Loading...
HomeMy WebLinkAboutPW16-333 - Original - SB Structures, LLC - S 228th St Grade Separation UPRR: Pier 2 Bridge Shaft Construction - 08/26/2016 t s x I Records Mana"ge ICEA17' - Document WA6HINOTON a4+�. vJ 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: SB Structures, LLC Vendor Number: JD Edwards Number Contract Number: (� �5 This is assigned by City Clerk's Office Project Name: S. 228" St Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction i Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: SJ2-WR-0 Contract Effective Date: Date of the Mayor's signature Termination Date: 30 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Contract Amount: $912,323.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City:CouncDil Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing pier 2 bridge shafts in advance of the remaining project. As of: 08/27/14 C I TY OF KENT KING COUNTY, WASH I NGTON KENT SPECIAL PROVISIONS FOR South 228t" Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction Project Number: 07 -3022 BIDS ACCEPTED UNTIL July 12, 2016 11 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 WASH [ N OTON it PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. '.. Public Works Director 400 West Gowe Kent, WA 98032 P�^��%®i-g^ Fax: 253-856-6500 � KE 1�6 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON South 228t" Street Grade Separation at Union Pacific Railroad Pier 2 Bridge Shaft Construction Project Number: 07-3022 ADDENDUM No. 1 July 11, 2016 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 - TAB INDEX REVISE the Tab Index as follows: Tab 9 Union Pacific Railroad Right of Entry Contractor's Endorsement Znciuding Exhibit C-A#reentent-SafnriMe Tab 11 Prevailing Wage Rates II - PAYMENT AND PERFORMANCE BOND AND CONTRACT Page 33-35 - Exhibit A Insurance Requirements for Construction Projects m REPLACE Exhibit A Insurance Requirements for Construction Projects with the attached 3 Exhibit A. y Y I 3 ' 3 0 MAYOR SUZETTE COOKED III - TABLE OF CONTENTS REVISE the Table of Contents as follows: Union Pacific Railroad Gonto Right of Entry Contractor s Endorsement including Exhibit C reement- IV - KENT SPECIAL PROVISIONS Page 1-20 - Section 1-07.6 - Permits REVISE the first paragraph as follows: The City has applied for a Union Pacific Railroad right-of-entry. The Contractor shall also sign and submit a Union Pacific Railroad Contractor's �e nt Endorsement. See sample of the Union Pacific Railroad Contractor's 4g-h—t =ttry agreefaent Endorsement in Appendix 5. V - APPENDIX 5 - UNION PACIFIC RAILROAD RIGHT OF ENTRY CONTRACTOR'S ENDORSEMENT INCLUDING EXHIBIT C ADD Exhibit C - Union Pacific Railroad Contract Insurance Requirements VI - PLANS REVISE note 2 on sheet 4 of 4 as follows: 2. Refer to Section -1- -5,4 1-05.14 of the Kent Special Provisions for coordination with other contractors. END OF ADDENDUM No. 1 �ro r f r-1.P1—Tlmothy J. LaPo E. D e Public Works Dire or Attachments: Exhibit A - Insurance Requirements for Construction Projects (3 pages) Exhibit C - Union Pacific Railroad Contract Insurance Requirements (3 pages) 2 XHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Licensee's (City of Kent is the Licensee) Contractor (hereinafter, 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. Commercial general liability (CGL)mith a limit of not less than $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form 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 the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. 2. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. 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 the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. • Motor Carrier Act Endorsement - Hazardous materials clean up (MCS-90) if required by law. 3. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: • Statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. • If the Contractor 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 Jones Act, and the Outer Continental Shelf Land Act, if applicable. 4. Railroad Protective Liability insurance. The Contractor shall 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 as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be submitted to the City of Kent and the Union Pacific Railroad before the work may be commenced and until the original policy is forwarded to Railroad. S. Umbrella or Excess insurance. If the Contractor utilizes umbrella or excess policies, these policies must "follow form" and afford no less coverage than the primary policy. 6. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of $10,000,000. If the scope of work as defined in this contract includes the disposal of any hazardous or non-hazardous materials from the job site, the Contractor shall furnish to the City of Kent and the Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum amounts of $1,000,000 per loss, and an annual aggregate of $2,000,000. B. Other Requirements 7. All policy(ies) required above (except business automobile, worker's compensation and employers liability) must include the City of Kent and the Union Pacific Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26, (or substitute form(s) providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by the Contractor's liability under the indemnity provisions of this Agreement. BOTH THE CITY OF KENT AND UNION PACIFIC RAILROAD EXPECT THAT THEY WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. 8. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the 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. 9. The Contractor waives all rights against the City of Kent, the Union Pacific Railroad and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the workers compensation and employers liability or commercial umbrella or excess liability insurance obtained by required by this agreement. 10. Prior to commencing the work, the Contractor shall furnish the City of Kent and the Union Pacific with certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. 11. All insurance policies must be written by a reputable insurance company acceptable to the City of Kent and the Union Pacific Railroad or with a current Best's 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. ROE 880702 Form Approved, AVP- Law. 12. The fact that insurance is obtained by the Contractor will not be deemed to release or diminish the liability of the Contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by the City of Kent and the Union Pacific Railroad from the Contractor or any third party will not be limited by the amount of the required insurance coverage. 13. The 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 ROE 880702 Form Approved,AVP-Law Rev 090506 EXHIBIT C Union Pacific Railroad Contract Insurance Requirements Right of Entry Agreement 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 $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form 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 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. 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 Railroad Company Property" as the Designated Job Site. • Motor Carrier Act Endorsement-Hazardous materials clean up(MCS-90) if required by law. C. Workers Compensation and Employers 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 limits 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 Jones 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 as named insured, with a limit of not less than $2,000,000 per occurrence ROE 920316 Form Approved,AVP-Law i ROE 880702 Form Approved,AVP-Law and an aggregate of$6,000,000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is forwarded to Railroad. E. Umbrella or Excess insurance. If Licensee utilizes umbrella or excess policies, these policies must"follow form" and afford no less coverage than the primary policy. F. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land,the atmosphere, or any watercourses; or may cause bodily injury at anytime, Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of$10,000,000. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from the job site, Licensee must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum amounts of $1,000,000 per loss, and an annual aggregate of$2,000,000. Other Requirements G. All policy(ics) required above (except business automobile, worker's compensation and employers liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26, (or substitute form(s)providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSEE AND RAILROAD EXPECT THAT UNION PACIFIC RAILROAD COMPANY WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the 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.. I. Licensee waives all rights against Railroad and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the workers compensation and employers liability or commercial umbrella or excess liability insurance obtained by Licensee required by this agreement. S. Prior to commencing the work, Licensee shall furnish Railroad with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. K All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's 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. ROE 920316 Form Approved,AVP-Law ROE 880702 Form Approved,AVP-Law L. The fact that insurance is obtained by Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation; liability under 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. ROE 920316 Form Approved,AVP-Law TAB I NDEX 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 Report Tab 8 Project Sign Tab 9 Union Pacific Railroad Contractor's Right of Entry Agreement Sample Tab 10 King County Wastewater Treatment Division General Letter of Authorization Tab 11 WSDOT Subcontract Clauses Tab 12 Prevailing Wage Rates i CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR St South 22h Street Grade Separation at Union Pacific Railroad _ Pier 2 Bridge Shaft Construction Federal Aid Number: STPD-1216(004) Project Number: 07-3022 BIDS ACCEPTED UNTIL July 12, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR toe WAST G� KENT `fiQ GCrOR9 4 L P� r `�� WAS HIN GTO N ����NAi CNG GrZd�i6 BIDDER'S NAME SB Structures, LLC i CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR South 228t" Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction Project Number: 07-3022 BIDS ACCEPTED UNTIL July 12, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 i TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASH I NGTON ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Traffic Control plans Geotechnical Report Project Sign Union Pacific Railroad Contractor's Right of Entry Agreement Sample King County Wastewater Treatment Division General Letter of Authorization WSDOT Subcontract Clauses Prevailing Wage Rates SB Structures, LLC INVITATION TO BIB Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 12, 2016 up to 11 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail, All bids will be opened and read publicly aloud immediately following 11 a.m. for the City of Kent project named as follows: South 228th Street Grade Separation at Union Pacific Railroad Pier 2 Bridge Shaft Construction Project Number: 07-3022 The project consists of installing pier 2 bridge shafts in advance of the remaining project. There are 3-8 foot diameter drilled shafts in pier 2 (of the future bridge). The shafts extend approximately 70 feet into the ground. Overhead high power transmission lines that are in conflict with the construction of the 3 shafts in pier 2 will be de-energized by Puget Sound Energy from September 12`h to October Ph of 2016. The road will be allowed to be closed to through traffic during construction and a detour put in place. The Engineer's estimate for this project is approximately $(1,000,000.00). Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856- 5508. For technical questions, please call Mark Madfai at 253-856-5521. 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. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof, No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. 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. i i SB Structures, LLC No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 22°d day of June, 2016. BY: !aJ � Sue Hanson, Interim City Clerk Published in Daily Journal of Commerce on June 28 and Julv 5 2016 II SB Structures, LLC CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date July 12, 2016 This statement relates to a proposed contract with the City of Kent named South 2281h Street Grade Separation at Union Pacific Railroad Pier 2 Bridge Shaft Construction Project Number: 07-3022 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. SB Structures, LLC NAME OF BIDDER By; Member 4IGNATURE//TITL:EBob Scarsella P.O Box 68847 i Seattle, WA 98168-0847 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1 lure 22, 2016 Project Number: 07-3022 SB Structures, LLC 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 agr to fu I the ive r quirements referenced above. By: Bob Scarsella For: SB Structures, LLC Title: Member Date: July 12, 2016 228111 UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 June 22, 2016 Project Number: 07-3022 SB Structures, LLC CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 3 7une 22, 2016 Project Number: 07-3022 SB Structures, LLC CITY OF (CENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as South 228`h Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction/Project Number: 07-3022 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: Fo r: Title: Date: 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 4 June 22, 2016 Project Number: 07-3022 SB Structures, LLC PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that SB Structures, LLC 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 South 228`' Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction/Project Number: 07-3022 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL 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. 229`11 UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 5 June 22, 2016 Project Number: 07-3022 '... SB Structures, LLC i SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ aaa,o60,00$ aJ, 000.00 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ 5'OO.oO $ SG 0 0 CI WSDOT LUMP SUM Per LS 1010 2-02.5 140 Remove Existing Asphalt $ 30, 00 $ tf a00.00 KSP SQ YDS Concrete Pavement Per SY 1025 2-02.5 40 Remove Cement Concrete $ 'qS, 00 $ I,0 0a..00 KSP LN FT Curb and Gutter Per LF 1040 8-09.5 1 Removal of Raised Pavement $ 500,00 $ SOO, 00 KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Markings 1050 2-02.5 100 Saw Cut Existing Asphalt $ O' 00 $ 800 QO KSP LN FT Concrete Pavement Per LF 1055 2-02.5 6 Saw Cut Existing Cement $ 40.00 $ aL�0, 0 0 KSP LN FT Concrete Pavement Curb and Per LF Gutter 1060 2-03.5 52 Roadway Excavation Incl. $ 50,0o $ a, &00. 0C) WSDOT CU YDS Haul Per CY 1085 4-04.5 130 Crushed Surfacing Base $ 40,00 $ 5 a00, OO KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 60 HMA Class 1/2", PG 64-22 $ aSC),00 $ 15, 30©. 00 KSP TONS Per TON 228°' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 6 June 22, 2016 Project Number; 07-3022 S SCHEDULE I - STREET B Strictures, LLC ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY PRICE AMOUNT 1125 5-04.5 30 Hot Plant Mix for Temporary $ a50.00 $ `7500, 0 KSP TONS Pavement Patch Per TON 1205 8-04.5 40 Cement Concrete Curb and $ h p p O $ KSP LN FT Gutter Per LF 1210 8-20.5 1 Remove, Salvage and $ $,-76-0.00 $ 7.5[L 00 KSP LUMP SUM Reinstall Signal Mast Arm Per LS 1270 8-12.5 550 Temporary Security Fencing $ L, 00 $ 3 inn f�C3 KSP LN FT Per LF 1315 8-28.5 10 Pothole Utilities $ 1000 00 $ f,0o CIO KSP EACH Per EA 1320 8-30.5 2 Project Sign Installation $ 500. 00 $ 1,�00.00 KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ a g ©, � `7 0' 00 228"UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 7 June 22, 2016 Project Number: 07-3022 SB Structures, LLC SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 600 Traffic Control Labor $ S(, SO $ 30 90n, �b KSP HOURS Per HR 5010 1-10.5 40 Construction Signs Class A $ 3S; o o $ j y 0 0,0 O WSDOT SQ FT Per SF 5015 1-10.5 200 Traffic Control Supervisor $ '7 S, 06 $ )5, 806, 6) 0 KSP HOURS Per HR 5020 1-10,5 1 Temporary Traffic Control $ S,no0.0o $ SOoo.OQ KSP LUMP SUM Devices Per LS 5030 1-10.5 210 Portable Changeable Message $ '7.S. 0D $ /S-7SC1.00 KSP DAYS Sign (PCMS) Per DAY 5101 8-09.5 0.4 Raised Pavement Marker $ to oc).00 $ WSDOT HUNDRED Type 1W Per HUNDRED 5103 8-09.5 0.1 Raised Pavement Marker Type $ to e o,0O $ (0O, O o WSDOT HUNDRED 2W Per HUNDRED 5105 8-09.5 1.2 Raised Pavement Marker Type $ (;<, 00, 0() $ WSDOT HUNDRED 1Y Per HUNDRED 5108 8-09.5 0.2 Raised Pavement Marker Type $ WSDOT HUNDRED 2YY Per HUNDRED 5115 8-22.5 48 24" Plastic Stop Line $ 1 0, o Cr $ 2{_g o, o O KSP LN FT Per LF 2281^ UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 June 22, 2016 '.. Project Number: 07-3022 SB Structures, LLC SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL '... NO. NO. QUANTITY PRICE AMOUNT 5120 8-22.5 176 Plastic Crosswalk Line $ �? , 00 $ 1,409,00 WSDOT SQ FT Per SF Schedule V Total 0 0 2281M1 UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 9 June 22, 2016 '... Project Number: 07-3022 SB Structures, LLC SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7010 8-01.5 250 Straw Wattle $ IO� 00 $ S Cl D 00 WSDOT LN FT Per LF 7015 8-01.5 4 Inlet Protection $ i a-s. 00 $ S 0 gyp, 0 o KSP EACH Per EA 7020 8-01.5 250 Filter Fabric Fence $ e„ O o $ a t,O 0, 0 o KSP LN FT Per LF 7025 8-01.5 100 Clear Plastic Covering $ S, 00 $ ,S0e3, o 0 KSP SQ YDS Per SY 7030 8-01.5 150 ESC Lead $ (_ 0 0 $ 1S0, p 0 KSP HOURS Per HR 7040 8 01.5 100 Street Cleaning $ 14C). pO $ ) 4, 000,00 WSDOT HOURS Per HR 7075 1-07,15(1) 1 SPCC Plan $ 13�0001,CSp$ �3 O�Cl,O�y WSDOT LUMP SUM Per LS Schedule VII Total $ 3Lq, 6, 5 0.. 00 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 10 June 22, 2016 Project Number: 07-3022 SB Structures, LLC SCHEDULE IX ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 9015 6-19.5 409 Soil Excavation for Shaft $ 300,00 $ Ian 7m,Do KSP CU YDS Including Haul Per CY 9020 6-19.5 201 Furnishing and Placing $ a ;-' OG $ 0© WSDOT LN FT Temporary Casing for 8.2 Per LF Foot Diameter Shaft 9025 6-19.5 41 Furnishing Permanent Casing $ 535, 00 $ al"I3-S O 0 WSDOT LN FT for 8.2 Foot Diameter Shaft Per LF 9027 6-19.5 3 Placing Permanent Casing for $ ldo0,00 $ 3,300.00 WSDOT EACH 8.2 Foot Diameter Shaft Per EA 9030 6-19.5 332 Concrete Class 4000P for $ a-SO.on $ 23 00o.o6 WSDOT CU YDS Shaft Per CY 9035 6-19.5 93,900 St. Reinf. Bar for Shaft $ J. O.S $ 9a',SYS: 00 KSP LBS Per LB 9040 6-19.5 1,656 CSL Access Tube $ 10, 00 $ 14"S(o0.0b WSDOT LN FT Per LF 9045 6 19.5 3 CSL Test $ a,SC?O,OC>$ '7,Sc, 0QoCl KSP EACH Per EA 9047 6-19.5 59 Gravel Backfill For Drains $ S'0, 00 $ 14,7aoq Qp KSP CU YDS Per CY 9050 6-19.5 1 Removing Shaft Obstructions $100,000.00 $100,000.00 WSDOT FORCE Per FA ACCOUNT *Common price to all bidders 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 11 June 22, 2016 Project Number: 07-3022 SB Structures, LLC SCHEDULE IX ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule IX Total$ 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 12 June 22, 2016 Project Number: 07-3022 I' SB Structures, LLC BID SUMMARY Schedule I 9,CIO, 9 q Ll o o Schedule V 7 ( 0 '7 �. G 0 Schedule VII _3;;� Cov G.(lG Schedule IX S I -7, �C'©S. 00 TOTAL BID AMOUNT 228°i UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 13 June 22, 2016 Project Number: 07-3022 SB Structures, LLC CITY OF (CENT 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: South 228th Street Grade Separation at Union Pacific Railroad Pier 2 - Bridge Shaft Construction Project Number: 07-3022 Subcontractor Name Malcolm Drilling Co. Inc. Item Numbers 1000 (Partial), 9015 (Partial), 9020, 9025, 9027, 9030 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Bob Scarsella, Member 228`' UPRR Grade Sep Pier 2 Bridge Shaft/Mad al 14 ]une 22, 2016 '.. Project Number: 07-3022 SB Structures, LLC SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: SB Structures, LLC Project Name: South 228"' Street Grade Separation at Union Pacific Railroad Pier 2 - Bridge Shaft Construction Project Number: 07-3022 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: None Proposed Plumbing Subcontractor Name: None Proposed Electrical Subcontractor Name: Totem Electric of Tacoma, Inc. Electrical _ July 12, 2016 Si gAature of Bidder ob Scarsella Date 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 15 June 22, 2016 Project Number: 07-3022 SB Structures, LLC CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination, Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 228`^ UPRR Gracie Sep Pier 2 Bridge Shaft/Madfai 16 June 22, 2016 Project Number: 07-3022 i SB Structures, LLC 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: SB Structures LLC NAME: Bob Scarsella, Member ADDRESS: P.O. Box 68847 Seattle, WA 98168-0847 PRINCIPAL OFFICE: SB Structures, LLC ADDRESS: P.O. Box 68847 Seattle, WA 98168-0847 PHONE: 253-872-6750 FAX: 253-872-7171 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. Attached 1.2 Provide your current state unified business identifier number. 