBLEIUPRR EXPENSE 74836 0 -------- ESTIMATED PROJECT COST 74836 EXISTING REUSEABLE MATERIAL CREDIT 0 SALVAGE NONUSEABLE MATERIAL CREDIT 0 RECOLLECTIBLE LESS CREDITS THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED, UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE. PREVAILING 64"'Ave. Channel Improvements UPRR/Inouye A - 6 April 16, 2014 Project Number: 10-3030C r ayc i vl ii 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: 4/16/2014 County Trade Job_Classification 4V a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1 H King Boilermakers_ Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A iM King Brick Mason Journey Level $50.12 5A iM King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M King Bui ding Service Emr?toyees Janitor $20.591 SS 2F King Building Service Empl gees, Traveling Waxer/Shampooer $21.001 5S 2F King Buildyw Service Emplovees Window Cleaner (Non-Scaffold) $24.29 5S 2F King BuiLdina Service Ern yees Window Cleaner (Scaffold) $25.15 5S 2F King Cabinet Makers tln Shoal Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D iM King Carpenrers Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D 1M King Carpenters Carpenters on Stationary Tools $50.95 5D iM King Carpenters Creosoted Material $50.92 5D iM King Carpenters Floor Finisher $50.82 5D iM King Carpenters Floor Layer $50.82 5D iM King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers & Tenders Diver $105.37 SD iM 8A King Divers & Tenders Diver On Standby $59.501 SD 1M King Divers a Tenders Diver Tender $54.821 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $54.821 5D I 1M King t}ivers & Tenders Surface Rcv & Rov Operator $51.07 5A 1B Tender King Dred e ` orkers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F royc � v1 L, King Dred elNorkers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King D_red e Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King Drywall Applicator Journey Level $50.82 5D 1 H King Drywall Tapers Journey Level $50.87 5P 1 E King Electrical Fixture Maintenance Journey Level $25.84 5L 1E Workers King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) $70.52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W King Electricians - Inside Certified Welder (tunnel) $68.101 7C 2W King Electricians_Inside Construction Stock Person $35.69 7C 2W King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $68.33 5A 4A Construction King Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.77 71) 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla gers Journey Level $35.34 7A 31 King Glaziers Journey Level $53.76 7L 1y King Heat Et Frost Insulators And Journeyman $58.93 5J 1s Asbestos Workers King Heating Equipment Mechanics Journey Level $69.37 7F 1E King Hod Carriers & Mason Tenders Journey Level $42.99 7A 31 King Industrial Power Vacuum Journey Level $9.32 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deekhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Insnection/Cleaniin lSea[inR Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control King €nsDectionlCLeaniriv/Seating Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control King InsoectiontCleanin�lSeaLPng Of Head Operator $24.91 1 Sewer a Water Svs=`_ems Bu Remote Control. King Insoection/Cteaningi/ aLirg Of Technician $19.33 1 Sewer Et Water Svstems By Remote Control i King Insueaton/Cleaningi5ealing Of Tv Truck Operator $20.45 1 Sewer B Water Systems Remote Control King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 31 Screed King Laborers Airtrac Drill Operator $42.99 7A 31 King Laborers Ballast Regular Machine $41.69 7A 31 King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41.69 7A 31 King Cabarets Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 King Laborers Carpenter Tender $41.69 7A 31 King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laborers Change House Or Dry Shack $41.69 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $41.69 7A 31 King Laborers Chipping Gun(30 Lbs. And $42.46 7A 31 Over) King Laborers Choker Setter $41.69 7A 31 King Laborers Chuck Tender $41.69 7A 31 King Laborers Clary Power Spreader $42.46 7A 31 King Laborers Clean-up Laborer $41.69 7A 31 King Laborers Concrete Dumper/chute $42.46 7A 31 Operator King Laborers Concrete Form Stripper $41.69 7A 31 King Laborers Concrete Placement Crew $42.46 7A 31 King Laborers Concrete Saw Operator/core $42.46 7A 31 Driller King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 King Laborers Demolition: Wrecking Ft Moving $41.69 7A 31 (incl. Charred Material) King Laborers Ditch Digger $41.69 7A 31 King Laborers Diver $42.99 7A 31 King Laborers Drill Operator $42.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $41.691 7A 31 King Laborers Dump Person $41.69 7A 31 King Laborers Epoxy Technician $41.69 7A 31 King Laborers Erosion Control Worker $41.69 7A 31 King Laborers Faller 8 Bucker Chain Saw $42.46 7A 31 King Laborers Fine Graders $41.69 7A 31 King Laborers Firewatch $35.34 7A 31 King Laborers Form Setter $41.69 7A 31 King Laborers Gabian Basket Builders $41.69 7A 31 King Laborers General Laborer $41.69 7A 31 King Laborers Grade Checker Et Transit $42.99 7A 31 Person King Laborers Grinders $41.69 7A 31 King Laborers Grout Machine Tender $41.69 7A 31 King Laborers Groutmen (pressure)including $42.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $41.69 7A 31 King Laborers Hazardous Waste Worker (level $42.99 7A 31 A) King Laborers Hazardous Waste Worker (level $42.46 7A 31 B) King Laborers Hazardous Waste Worker (level $41.69 7A 31 C) King Laborers High Scaler $42.99 7A 31 King Laborers Jackhammer $42.46 7A 31 King Laborers Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 King Laborers Manhole Builder-mudman $42.46 7A 31 King Laborers Material Yard Person $41.69 7A 31 King Laborers Motorman-dinky Locomotive $42.46 7A 31 King Laborers Nozzleman (concrete Pump, $42.46 7A 31 Green Cutter When Using Combination Of High Pressure Air & Water On Concrete Ft r GIG J VI 1/ Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers. Pavement Breaker $42.461 7A 31 King Laborers Pilot Car $35.34 7A 31 King Laborers Pipe Layer Lead $42.99 7A 31 King Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 ;King Laborers Pipe Reliner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 7A 31 King Laborers Pot Tender $41,691 7A 31 King Laborers Powderman $42.99 7A 31 King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42.46 7A 31 King Laborers Railroad Spike Puller - Power $42.46 7A 31 King Laborers Raker - Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 King Laborers Remote Equipment Operator $42.46 7A 31 King Laborers Rigger/signal Person $42.46 7A 31 King Laborers Rip Rap Person $41.69 7A 31 King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 7A 31 King Laborers Scale Person $41.69 7A 31 King Laborers Sloper (over 20") $42.46 7A 31 King Laborers Sloper Sprayer $41.69 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Piler $41.69 7A 31 King Laborer Tamper Et Similar Electric, Air $42.46 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $42.46 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $42.46 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $41.69 7A 31 King Laborers Topper $41.691 7A 31 King Laborers Track Laborer $41.691 7A 31 King Laborers Track Liner (power) $42.46 7A 31 King Laborers Traffic Control Laborer $37.79 7A 31 8R King Laborers Traffic Control Supervisor $37.79 7A 31 8R King Laborers Truck Spotter $41.69 7A 31 King Laborers Tugger Operator $42.46 7A 31 King Laborers Tunnel Work-Compressed Air $60.06 7A 31 88 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 7A 31 84 rays a v ii Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 31 8H Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $76.59 7A 31 8�C Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 31 S Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $85.59 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 31 Tender King Laborers Tunnel Work-Miner $43.09 7A 31 King Laborers Vibrator $42.46 7A 31 King Laborers Vinyl Seamer $41.69 7A 31 King Laborers Watchman $32.12 7A 31 King Laborers Welder $42.46 7A 31 King Laborers Well Point Laborer $42.461 7A 31 King Laborers Window Washer/cleaner $32.12 7A 31 King Laborers - Underground Sewer General Laborer & Topman $41.69 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 31 tt Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $50.82 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal fabrication (In Shop) Fitter $15.861 1 King Metal Fabrication (In Shop1 Laborer $9.78 1 King Metal Fabrication (In Shoff Machine Operator $13.04 1 King Metal Fabrication (In Shopl Painter $11.10 1 King Metal Fabrication fin Shop Welder $15.48 1 King Millwright Journey Level $51.92 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buitdinz s Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 roy� / / King Modular uRdings Utility Person $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $51.07 5D 1M King Plasterers Journey Level $49.29 1 R King Journey Level $9.32 Installers King Numbers Pipefiltwts Journey Level $73.69 6Z 1G King EqA��Eui mE�n 0�eratorI Asphalt Plant Operators $53.49 7A 3C 8P King Power E_quignientDperators Assistant Engineer 7A King Power Equij2nieILL Qpg ators Barrier Machine (zipper) $53.001 7A 3C 8P King ?2LN��� Batch Plant Operator, $53.00 7A 3C 8P Concrete Equipment King Power_EqqjpmenL Operators Bump Cutter $53.001 7A 3C 8P King Poyy �rE jil2menL Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 King Powei_Eq��_Ppe rators Concrete Finish Machine -laser $50.22 7A 3C 8P Screed King Lower_EcluiQMe�� Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Po��,�p�entO er�jtors Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To Tons With Attachments King Powe Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150' Of Boom (including Jib With Or 250' Of Boom (including Jib With Attachments) Tons, Under 150' Of Boom (including Jib With King Qwf-r EAu i __nt Operators Cranes: A-f rame - 10 Tons And $50.22 7A 3C — -- "-. ' - --/- -/__ ,__ ^^._ __._ .