602-615-583 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. Master License Attached Employment Security:333,340-00-8 State Excise Tax: 602-615-583 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). Attached 228°i UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 17 June 22, 2016 Project Number: 07-3022 i SB Structures, LLC 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 10 years 2.2 How many years has your organization been in business under its present business name? 10 years 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: N/A 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: N/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: SB Structures is an LLC. Members are: A. Don Scarsella, Bob Scarsella, Gino Scarsella, 3. LICENSING Rick Scarsefla 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Washington State: SBSTRSL947LW 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Bridge, retaining wall, all other concrete, piling, temporary shoring construction 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to It? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 228°1 UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 18 June 22, 2016 Project Number: 07-3022 i SB Structures, LLC 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. Attached 4.4.1 State total worth of work in progress and under contract: $52,330,289 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. Attached 4.5.1 State average annual amount of construction work performed during the past five years: $15,500,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Attached 4.7 On a separate sheet, list your major equipment. Attached S. REFERENCES 206-283-2000 Atlas Construction Supply, 4044 22nd Ave. W., Seattle, WA 98199 5.1 Trade References: Fastenal Co., 1101 NW State St., Chehalis, WA 98532, 360-748-4502 5.2 Bank References: Banner Bank, Eric Scroggins, 425-739-1069 800 5th Ave. Floor 36, Seattle, wA 98104 5.3 Surety: 5.3.1 Name of bonding company: Liberty Mutual Insurance Co. 5.3.2 Name and address of agent: Propel Insurance, Jim Binder, 206-948-3819 925 Fourth Ave., Suite 3200 6. FINANCING Seattle, WA 98104-1159 6.1 Financial Statement. Will be submitted upon request after award of contract After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this Information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 228"'UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 19 June 22, 2016 Project Number: 07-3022 SB Structures, LLC 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 12th day of July 2016. Name of Organization: SB Struct LLC By: A Title: Member Bob Scarsella 7.2 Bob Scarsella 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 12th day of July .g�omts IN01r 2016. Notary Public: -!' tt ' t.r, cP Patricia F. Brut _ My Commission Expires: 9/8/18 ®ems E 2281h UPRR Grade sep Pier 2 Bridge Shaft/Madfai 20 June 22, 2016 Project Number: 07-3022 i Department of Labor and Industries SB STRUCTURES LLC PO Box 44450 Olympia, WA 98504-4450 Reg: CC SBSTRSL947LW UBI: 602-615-583 Registered as provided by Law as: Construction Contractor (CCOI) GENERAL 233 SB STRUCTURES LLC Effective Date: 9/28/2006 P.O. BOX 68847 Expiration Date:10/19/2016 SEATTLE WA 991680847 i 9 This is your Washington Corporation or LLC License. This is not a Washington Business License. SS STRUCTURES, LLC C/O RICK SCARSELLA PO BOX 68947 SEATTLE HA 98168 Detach 1:010ro posting 003006 State of Washington Office of the Secretary of State Business Licensing Service Corporations Division LEGAL ENTITY REGISTRATION Unified Business ID #: 602 615 583 ti Business ID #: 1 Expires: 05-31-2027 SH STRUCTURES, LLC 8404 A 196TH ST KENT WA 98031 fl I Domestic Limited Liability Company Renewed by Authority of Secretary of State rn 111 By accepting this(1001.1inent the licensee ot;trtifios,that Infortnatfon 1: provided on the renewal was complete,true,and accurate to the it I best of his or her knowledge,and that the company will stay in uompliance with all aipipilcaldlti Washington State regulations, "firT July 12, 2016 I. STATUATORY REQUIREMENTS 1.4 STATEMENT I I I To Whom It May Concern: This statement is to certify that SB Structures, LLC has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.05(3) in the past three (3) years. Should you have any questions or concerns,please feel free to call. Sincerely, i ,....•...-mom-"' Bob Scarsella Member Y.O.Box 68847 • Seattle,WA 98168-0697 Tel: (253)872-6750 Fax:(253)872-7171 WA Lie. #SBSTRSL947LW DTIRE AS OF MAY 2016 ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE 72nd Ave. So.Ext. S. 196`h St. to 200°i St. $972,341.00 02/17 03/28/16 Contract No. 08-3004 Owner: City of Kent,400 W. Gowe,Kent WA 98032,Jason Barry,253-797-8462 jbarrvnakeruma.gov Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Construct Superstructure,Cone. Cl.4000 for Substructure, St. Reinf. Bar, Pedestrian Barrier,Percent Complete 0% West Snoqualmie Valley Rd NE(NE 80" St. to Ames Lake- $573,945.00 10/16 3/15/16 Carnation Rd NE) Contract No,99415 Owner: King County,401 Fifth Ave. 3`d Floor, Seattle,WA 98104,Jeff McCarthy,206-423-1086,jeff.mcearthy@kingeounty.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Bridge Demo., Structural Shoring, Driving Steel Pile, Superstructure, Bridge Railing,Percent Complete 0% ST2 Track Improvement Project- Easement 3 $3,154,360.45 03/16 06/29/15 Contract No. 8161 Owner: Burlington Northern &Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle,WA 98134 Chuck Moore,206-62.5-6211,Chuck.Moore@bnsf com Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Precast Cone.Bridge Sections, Steel Bridge Girders,Drive Steel Pipe Pile,Cast-In-Place Conc.,Drilled Shaft Foundation, Percent Complete 98% Mellen St.to Blakeslee Junction Stage 2 $8,045,794.00 08/16 08/05/13 Contract No. 8473 Owner: WSDOT, 1411 Rush Rd.,Chehalis,WA 98532-8721 ,Colin Newell, P.E.,360-740-8600,newelle@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle, WA 98168-0697 Contact Bob Scarsella,VP,253-872-7173, bob@scarsellabros.com Type of Work: Construct 2 Cone. Bridges, Bridge Demo, Cone. Girders,Cone. Walls, Steel Bridge Retrofit,Percent Complete 99% 1 P.O.Box 68847 • Seattle,WA 98168-0697 e Tel: (253)872-6750 e Fax:(253)872-7171 WA Lic.#SBSTRSL947LW COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Potter Rd. S. ForkNooksack River Bridge 4148 Replacement $2,738,513.00 07/16 05/12/14 Contract No.998027 Owner: Whatcom County,322 N. Commercial St., Ste. 301, Bellingham,WA 98225 Doug Burghart, P.E, 360-715-7450,dburghar@co.whatcom.com.wa.us Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob()scarsellabros.com Type of Work: Construct Bridge, Steel Reinf.Bar for Ret. Wall,Driving Cone Piling, Prestressed Cone Girders Shore Rd.to Kitchen-Dick Rd Widening $3,210,358.00 01/16 01/07/13 Contract No. 8376 Owner: WSDOT, 1707 South C Street,Port Angeles, WA 98363-7456, Jerry Moore,P.E.,(360)565-0620,mooreje a wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@scarsellabros.com Type of Work: Construct Concrete Bridges,Bridge Demo Bayside Revisions Phase III $2,446,021.00 11115 8/10/15 Contract No, 8278 Owner: Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith,206-625-6386 taylor.smiflr(c)bnsfaim Subcontractor to Scarsella Bros. Inc., P.O.Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@scarsellabros.com Type of Work: Remove/Replace Curb&Gutter,Pour Concrete Driveways SR99/W Fork Hylebos Creek-Fish Passage $20,000.00 10/15 06/01/15 Contract No. 8698 Owner: WSDOT, 6431 Corson Ave. So., Seattle, WA 98108-3445,Mike Askarian,206-768-5862,askarim@wsdot.wa.gov Subcontractor to Scarsella Bros, Inc, P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@searsellabros.com Type of Work: Wing Wall Conflict SR6,Rock Creek Bridges-Replace Bridges 6/102&6/103 $3,475,478.00 09/15 04/23/14 Contract No. 8572 Owner: WSDOT, 1411 Rush Rd.,Chehalis, WA 98532-8721, Colin Newell,P.E.,(360) 740-8600, newellc@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob(a)scarsellabros.com,Percent Complete 92% Type of Work: Construct 2 Bridges,Bridge Demo,Cone. Girders, Cone. Walls,Conc.Fascia Panel SR 532 Davis Slough Bridge Replacement Widening for Flood Prevention $3,992,416.00 08/15 08/04/14 Contract No. 8623 Owner: WSDOT, 1109 E. Hickox Rd.,Mount Vernon,WA 98274-7775, Shane Spahr,P.E.,360-757-5856, spahrs@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173,bob@scarsellabros.com Type of Work: Construct Prestressed Conc. Girder Bridge, Bridge Demo,Conc. Girders,Conc.Fascia Panel, Timber Pile Driving WW5 Re-Regulation Reservoir: Embankment Const.&Mass Exe. $102,538 11/14 06/02/14 Contract No.209407 Owner: Roza Irrigation District,P.O. Box 810, Sunnyside,WA 98944, Wayne Sonnichsen, 509-937-5141, wsonnichsen@roza.ore Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Reservoir Inlet/Outlet Structure,Drain Outlet Structure 2 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Snohomish River Bridge to US 2 Vic-Widening& Safety $15,794.613.00 10/14 06/27/11 Contract No. 8128 Owner: WSDOT, 9029 El Capitan Way,Everett,WA 98208-3637,.lanice Fahning,P.E.,425-225-8725,fahninj@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Earth Shoring,Precast Seg. Bridges, Steel Girder Bridge, Ret. Walls Coal Creek Culvert Replacement $1,284,633.00 09/14 04/08/13 Contract No. 13016 Owner: City of Bellevue Utilities,P.O. Box 90012, Bellevue, WA 98009-9012 Chris Brookes(425)452-6825,CBrookes@bellevuewa.gov Subcontractor to Scarsella Bros. Inc., Y.O. Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: C1P Concrete Culvert&Walls Sand to Lind Double Track Project $353,746.00 6/14 09/16/13 Contract No.4950 Owner: Burlington Northern&Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg,206-625-6264, donald.omsberg@bnsf.com Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@scarsellabros.eom Type of Work: Construct Bridge, Steel Piling Cunningham to MP 101.3 Double Track Project $336,265.00 06/14 09/16/13 Contract No. 4951 Owner: Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Don Omsberg,206-625-6264, donald.omsberg@bnsf.corn Subcontractor to Scarsella Bros.Inc.,P.O.Box 68697; Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Construct Bridge, Crash Walls 2013 Federal Way Downtown Sewer Trunk Upgrade-Ph. 1 $6,000.00 05/14 02/10/14 Contract No. 131170 Owner: Lakehaven Utility District,P.O.Box 4249,Federal Way, WA 98063 Tim Osborne,District PM,253-945-1592,tosborne@Iakehaven.org Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Colic.Roadway Replacement @ 320a', Federal Way,WA Deer Park/US 101 Intersection Improvement $248,013.00 05/14 08/05/13 Contract No. 1202 Owner: Clallam County,223 E. Fourth St.,Ste, 6, Port Angeles,WA 98362, Joe Donisi,PE,360-417-2404,jdonisi@co.clallum.wa.us Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: Precast Reinf. Conc.Arch Structure Middle Nemah River Bridge,Replace Bridge $3,274,857.00 04/14 06/03/13 Contract No. 8344 Owner: WSDOT,2400 Talley Way, Kelso, WA 98626,Contact: Denys Tak, 360-442-1341, takdeny@wsdot.wa.gov Type of Work: Construct Single Span Conc.Bridge,Detour Bridge, Bridge Demo,(Prime),Estimated Cost of Prime Work 50% 3 i COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Smith Creek&North River Replace Bridges $6,094,281.00 02/14 10/17/12 Contract No. 8345 Owner: WSDOT,2400 Talley Way,Kelso, WA 98626,Denys Tak,P.E.,360-442-1341, takdeny@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173, bob@scarsellabros.com Type of Work: Construct 2 Concrete Bridges,Bridge Demo, Pile Driving,Detour Bridge Lauridsen Boulevard Bridge Replacement $1,428,279.00 01/14 07/29/13 Contract No.4299 Owner: City of Port Angeles,Y.O.Box 1150, Port Angeles,WA 99362-0217,JiinMablum,P.E.,360-417-4701,jmahlum@cityofpa.us Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella,VP, 253-872-7173,bob@,scarseIlabros.com Type of Work: Bridge Demo, Construct Bridge,Concrete Fascia Panel Totem Lake Twin 42"Culvert Replacement $357,948.63 10/13 05/13/13 Contract No.213 Owner: City of Kirkland, 123 Fifth Ave., Kirkland,WA 98033,Noel Hupprich,P.E.425-587-3829,Nhupprich@kirklandwa.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob(c_?scarsellabros.com Type of Work: Sheet Pile Installation M Street SE Grade Separation $3,263,100.00 07/13 02/21/12 Contract No. 1101 Owner: City of Auburn,25 W. Main St., Auburn, WA 98001-4998,Ryan Vondrak,253-931-3086, rvondrak@aubumwa.com Subcontractor to Scarsella Bros. Inc.,P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, 253-872-7173, bob@scarsellabros.com Type of Work: Railroad Bridge, Walls NE Novelty Hill Rd.,Phase 1 $2,257,593.00 03/13 03/28/11 Contract No. 52510 Owner: King County,401 Fifth Ave. 3`d Floor,Chinook Bldg., Seattle,WA 98104 Wes Chin, 206-423-1061,wes.chin@kingcoumy.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: 3 Precast Bridges, Concrete Fascia Walls Sultan Basin Road Phase III $59,080.00 07/12 05/07/12 Contract No. 6824 Owner: City of Sultan,319 Main St.,#200,Sultan, WA 98294,srichard@whpacifie.com Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella,253-872-7173,bob d)scarsellabros.com Type of Work: Temp. F,arth Shoring, SEW Barrier I-5,Portland Ave. to Port of Tacoma Rd-NB IIOV Stage $5,459,036.00 07/12 07/07/10 Contract No. 7946 Owner: WSDOT,7912 Martin Way, Suite E, Lacey, WA 98516-5703,uhlmeyn@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@scarsellabros.com Type of Work: Bridge Work,Retrofit,Retaining Walls,Column Jackets 4 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COM PLETION DATE START DATE Sylvester Road Bridge#1052A $2,880894.00 02/12 07/14/11 Contract No.61711 Owner: King County,401 Fifth Ave.,3rd Fl.,CNK-ES-0340, Seattle, WA 98104 Contact: Jeff McCarthy, 206-423-1086,jeff.mccarthy@kingcounty.go Type of Work: Post Tensioned Girder Bridge, Demo Existing Bridge, (Prime)Estimated Cost of Prime Work 60% So.Kingston Rd NE/Carpenter Creek Bridge @ MP 3.70 $1,972,829.00 02/12 06/20/11 Contract No. 1573 Owner: Kitsap County,614 Division St.,MS 26,Port Orchard, WA 98366-4699 Contact: Jonathon Brand,P.E. 360-337-7121,jbrand@co.kitsap.wa.us Type of Work: Bridge Replacement,Tempo.Bridge,Bridge Demo.,(Prime)Estimated Cost of Prime Work 50% Southcenter Parkway Extension $78,782.00 01/12 11/14/11 Contract No. 2508 Owner: City of Tukwila, 6200 Southeenter Pkwy.,Tukwila, WA 99188,tsymbol@kbacm.com Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173, bob@scarsellabros.com Type of Work: Inlet Structure Sail River Bridge Replacement $2,852,990.00 04/12 04/25/11 Contract No. P16101 Makah Indian Tribe, P.O. Box 115, Neah Bay,WA 98357 Contact: Greg Stidham(Parametrix,Consultant),253-863-5128,gstidham@parwnetrix.com Type of Work: Bridge Replacement,Temporary.Bridge,Bridge Demo., (Prime)Estimated Cost of Prime Work 60% SR 522,US 2 Interchange Flyover Ramp $3,218,846.00 12/11 07/06/10 Contract No. 7938 Owner: WSDOT, 9029 El Capitan Way, Everett, WA 98208-3637, ahmadia@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173,bob@scarsellabros.com Type of Work: Steel Girder Bridge,Concrete Retaining Walls SR 542,Gallup Creek Bridge Replacement $830,641.00 10/11 05/07/10 Contract No. 7911 Owner: WSDOT,460 Stuart Road, Bellingham, WA 98226-1204,darnitic@wsdot.wa.gov Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work:Bridge Replacement,Temp. Bridge Installation,Bridge Demo. Tolt River Bridge Improvements on Snoqualmic Valley Trail $1,038,836.00 10/11 04/04/11 Contract No. 55110 Owner: King County, 201 S. Jackson St., Room 700, Seattle, WA 98104, Contact: Chris Erickson,206-263-0445,cluris.erickson@kingeounty.gov Type of Work: Demo Timber Bridge,New Concrete Girder Bridge,(Prime)Estimated Cost of Prime Work 60% Wa'atch Bridge Replacement $2,499,394.00 09/11 09/10 Contract No.P 16102 Owner: Makah Indian Tribe,P.O.Box 115,Neah Bay, WA 98357 Contact: Greg Stidham(Parametrix, Consultant),253-863-5128, gstidham@parametrix.com Type of Work: Bridge Replacement,Bridge Demo.,(Prime)Estimated Cost of Prime Work 60% 5 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Lateral Improvement Projects, Winter2010-2011 $130,016.00 05111 10/10 Contract No. 10-002 Owner: Sunnyside Valley Irrigation District(SVID), P.O. Box 239, Sunnyside,WA 98944, Donald Schramm,P.E., (509)837-6980 Subcontractor to Scarsella Bros. Inc.,P.O.Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella,VP,253-872-7173,bob@scarsellabros.com Type of Work: Cast-In-Place Concrete Headwalls Lincoln Avenue Grade Separation $6,679,343.87 03/11 10/09 Contract No. 68036 Owner: Port of Tacoma, P.O. Box 1837, Tacoma,WA 98401-1837,Trevor Thornsley,253-383-5841,tthornsley@portoftacoma.com Subcontractor to Scarsella Bros. Bic.,P.O. Box 68697, Seattle,WA 98168-0697 Contact: Bob Scarsella, VP,253-872-7173,bob@scarsellabros.com Type of Work: 7 Span Precast Girder Bridge, CIP Walls& Slabs,Pile Cap 6 CTURES 4. EXPERIENCE 4.6 Construction Experience of Key Individuals: The following is a list of SB Structures, LLC's supervisory work force, along with their current position/experience and current commitments that may be valuable for the work on the South 228t' Street Grade Separation at Union Pacific Railroad—Pier 2 Bridge Shaft Construction project(Project No. 07-3022). 1. Don Scarsella, Member 44 Years experience, current project commitment 5-7 projects. 3. Robert Scarsella, Member 39 Years experience, current project commitment 5-7 projects. 4. Richard Scarsella, Member 34 Years experience, current project commitment 5-7 projects. 5. John Smith, General Manager 32 Years experience in bridge construction and shoring. 6. Loch Louman, Structures Engineer 27 Years experience in bridge construction and shoring. P.O.Box 68847 ^ Seattle,WA 98168-0697 - Tel: (253)872-6750 m Fax: (253)872-7171 WA Lie.#SBSTRSL947LW "TUTES Major Equipment List City Description gty Description Bridges Pickups 1 Steel Work Bridge 1 Ford F350 CrewCab 2x4 Gas Pickup '.. 1 Ford F150 2x4 Pickup Beams 1 Ford F150 Superduty 4x2 Pickup '.. 24"Steel Beams 2 Ford F250 Super-Cab 4x4 Superduty Pickups L. 1 Ford F350 Pickup Cranes 3 Ford F350 4x4 '. 1 Grove RT745 45 T Rough Terrain Crane 1 Ford F350 Superduty 1 Komatsu CC50S RT Crane 1 Ford F150XLT 4x4 '.... 1 Grove RT860B 60 T Crane 1 Ford Explorer 1 Link Belt 218 HSL Crawler Crane 7 Ford F250 4x4 Pickup 1 Link Belt HC-78B Truck Crane 1 Ford F450 Superduty 1 Link Belt HC-238 Truck Crane 1 Ford F450 F/B Truck 1 Link Belt L5108H 50 T Crawler Crane 1 Chevrolet Express 1 Link Belt RTC-8060 60 T Rough Terrain Crane 1 Ford F450 Superduty 12' Flatbed Truck 1 International 7400 Boom Truck w/National 26T Crane Boom Trucks 3 Sterling LT501 w/Terex BT4792, 23 T Cap. Tractors 1 International S2600 2/National 600B, 19 T Cap. 2 Sterling AT9513 Tractors Trailers Trailers 1 Wabash Flatbed Trailer 1 Olympic Tiltbed 40'Trailer 2 Calkin Boat Trailer 1 Transcraft 48' Flatbed Trailer Boats Forklifts 1 Fish Pie Boat Hull 1 Gradall 534D9-45 Telescopic Forklift 1 Boston Whaler Boat 1 Gradall 534D9-45 Forklift 1 Ingersoll-Rand VR1056C Forklift 2 Ingersoll-Rand VR843 Forklift 1 Caterpillar TH83 Forklift 1 Caterpillar TL105S Forklift P.O.Box 68847 • Seattle,WA 98169-0697 • T61: (253)872-6750 • Fax: (253)872-7171 WA Lic.