__ ____ , ,, , /`", , King Power Eauiprnent Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P ' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $53.00 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 813 (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C BP Articulating Off- Road Equipment 45 Yards, Et Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $52.58 7A 3C 8P Locator King Power Eguipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P 10 Tons King Power Equipment 0 erators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards ruy� � Ul �. King Power Equipment Operators Loaders, Plant Feed $53.001 7A 3C 1 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.581 7A 3C 8P King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Pokver Equ pment Operators Mechanics, All (leadmen - $54.04 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P finishing King Pawem; Err enr Operators Motor Patrol Graders, Finishing $53.491 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equi rnent Operators Oil Distributors, Blower $50.22 7A 3C BP Distribution Et Mulch Seeding Operator King Paver Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P I' Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $50.221 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P King Power Equipment Operators Power Plant $50.22 7A 3C SP King Power Equipment Operators Pumps - Water $50.22 7A 3C 813 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P l King Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom "King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P King }power Equipment Operators Rollagon $53.49 7A 3C 8P King Po4ver Equip Went Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Materials King P�;ver Equi mp ent Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Pw-A Equipment 7peratars Saws - Concrete $52.58 7A 3C 8P King Power Equipment 0 erators Scraper, Self Propelled Under $53.00 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P r uyc iv v ii Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Egu grnent Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $53.00 7A 3C BP King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $52.58 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P King Power Equipment Operators Welder $53.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $53.00 7A 3C 813 Underground Sewer & Water Concrete King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer & Water Equipment King Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer Et Water 'King Underground Sewer & Water King Power Equipment Operators- Dozers D-9 Et Under $52.58 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $50.22 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Eouipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underg ound Sewer & Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Underground Sewer 8: Water Attachments King Power Eouipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power- Eouipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards King Power Eouipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $53.00 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $52.58 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P Under round Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $53,49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P lJnderground Sewer f Water King Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer & Water King Rower Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P r uyc i,� vi ii Underground Sewer &Water $0.50 Per Hour Over Mechanic) King Power Egtipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer & Water finishing King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P .Underaround Sewer & Water King F-0 rer Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Undc�raround Sewer E Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P Underground Sewer & Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P Underaround Sewer & Waver Manlifts), Air Tuggers,strato I King Pover Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underaround SSewer & Water 20 Tons Through 44 Tons King Power E uipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underaround Sewer & Water Tons And Over King Pourer Eguiprtrent Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Undera rrund Sewer Et Water — — — King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P Under around Sewer Et 'dater Mount) King Power Equlpme t Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underaround Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P . Underound Sewer & Wate= — — — King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underg,rnund Sewer & Water- King Power Equi ment O erators- Pumps - Water $50.22 7A 3C 8P Underaround Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P .Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipuent Ope ators Remote Control Operator On $53.49 7A 3C 8P Underaround Sewer & Water Rubber Tired Earth Moving Equipment King Powej-, ug iP:nenc Operators Rigger And Bellman $50.22 7A 3C 8P :U nd er round Sewer Et Water King Po,n+er Equipmer t_O erp ators- Rollagon $53.49 7A 3C 8P 1 Undprgr'aund Se wer & Water — — — King Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P Undr_-er�ound 5 ',ver & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C F 8P Underaround Sewer & Water Materials King Power Equipm nt Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer & Water — — — King Poever Equipment Operators- Saws - Concrete $52.58 7A 3C 8P r oyc i� vi ii III Under round Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $53.00 7A 3C 8P Underground Sewer & Water 45 Yards King Power E ui ment Operators- Scrapers - Concrete a Carry All $52.58 7A 3C 8P Underground Sewer& Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer & Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer Et Water King Power EguiRment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Eiprnent Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Stipform Pavers $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Spreader, Topsider Et $53.49 