#SBSTRSL947LW SIB Structures, LLC PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within thirty (30) 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 1 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: July 12, 2016 SB Structu s LLC NAMEOF DE S' nature of Authorized Representative Bob Scarsella, Member (Print Name and Title) P.O. Box 68847 Address Seattle, WA 98168-0847 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 21 June 22, 2016 Project Number: 07-3022 f i BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SB Structures LLC as Principal, and Liberty Mutual Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for South 228°h Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction/Project Number: 07-3022 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 12th DAY OF July 2016. SB Strm u P NCIPAL Liberty Mutual Insurance Cc Garry SURETY Karen C.Swanson Attorney,:in-Fact 20 Received return of deposit in the sum of 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 22 June 22, 2016 Project Number: 07-3022 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. f This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.9387058 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company i I POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of '.. the State of New Hampshire;that Liberty Mutual Insurance Company is corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company j Is a corporation duly organized under the laws of the Slate of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name;constitute j and appoint, Aliceon A.Keltner Actuates M.Richie Barbara A.Johnson Brandon K.Bush;:Brent E,Heilesem Carley.Espiritu;Christopher Kinyon; l l Cynthia L.Jay Diane M. Harding; Eric:A.Zimmerman;James B.Binder Jamie Deemer Jon J.Ola'Julle R.Truitt;Karen C.Swanson Kristine A. Lawrence Kyle J.Howat'Mitchell R.Smee,Peter J..Comfort .all of the city of.Tacoma state of WA each Individually if there be more than one named;its true And lawful allomey-in-fact to make,execute seal acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings bonds,recognizances and other surety obligations in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed-by the president and attested by the secretary of the Companies in their own proper persons, : IN WITNESS WHEREOF this Power of Atlomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed I thereto this eth. payer .June , :2016 1 Nr1 c .v Nsr, Ns „ H hso. American Fire and Casualty Company ( a I ", ��I,�q oaan� v o ,,,��a� r e�" �u� The Ohio Casualty Insurance Company �" Liberty Mutual Insurance Company d F e r` r 1906 0 1919 j ,3 0 7otz r 199t WestAmerican Insurance Company to to e :STATE OF PENNSYLVANIA as Dowd M.Care ,Assistant Secretary �: lyCOUNTY OF MONTGOMERY c m j ti:.rn On this slh day of June 2016 before me personally appeared David M, Carey, who acknowledged himself to be the Assistant Secretary of American:Fire and O UH o y Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance:Company,and that he as such being authorized so to do, TW p M execute the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ro E. d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written O 0. IW R a,, by COMMONWEALTH OF PENNSYLVANIA QCDt'— rti Teresa Pnstella,Notary Public By; C G ` PymouthTwp MontgomeryCounty Teresa Pas[ella,Notary Public 0)My Commission Expires March 2a,2017 3OMenNer Pennsylvania Aesocaimn of Notanas O0We m This Powerof Attorney is made and executed pursuarity of the following By-laws and Authorizations of American Fire and Casualty Company The Ohio Casualty Insurance in I ai Y Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: s. im�. .ARTICLE IV-OFFICERS-Section 12 Power ofAttorney.Any officer or other official of the Corporation authorized for that purpose in writing bythe Chairman or.the President,and subject O C ?JS to such limitation as the Chairman or the President may prescribe,shall appoint such allomeys-in-fact as may be necessary to act in behalf of the Corporation to make execute,seal, O c .acknowledge and deliver as surety any and all undertakings,bonds,recognizances.and other surely obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E.ai powers of attorney,shall have full power to bind the Corporation.by their signature and execution of any such instruments and to attach thereto the seal of the Corporation, When so (p` executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >o I,O T the provisions of this article may be revoked at any time by the Board the Chairman,the President or by the officer or officers granting such power or authority..:. v yL fV n3. ARTICLE All-Execution of Contracts SECTION 5..Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president E 0? > and subjectto such limitations as the chairman orthe president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to actin behalf of the Company to make,execute L M. O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c oo Z ca respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. O 1: Certificate ofDesi nation—The President of the Company,actin pursuant to the$ laws of the Company,authorizes David M.Carey,Assistant Secretary too appoint such attorneys-in- fact ~ g - _ 9P YY -_,., Y PP ' : as may be necessary to act on behalf of the Company to make execute,seal,acknowledge and deliver as surety any and all undertakings bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified:copy Crecy power of attorney issued by the Company in connection with surety bonds shall be valid and binding upon the Company with '.. .the same force and effect as though manually affixed I,Gregory.W.Davenport,the undersigned Assistant:Secretary,of American Fire and Casualty Company The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and pprrect copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked , €€{{�� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this--y` day of ?�^n-. 20 . PN➢CA Sp �tY INSp �tNSiq HINSbq '/ i Q0 px k�9�� yJ�PVOP4 F�9� tiO�,iNONgtf�rE 4�a�fPOMJ,a�' S s 19(16 o t919 m 1912 ° 1991 By: Gregory W Davenport,Assistant Secretary ��iZ�,m`nMr��h�� 3yhYLnfnesrR�dr n�%U�,KEP b� � ,n � 368 of 800 LMS 12873_122013 SB Structures, LLC 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. South 228th Street Grade Separation at Union Pacific Railroad Pier 2 Bridge Shaft Construction Project Number: 07-3022 NAME OF PROJECT SB Structures, LLC A E OF R' RM Bob Scarsella, Member SIGNAT E OF AUTFIORIZED RE RESENTATIVE OF BIDDER 228`h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 23 June 22, 2016 Project Number: 07-3022 SB Structures, LLC This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter ## 11 2, 3, etc.] NAME OF CONTRACTOR: rinsert Comoanv Name] ("Contractor" CONTRACT NAME & PROJECT NUMBER:rinsert Name of Original Contract & Project #, if applicable ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2281h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 24 June 22, 2016 Project Number: 07-3022 i SB Structures, LLC Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its___ Public Works Director (title) (title) DATE: DATE: 2281" UPRR Grade Sep Pier 2 Bridge Shaft/Madfal 25 June 2.2, 2016 Project Number: 07-3022 i SB Structures, LLC APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 22811 UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 26 lune 22, 2016 Project Number: 07-3022 i i SB Structures, LLC BIDDERFS CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name.................... 0 Orderof Contents ................................................................................ 0 Invitation to Bid .................................................................................. El Contractor Compliance Statement ....................................................... 0 Date............................................................................................ 0 Have/have not participated acknowledgment ............................ 171 Signature and address................................................................ 0 Declaration - City of Kent Equal Employment Opportunity Policy..,..... 0 Dateand signature..................................................................... AdministrativePolicy........................................................................... Proposal .............................................................................................. 0 First line of proposal - filled in ................................................... Unit prices are correct................................................................ El Minimum bid prices are correct .................................................. El Subcontractor List (contracts over $100K).......................................... 0 Subcontractorslisted properly ................................................... El Signature.................................................................................... 0 Subcontractor List (contracts over $1 million) .................................... El Subcontractors listed properly ................................................... 91 Date and signature..................................................................... El Contractor's Qualification Statement................................................... 0 Completeand notarized.............................................................. 0 Proposal Signature Page..............................................-...................... 0 AllAddenda acknowledged......................................................... 0 Date, signature and address....................................................... O Bid Bond Form ..................................................................................... El Signature, sealed and dated ....................................................... 0 Power of Attorney ...................................................................... El (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form................................................................. ID Signature.................................................................................... 0 Change Order Form.............................................................................. 121 Bidder's Checklist.......................................................... ..................... 0 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT '... To be executed by the successful bidder AFTER COMPLETION of this contract. 228`h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 27 June 22, 2016 Project Number: 07-3022 PAYMENT AND PERFORMANCE ROOD �6 O TO CI I�TE �� N`� Bond No.023036821 j KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SB Structures LLC as Principal, and _Liberty_Mutual Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 912,323.00 _, 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 South 228eh Street Grade Separation at union Pacific Railroad - Pier 2 Bridge Shaft Construction/ Project Number: 07-3022 (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 narne 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. 