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer& Water King Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in $54.61 7A 3C 8P Underground Sewer & Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer & Water Height Base To Boom King Power Equipment Qperators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 7A 3C 8P Underground Sewer & Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farman Type $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Faye jjnd,erqp_,rrd Sewer & Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers King Power Line Clearance Tree Spray Person $42.58 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers King �Power -Line Clearance Tree Tree Trimmer $40.08 5A 4A Trimmers King Power Line Cteararic-e rree Tree Trimmer Groundperson $30.201 5A 4A Trimmers King Lefriger4nlon a Air Journey Level $72.46 6Z 1G Conditioning Meehanics King Residentfat Brick W.Ison Journey Level $50.121 5A im King ResiderALal Carpenters Journey Level $28.20 King Residential Cement Masons Journey Level $22.64 King Resjee(Ljj_at Drywall Applieators Journey Level $39.62 5D im King Residential Q Journey Level $50.87 5P 1E King Residential E_ectricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 71- 1H King Resirdentiat Insulation Journey Level $26.28 Applicators King ResidentW Laborers Journey Level $23.03 King Residential.Miarble Setters Journey Level $24.09 King Residential Painters Journey Level $24.46 King Residentiat Plumbers a: Journey Level $34.69 _N p 'itteis-e�l King Residential Refrigeration &_ALir Journey Level $72.46 6Z 1G 2.nditiomnof/iechanics I King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F IR Workers I King ResidentiaL Soft Ftqor_Layers Journey Level $42.15 5A 3D King Residential Journey Level $42.48 5C 2R (Fire Erotection} King Residential Stone Masons Journey Level $50.12 5A im King Residential Terrazzo Workers Journey Level $46.96 5A im King Residential Tefrazzo/Tfle Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 King Roofers Journey Level $44.71 5A 3H King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King �sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1E King SW2-bu-1-ld-ing-ft Ship Repair Boilermaker $40.12 7M 1H King Shipbuildin-q-El._SNp Rq.Daft- Carpenter $38.24 70 3B King Shipbuilding & Ship Eeo Electrician $37.80 70 113 1 King IShipbuilding-Et Ship Repir jHeat Et Frost Insulator $58.93 5-1 1S A 1 4 1 4 A r uyc iv v ii I King ShipbuitdinEt Ship Repair Laborer $36.781 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 3B King Shipbuilding Ee Ship Repair Painter $37.79 70 3B King Shipbuilding B Ship Repair Pipefitter $37.77 70 3B King Shipbuilding ft Ship Repair Rigger $37.74 70 3B King Shipbuildine Et Ship Repair Sandblaster $36.78 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.74 70 313 King Shipbuilding ft Ship Repair Shipfitter $37.74 70 3B King Shipbuilding Et Ship Repair Trucker $37.59 70 3B King Shipbuildinp Et Ship Repair Warehouse $37.64 70 3B King Shipbuilding EL Ship Repair Welder/Burner $37.74 70 3B King Sign Makers & Installers Sign Installer $22.92 1 (Etectricatl King Sign Makers Ft Installers Sign Maker $21.36 1 Electrical I King Sign Makers 8 Installers {Non- Sign Installer $27.28 1 Electrical) King Sign Makers 8 Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Flee Journey Level $69.59 5C 1X Protection King Stage Rigging Mechanics (Non Journey Level $13.23 1 Siucturall King Stone Masons Journey Level $50.12 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surveyors Chairman $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.49 7A 3C SP King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside King Telephone Line Construction Installer (Repairer) $34.50 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installerll $35.27 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) King Telephone Line Construction Telephone Equipment Operator $33,471 5A 2B Outside (Light) King Tetephor�_Line Construction - Telephone Lineperson $33.47 5A 2B Outside King 'felephorle Line Construction-_ Television Groundperson $19.04 5A 2B Outside King Telep�cne Line Construction - Television Lineperson/Installer $25.27 5A 2B Outs:cie King Telephone Line Construction-- Television System Technician $30.20 5A 2B Outside King l"elenhone Line Cons�ructipP- Television Technician $27.09 5A 2B Outside King etcphone Lane Construction-- Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King rile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A 1 B Finisher; King Traf flc Con-rot Stripers Journey Level $42.33 7A 1K King Truck Di_iYers Asphalt Mix Over 16 Yards (W. $48.87 5D 3A 8L WA-Joint Council 28) King Truc'_D,-ivers Asphalt Mix To 16 Yards (W. $48.03 5D 3A 8L WA-Joint Council 28) King Truck D:-ivers Dump Truck ti Trailer $48.87 5D 3A 8L King Truck Driv_?rs Dump Truck (W. WA-Joint $48.03 SD 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A 8L Council 28) King Truck. Drivers_ Transit Mixer $43.23 1 King WeR Drillers ft Ini,a_tian Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers k Irrigatfon Pumo Oiler $12.97 1 installers King Welt Drillers & Irrigation Pub Well Driller $18.OD 1 nstallers — Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 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 of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SIIALL BE PAID ATONE 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 