2281" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 28 June 22, 2016 Project Number. 07-3022 f TWO WITNESSES: SBstructuresLLc 9 PRINCIPAL (en cipal' ame ve r` B Scarsella Shelly Williams TITLE: Member DATE: 08/19/2016 DATE: 08/19/2016 i n u [ ( tiCY CORPORATE SEAL: Julie Printz PRINT NAME DATE: 08n9/2016 Liberty Mutual Insurance Company SURETYr, I ,< CORPORATE SEAL: BY: Aliceon.gj!, eijner DATE: 08/19/2016 TITLE: Attorney-in-Fact 11, ADDRESS: - 1001 4th Avenue, Suite 1306' Seattle,WA 96154 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY I 2261" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 29 June 22, 2016 Project Number: 07-3022 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authorlty to bind the Company except in the manner and to the extent herein stated. J Certificate No. 7aa1691 j American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casually Insurance Company West American Insurance Company i POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company.and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmencan Insurance Company 1 '... is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A. Keltner Annelies M RichiO''13 a arbor,A Johnson-Brandon K. Bushi:Brent E.Heilesem Carley Espiritu;Christopher Kinyon; Cynthia L.Jay; Diane M. Harding;Eric A.Zimmerman; Heather L..Allen James:8 Binder;Jamie Diemen;Jon J.Oja,"Julie R.Truitt; Karen C.Swanson; Kristine A.Lawrence;Kyle J.Howed;,Mary S. Norrell;Mitchell R.Smee,Peter Jr£omfort l all of the,city of Tacoma state of WA 'each individually if there be more than one named,its free and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed;.any and all undertakings bonds recognizances and other surely obligations Inpursuance of these presents and shall I be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own:proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this nth dayof August 2016 American Fire and Casualty Company a pN1 i �'H ��11NSp�,9 Jl`�eya osq P��F1©aRe .The Ohio Casualty Insurance Company. in S s ry S Liberty Mutual Insurance:Company a 1906 0 0 1919 0 g` 9 191z g 1991 a West American Insurance Company = � aYyb C STATE OF PENNSYLVANIA as David M Carey;Assistant Secretary R COUNTY OF MONTGOMERY :C tio :On this 4th :da of August 2015 before me personally appeared David M. Carey, acknowledged himself to be the Assistant Secretor of American and qj m y P Y PP Y 9 Y O}, O ey Casually Company,Liberty.Mutual Insurance Company,The Ohio Casualty Insurance Company,and WestAmerican Insurance Company,and that he,as such;being authorized so to do W G 0 m execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L E N > IN WITNESS WHEREOF I.have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above.written O Qi r{y pp COMMONWEALTH OF PENNSYLVANIA O �gP 5T6 /F� Q M! .0 Q, rMoawa ! Notarial seal w M 'D r`v �s Teresa Pastella,Notary Public By: �������-� O OW of .Plymouth Twp Montgomery County Teresa Pastella,Notary Public 4/C L q My C mmiss on Cxpires March 28 2019 10 dj O y M1'SVWP��' Member Pi,rr,lvanaAssacalion or Nolanes O EI p�. �gpUoy e co This Power ofAtforney is made and executed pursuant to and byauthority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance ;rn p' 4)„`, Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: L rn' m 4) ARTICLE IV-OFFICERS-Section 12 Power of Attorney.Any officer or other official ofthe Corporation authorized for that purpose inwriting bythe Chairman orthe President,and subject O.CI to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal .�'.d' O C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective y^ powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation..When so mi w` executed;such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >a ,O T the provisions of this article may be revoked at any time by.the Board,the Chairman the President or by the officer or officers granting such power or authority.; L .M c ARTICLE X111-Execution of Contracts-SECTION 5 Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president Y2 and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact;as may be necessary to act in behalf of the Company to make,execute, M p o seal;acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such.attorneys-in-fact subject to the limitations set forth in their p m 2 O respective powers of attomey,shall have full power to bind the Company by their signature and execution of any such Instruments and to allach thereto the seal of the Company..When so 0 0 executed such.instruments shall be as binding as.if signed by the president and attested by the secretary. 0—. Certificate of Designation-The President of the Company,actin ursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such adorns s-m 99P YY ry PP Y � fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings bonds,recognizances and other surety obligations. I Authorization-By unanimous.consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned Assistant Secretary,of American Fire and Casualty Company,The Ohio Casually Insurance Company Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of aftomey of which the foregoing is a full,true and cofrect copy of the Power of Attorney executed by said j Companies,is in full force and effect and has not been revoked. 1N TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this Lfclay of A"'.fi..� c+olnr <v iNso Uwspa ewsoq - ry �3owo,wrF�g7� ��onew m-�7 1v�ynvua o�cm 9e.fix��.�� !i 1906 0 0 19i3 o T 1972 1991 a By: s x g a Gregory W,Davenport,Assistant Secretary �Zb ea�¢di d�•p 9`9�aa �/��?�rnou,T � in � i 1 I 250 of 800 i LMS 12a7$ 122n13 i CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SB Structures, LLC organized under the laws of the State of Washington located and doing W business at 8404 S. 196th Street, Kent, A. ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: y 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: South 228'h Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction/Project Plumber: 07-3022 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 2016 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 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within thirty (30) 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 all the work provided for in the Contract, except where the specifications allocate that responsibility to 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. 228`h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 30 June 22, 2016 Project Numbers 07-3022 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 arnended. 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. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 3 1 June 22, 2016 � Project Number: 07-3022 CITY OF KENT ,.ySUZETTE COOKE, MAYOR DATE: ATTEST: SUE HANSON, INTERIM CITY CLERK APPRpVED,AS T fFORM: t�k%? KENT LAW DEPARTMENT CONTRACTOR BY: PRIN AME: Bob 5carsella TITLE: Member DATE: Ell I/I(a 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 32 June 22, 2016 Project Number: 07-3022 Y '�(`rT^�Tro CCS-'C5'rC- C 'CZw n�CfR„�„i°,���fP„���ilt�r„'GTA{.ff.C,C.C.Srt�. nn'� t.,rr-tL. w -.� ♦ .-..nv-s=n�-7rriT.' ....-.,.,I.r`a=�°'-,SUT5ADC1'yPfLxZ�COT".j 1-.1—a lT CrtE-t'�fte f f r f £."S'�-'nv'cnr v,'Jcov-i'iTy im.cn-aavmc�nTrrrc-s-vr-rroc-r�`�-crra-rr n"••r-f3i-rvrz' 1.-.F M,. AeA d I e F a 1'YBCr'4i'J �.r! F O CTYi. `A-L= ii u�' Fri vvr ITT�J sro�cini'nrn-ccrnpTccrvi^rvi uTc, c"ice --le GanrirneFelal General Liability i IrI f�>�1 pa�v JT'11 C-..+ .» «..'n�ET.e .•. AF.at94�➢$s'i'ISdd %i'9°'.. .-_.� ......@a.'Y'KG�»a.m,». 'e_� _ev ®v s_•. ®+A ^sn a as °a s nr s. ._. sw..em..� .1..,.,..�<.rg f m.s9 ee>am en ram.+emY.v en.n4 4`,m ubL � 61.e•m h:m«._ ' 8`YSCES .~9Si3 Tel� '. f DTI-fC.�xhl riYV"�1 RT ... r �"G9=Y"Pry'9LY{�Z�ITTti�.�C.1�EC."m✓Z7l'fi1-'G ....,,II e rJ�� by 61-. T u nbr i T �. s, II..N T}�Li�rCTtt T'U[l'CG C�1§d'19tT1 t°& �R5N'�63 t96i Ti^rsui-arzc^-^c-`n�rr,i:- .r 't3..... 'trh T w Ji?Rf t iL7C'ZP'["iC4TTl-P'YILI"lTITiTITtQTTY - f f u-F�`�'Gcc-cni�.�rc�nT=res-rri-rrr�—ezq'g-i=2gcrc�rr-�icrcrccruT-ra-con-rarcf-ccT 228'h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 33 July 11, 2016 Project Number: 07-3022 T;- rc�-fn sa l�3' '"tM-Fgrtt3l�ttl -K'F}'�fi�?.�nY�:_-rfr�Yr�ar c2rrir/-v�"--crC-cl=rcnr=sc.�-cE+ti-3n�mn/�rcmvv'`d'n`ry �:-Tii2-afro^rm�n.cor..i-r�",rcrrairi�^-��cav:.rcrgA;�r�-.c�7Ti-�T-i iar�'--rtr dHi?R£'2-'Gsa'-YE�f1E'Ei n%-ck�r:rr-�rn-r�cozTt�3'EC "fJCti-m-ttY . IL I as Fespeeta-&ei�k vri.ni cunti-cravi and a evpy-.7rm�2rzcEr"ir`":acin Ecn� 1-he r'a, -„AAZ1 ;nra! + ! ht `4;{33 -�f-t$-2a �'Su-r>-✓V'S'o*'$ugrTc { r ragents, p4e-s-e�r- he vr'�r'�a crr�c-rcy-v"vuz'dcur,i"ryE E�s a yianiScti^-ct'irutc s, aFiIA feF ( P �t-F2- t3-- 32 ,-- fi' -SBtcr u-`'r`arac 228°" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 34 July 11, 2016 '.. Project Number: 07-3022 i ��sel xr�vremcc-r aEccr-'vnrr-tt' oi vc-r -mcm n ccr�rc�c'ac�� 'Sy`�avrc�t-erhE�-FR�I-ici-m'rcrrtZ.s in,a za ev p`y`�rcnc. a GsFiimn 1 G n ,1 'rs=rsni,-cam-cTrai`rr�„w, .•�ccric-t�-�?e-,�i+�&+��?+e-�li�f'�c,��rrlrr�-crarv�rcT-a-r H-�hI'+" nnrrt;—lirsrr�v 'c.-:vnrrrrcrrcc n-rciri-ram cr��cr.-or-'�'rr2� sri S-crvEFrihucr.-o� ., �vncicrGi—:n rnrr '.. rrc�=:Tn—cr-*cce-rt-ru ccIIr- 2281h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 35 July 11, 2016 Project Number: 07-3022 EXHIBITA CONSTRUCTIONINSURANCE REQUIREMENTS FOR Insurance The Licensee's (City of Kent is the Licensee) Contractor (hereinafter, 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. Commercial general liability (CGL) with a limit of not less than $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000, CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). I 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 the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. 2. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less 52,000,000 for each accident. The policy must contain the fallowing 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 the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. • Motor Carrier Act Endorsement - Hazardous materials clean up (MCS-90) if required by law. 3. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: 228kh UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 36 July 11, 2016 Project Number: 07-3022 � � • Statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. w Employers' Liability (Part b) with limits ofatleast $SOO,8U0 each accident, �508/000 disease policy |innit $500/UOO each employee. • If the Contractor is self-insured, evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out ofthe U. S, Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, ifapplicable, 4^ Railroad Prmteotlixre Liability insurance. The Contractor shall maintain Railroad � Protective Liability insurance written U0 ISO occurrence form CG 08 35 1204 (or a Substitute form providing equivalent coverage) on behalf of Railroad as narned � insured/ with a !|rnitofnot less than �2/000/008 per occurrence and an ! aggregate nf $G,O0U,88O. A binder stating the policy is in place DAV3t be � � submitted to the City Vf Kent and the Union P6Ci§C k8i|nuad before the work may be commenced and until the original policy iu forwarded tnRailroad, S. Umbrella or Excess insurance. lf the Contractor utilizes umbrella orexcess policies, these policies must "follow form" and afford no less coverage than the primary policy. 6. Pollution Liability insurance. Pu||ub0k Liability {overage must be included when the scope of the work 8s defined i3 the Agreement includes installation, temporary storage, or disposal of any 'hazardous" material that is injurious in or upon land/ the atmosphere, 0r any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability � Coverage Form Designated 5iiesCG 08 39 12 04 (ora substitute form providing equivalent liability CUverag8)/ with limits ofatleast $5,0O0/080 per occurrence and 3n aggregate limit nf �10O00U08 / ` / / � | if the scope Uf work ao defined in this contract includes the disposal ufany � hazardous or non-hazardous materials from the job site, the Contractor shall furnish to the City of Kent and the Railroad evidence of pollution legal liability insurance maintained hythe disposal site operator for losses arising from the insured facility accepting the materials, with coverage in nnininourn annountsof $1,000'000 per loss, and an annual aggregate of $2,O08/G8O. 113, Other Requirements 7� All po|icy(iee) required above (except business automobile, worker's compensation and employers liahi|ity\ must include the City of Kent and the Union Pacific Railroad as "Additional Insured" using ISO Additional Insured 22umupnu Grade Sep Pier z Bridge Shaft/Madfai 37 July 14u016 Project Number: 07'3022 | � EndorserneOtCQ 20 26/ (or substitute fUrm(S) providing equivalent coverage). The coverage provided [v Railroad auadditional insured shall not be limited by the Contractor's liability under the indemnity provisions of this Agreement. BOTH THE CITY 8FKENT AND UNION PACIFIC RAILROAD EXPECT THAT THEY WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE 8Y OPERATION DF LAW UNDER ISO ADDITIONAL INSURED FORM [G2U26. & Punitive damages exclusion, if any, rDUyL be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not |8u/fU|ly 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 i be performed. ' 9" The Contractor waives all rights against the City OfKent, the Union Pacific Railroad and its agents, officers, directors and employees for recovery uf damages Lothe extent these damages are covered by the workers compensation and employers liability orcommercial umbrella or excess liability insurance obtained by required by this agreement. 10. Prior to commencing the work, the Contractor shall furnish the City of Kent and the Union Pacific with certificate(s) of insurance, executed by duly authorized representative of each {nSUrar/ showing compliance with the insurance requirements in this Agreement. 11" All insurance policies must bewritten by reputable insurance company � acceptable t0 the City of Kent and the Union Pacific Railroad or with a current ' Bmot'u Insurance Guide Rating 0f A- and Class VIIur better, and authorized 00d0 � hUSiO8sS i8 the State/S\ in which the work istu be performed. ROE8807O2 Form | Approved, /\VP-Law. 12^ The fact that insurance is obtained hy the Contractor will not be deemed to release or diminish the liability of the Contractor including, without limitation, liability under the indemnity provisions nf this Agreement. Damages recoverable by the City uf Kent and the Union Pacific Railroad from the Contractor orany third party will not be linnited by the amount of the required insurance coverage. 13. The Contractor shall include all subcontractors a3insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall b* subject tO all Of the same insurance requirements 3Istated herein for the Contractor. � � ! lZxmVPRK Grade Sep Pier 2 Bridge ShaM/Modfai 38 July 11, 2U16 Project Number: 07'3V2Z Client#: 111013 8CARBROS4 ACORD,., CERTIFICATE OF LIABILITY INSURANCE DA DOIYYYY) 81261225/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INF 8RMATION ONLYAND CONFERS 40 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 D TAcr Sharnel Di Vona NAME: Propel Insurance PHONE LAIC Na xn:253.310.4047-- Are No _ ' 866.577.13?6 . B : Tacoma Commercial Insurance e.MAiL ADDRESS; rnel.Uivona@propelinsuranco.com 1201 Pacific Ave, Suite 1000 - - INBURERIS)AFFORDING COVERAGE _ NAIC fl. . Tacoma,WA 98402 _ _ _ INSURERA;LlbeYty Mutual Fire Ins Co 123035 INsuden INSURER e:Navigators Specialty Insurance 36056 SIR Structures, LLC The Ohio Casualty Insurance Co 24074 PO Box 68847 INSURER C: Y _- - - '. INsuRERV;Axis Surplus Insurance Company 26620 ,. Seattle,WA 98168.0847 )NSURERE;Allied World Assurance Company _ 19489 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 CF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. UNCR _ ADDL SUB _ POLICY EpF POIp EXP R TYPE OF INSURANCE INSR kND POLICY NUMBER MMIDDIV Y),,MMIDO YYY MITS A GENERAL LIABILITY X X TB2Z91454734106 05f0112016 05/01)2017 EACH OCCURRENCE $1 D00000 X COMMERCIAL GENERAL LIABILITY PREMISES EeaNrcrurcen,a _ $1 000000 CLAIMS-MADE a OCCUR MED EXP An one person) $5 000 _ X BI/PD Ded:$15,000 PERSONAI.FADV INJURY 81,000000 X1 LC 04 43 05112 GENERAL AGGREGATE 32,000 000 GENT AGGREGATE LIMIT APPLIES PERT PRODUCTS-COMPIOP AGG $2000;000 POLICY X T C- LOS __ $ "- COMBINEDSINGLE MIT A AUTOMOBILE LIABILITY X X AS2Z91454734036 05/01/2016 05f01/201 Eaacclgen0 1,000000 ( L __ X ANY AUTO BODILY INJURY(Pa rpors.r) $ ALL OWNED CCHEOULED BODILY INJURY(Per sccldenl) $ AUTOS AUTOS - - NON-0VvNEO PROPERTY DAMAGE $ X HIREDAUTOS NX AUTOS Permeldant),X 0840707/13 CA204810113 B UMBRELLA UAB X occuR X X SE16EXC7496231C 0510112016051011201 EACHOCCURRENCE $30000D0 X EXCESS LIAB ICIAIMS-MADE AGGREGATE $3,000000 DED I X RETF,NTION$n/a $ A WORKERS COMPENSATION TB2Z91454734106 05/01f2016 D5I01/201 VrCSTLTU- OrH- AND EMPLOYERS'LIABILITY ANY PROPRIETOPoPARTNERIFXECUTIVE YIN WA STOP GAP ONLY E.L.EACH ACCIDENT $1 0D0,D00 OFFICERIMEMBEft EXCLUDEn7 NIA (Mandatory In NH) E.L DISEASE-EA EMPLOYEE $1 000000 If yes,deserpe under SCRIPTION OF OPERA HONS belew_ F..L_DISEASE-POLICY LIMIT S1,000,000 DE ,. C Excess Liability X ECO1756620162 06101/2016 05/01/201 I $5,000,000(X of$6mm) D Excess Liability X ELU793928012016 05/01/2016 051011201T $2,000,000(X of$3mm) E Contr.Pollution X 03083387 05101/2015 05/01/201� $3,000,000/$25 000 Died, DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(Attach ACDRD 101,Addltlonal Remarks Schedule,It more space Is requl ed) RE:07.3022-South 228th Street Grade Separation at Union Pacific Railroad-Pier 2,Bridge Shaft Construction. City of Kent and Union Pacific Railroad Company Property are included as an additional insured per the attached forms and/or endorsements. CERTIFICATE HOLDER CANCELLATION CIt Of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE- City EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West GOWe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE &! / TI 01988-2010 ACORD CORPORATION,All rights reserved. ACDRD 25(2010/05), 1 of 1 The ACORD name and logo are registered marks of ACDRD #S2345840IM2199148 SXH.00 This page has been left blanlc intentionally. Ii Policy Number Issued by THIS ENDORSEMENT CHANGES.TEE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2, Non-Owned Watercraft Extension Item 3, Damage To Premises Rented To You -Expanded Coverage Item 4. Bodily Injury To Co-Employees Item 5. Health Care ProfessionaisAs Insureds Item 6, Knowledge Of Occurrence Item 7. Notice Of Occurrence Item 8. Unintentional Errors And Omissions Item 9. Bodily Injury Redefinition Item 10, Supplementary Payments—Increased Limits Item 11, Property In Your Care, Custody Or Control Item 12. Mobile Equipment Redefinition Item 13. Newly Formed Or Acquired Entities Item 14. Blanket Additional Insured Where Required By Written Contract Lessors of Leased Equipment Managers or Lessors of Premises Mortgagees,Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 15, Blanket Additional Insured—Grantors Of Permits Item 16. Waiver Of Right Of Recovery 6y Written Contract Or Agreement Item 17. Other Insurance Amendment Item 18, Contractual Liability -Railroads Item 1. Reasonable Force Exclusion a. of Section I -Coverage A- Bodily Injury And Property Damage Liability is replaced by the following: a, Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I - Coverage A- Bodily Injury And Property Damage Liability Is replaced by the following: (2) A watercraft you do not own that Is: LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. i (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You - Expanded Coverage A. The final paragraph of 2. Exclusions of Section I - Coverage A- Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n, do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion Including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of Insurance applies to this coverage as described in Section III - Limits Of Insurance. B. Paragraph 6. of Section III—Limits Of Insurance is replaced by the following; 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we Will pay under Coverage A for damages,because of"property damage" to any one premises, whilg,lented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a, of the definition of"insured contract'in Section V—Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that Indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an 'Insured contract'. D. The paragraph Immediately following