times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a fivc-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone 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]yours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-Len hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess Of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage- 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. i I. The first two (2) hours after eight(8) regular hours Monday through Friday and lire first Len(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 homy rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half titres 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-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage, 1 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shalt be paid at double the hourly rate 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 art Sundays, holidays and after twelve(12)hours,Monday through Friday and after ten (10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked mr Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and tip to ten (10) hours worked mr Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of tell (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2)how after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two limes the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Satrudays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half tunes the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The fast 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(I 2) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.When holiday hulls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pun (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the staight-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 Tabor Day shall be paid at double the hourly rate of wage. 7. 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 shalt be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. Alt hours worked on holidays shall be paid at two times the hourly rate of Wage— F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly 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 homy worked on Sunday shall be paid at two tines the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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. AIL 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 atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thm Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half tithes 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. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)IIOURS PER WEEK SHALL BE PAID AT ONE AND ONE-IIALP 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)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hoar for all hours worked that shift.The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has j worked eight(8)hours at an applicable overtime rate,all additional homy shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. B. The Must 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,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wages 3 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 3. 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 rate of wage. All work performed 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 worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premirmr rate of 15%over the hourly rate of wage. All other hours worked after 6:00 am 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 homily rate of wage. E. All hours worked Sundays and holidays shall be paid as 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- F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 161h and October 14th and all Holidays shall be compensated for at two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 151h shall be compensated at one and one half(1-1l2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-Lcn hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight lime rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All lours 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. 4. ALL HOURS WORKED IN EXCESS OF FIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONF-I-LALF MMES 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. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence 'Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). 4 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 5. H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day,Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas,And Christmas Day(9). I,. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day, And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid holidays: New Year's Day, Memorial 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 Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, ➢rdependence 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 Alter Christmas (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the I� Friday after Thanksgiving Day,And Christmas 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 1l2). G. Paid holidays: New Year's Day,Martin Luther King Jr. Day, Presidents' Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(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). 5 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 6. 1. Paid Holidays: New Year's Day, Memorial Day,lndependcnce Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Chrisnnass Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Chrisnnas Day (7). If a holiday falls on Saturday, the preceding Friday .shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday 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 Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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). Airy holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls ou a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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 Srmday 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- F. Holidays: New Year's Day, Memorial Day, Tndependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday_ Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,, and Christmas Day (6). Any holiday which fills on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 7. 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. I. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the In Friday. K IIolidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(S). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last 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 IIolidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as it holiday on the j following Monday.Arry holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday, N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. j O. Paid IIolidays: 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. i P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day (7), Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. j 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 Palls on a Saturday, the preceding Friday shall be a regular work clay. ', R. Paid Holidays:New Year's Day, the clay after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and the day after or before Christmas Day(10). 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 Thanksgiving Day,Christmas 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. 1 7 Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 Note Codes R. 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'-53.00 per Foot for F,ach Foot Over 100 Feet Over 150'To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 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 I00'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $0.75,Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: SL00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: 51.00,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 Suit: SL50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressw e registered on the gauge for an accumulated time of more than fifi'een(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 spoding or other traffic control labor is being utilized.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 flagges and spotters shalt 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 Faggers 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'Iraffre 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.This classification is only effective on or after August 3 1,2012. 8 �. II V KENT 'Nnsulrvciary Agenda Item: Bids - 9A TO: City Council DATE: May 20, 2014 SUBJECT: 64m Avenue S Channel Improvements Union Pacific Railroad Spur Culvert Replacement - Award MOTION: Move to award the 64`h Avenue S Channel Improvements Union Pacific Railroad Spur Culvert Replacement project to R.L. Alia Company in the amount of $1,176,550.13 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project is part of the City's overall efforts in alleviating local flooding in the manufacturing/industrial area of Kent. This project is located along 641h Avenue South at the railroad spur north of South 228th Street. The existing culverts under this spur are substandard and in need of replacement. The project consists of the removal of the three existing 60 inch diameter, 129 foot long culvert pipes, and the installation of two precast three-sided 14' wide X 5' high x 130' long concrete box culverts with lids and headwalls and wingwalls. This is phase 2 of the project. Phase 1 of this project completed in 2012, replaced the culverts under South 226th Street. EXHIBITS: Memo Dated 5/8/2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of the City's Storm Drainage fund. This project has been budgeted for 2014. REQUEST FOR MAYOR'S SIGNATURE K EYdT Please Fill in All Applicable Boxes _ "ed by Director Originator's Name: Garrett Inouye Dept/Div. Engineering Extension: 5548 Date Sent: « Date Required: = Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 120 working days VENDOR: R. L. Alia Company DATE OF COUNCIL APPROVAL: 5/20/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with R. L. Alia Company for the 64th Ave. S. Channel;Improvements Union Pacific Railroad Spur Culvert Replacement Project. The project consists of the removal of three existing 60 inch diameter, 129 foot long culvert pipes, and the installation of two precast three-sided 14'W x 5'H x 1301 concrete box culverts with lids and headwalls, and wingwalls. 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). fi^ Received:; x f €r Approval of Law Dept.: y Law Dept. Comments:+ Date Forwarded to Mayor. 1 / •� Shaded Areas To Be Completed By Administration Staff Received.''. Recommendations and Comments; � -ram Disposition: ,ram zc Pate Returned: ORIce of, L # r ,