Paragraph (6) of exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, Including the contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2. of Section 11 -Who is An Insured Is amended to include: Each of the following is also an insured: Your supervisdfy bf,management "employees" (other than either your "executive officers" (If you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company)) are Insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to "bodily injury (1) To you; (2) To your partners or members (if you are a partnership or joint venture); LC 04 43 0512 ©2012 Liberty Mutual Insurance.All rights reserved. Page 2 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or 'volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company)) or"volunteer workers" are insureds while in the course of their employment or while performing duties related to the conduct of your business for a Good Samaritan Act that results in"bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation In any recreational activities sponsored by you). A Good Samaritan Act means an attempt to rescue or aid a person in imminent or serious peril, provided the attempt is not recklessly made. However, none of these "employees" (including supervisory .or management "employees") or "volunteer workers"are insureds for the providing or failure to provide professional health care services, B. The insurance provided by this Item 4. will not apply if the injured person's sole remedy for such injury is provided under a workers'compensation law or any similar law. C. Ofher-Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured,whether primary, excess, contingent or on any other basis, Item 5. Health Care Professionals As Insureds A. Paragraphs 2.a.(1)(a) and (d) of Section II -Who Is An Insured do not apply to"bodily injury" or"personal and advertising injury" arising out of the providing of or failure to provide professional health care services by any "employee"or"volunteer"of the Named Insured who is a"designated health care provider" If the "bodily injury" or"personal and advertising injury" occurs in the course and scope of the"designated health care providers" employment by the Named Insured. B. With respect to "employees"and"volunteer workers" providing professional health care services, the following exclusions are added to Paragraph 2. Exclusions of Section I — Coverage A -- Bodily Injury And Property Damage Liability and Paragraph 2, Exclusions of Section I — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to: (1) Llability assumed under an"Insured contract"or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; I (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest,fraudulent, malicious or knowingly wrongful act or failure to act; or LC 04 43 0512 ©2012 Liberty Mutual Insurance. All rights reserved. Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V- Definitions: "Designated health care provider" means any"employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Other Insurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Knowledge of an "occurrence" by your agent, servant or "employee"will not in Itself constitute knowledge by you unless your "executive officer" or "employee" or other third party designated by you to notify us of 'occurrences" has knowledge of the"occurrence". Item 7. Notice Of Occurrence For purposes of Paragraph 2.a. of Section IV - Conditions, you refers to an "executive officer" of the Named Insured or to the "employee"designated by the insured to give us notice. Item 8. Unintentional Errors And Omissions Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this policy shall not be a basis for denial of any coverage afforded by this policy. However,you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. Item 9: Bodily Injury Redefinition The definition of"bodily injury" in Section V- Definitions is replaced by the following: "Bodily injury"means: a. Bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional Illness or distress, Item 10, Supplementary Payments -Increased Limits Paragraphs 1.b. and 1.d. of Section I - Supplementary Payments - Coverages A And B, are replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the Insured at our request to assist us in the investigation or defense of the claim or"suit' including substantiated loss of earnings up to $500 a day because of time off from work. LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 4 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission, Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of exclusion j. of Section I —Coverage A—Bodily Injury and Property Damage Liability only apply to: 1. "Property damage"to borrowed equipment, or 2. "Property damage"to property in your care, custody and control while in transit. B. This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other Insurance was specifically purchased by the insured to apply in excess of this policy. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5, of Section III — Limits Of Insurance, the most we will pay for Insurance provided by Paragraph A., above is: $10,000 Each Occurrence Limit $25,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one 'occurrence" regardless of the number of persons or organizations who sustain damage because of that occurrence". The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. Item 12. Mobile Equipment Redefinition The definition of"Mobile Equipment'in Section V—Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road Maintenance, but not construction or resurfacing; or (3) Street cleaning. Item 13. Newly Formed Or Acquired Entities Paragraph 3. of Section It—Who Is An Insured is replaced by the following: 3. Any organization, other than a partnership or joint venture, you newly acquire or form and over which you maintain majority ownership or majority interest will qualify as a Named Insured if there is no other similar insurance available to that organization. a. Coverage under this provision Is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period, whichever is earlier. b. Coverage A does not apply to "bodily injury" or "property damage"that occurred before you acquired or formed the organization; and LC 04 43 0512 ©2012 Liberty Mutual Insurance.All rights reserved. Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. i c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. Item 14. Blanket Additional Insured Where Required By Written Contract Paragraph 2. of Section II -Who Is An Insured is amended to add the following: e. Additional Insured by Written Contract or Written Agreement The following are insureds under the policy when you have agreed In a written contract or written agreement to provide them coverage as additional insureds under your policy:. (1) Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily Injury" "property damage" or personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organization(s). (2) Managers or Lessors of Premises: Any manager or lessor of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afforded to the additional insured Is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent acts or omissions of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional Insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional Insured's sole negligence. This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; or (b) Any premises for which coverage is excluded by endorsement. (3) Mortgagees, Assignees or Receivers: Any person(s) or organizatlon(s) with respect to their liability as mortgagee, assignee or receiver and arising out of the ownership, maintenance or use of your premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. (4) Owners, Lessees or Contractors: any person(s) or organization(s) to whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of your "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily Injury", "property damage", or "personal and advertising injury" arising out of"your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your acts or omissions or the acts or omissions of your"employees", your agents, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below, LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. I� If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional Insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising,injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, Including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (5) Architects, Engineers or Surveyors: any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; or (b) In the performance of your ongoing operations, This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (6) Any Person or Organization Other Than a Joint Venture;Any person or organization (other than a joint venture of which you are a member) for whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations; or (b) In connection with premises owned by you. This insurance does not apply to: 1. Any construction, renovation, demolition or installation operations performed by or on behalf of you, or those operating on your behalf; 2. Any person or organization whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, specification or the performance of any other professional services by such person or organization; or 3. Any person or organization more specifically covered in Paragraphs e,(1)through (5) above. The insurance afforded to any person or organization as an Insured under this Paragraph 2.e.: (1) Applies only to coverage and minimum limits of insurance required by the written agreement or written contract, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) Does not apply to any person or organization for any "bodily injury', 'property damage" or "personal and advertising injury' if any other additional Insured endorsement attached to this policy applies to that person or organization with regard to the"bodily injury", 'property damage"or"personal and advertising Injury'; (3) Applies only if the "bodily injury' or 'property damage' occurs, or offense giving rise to 'personal and advertising injury'is committed, subsequent to the execution of the written agreement; and (4) Applies only if the written agreement Is in effect at the time the"bodily Injury"or"property damage"occurs, or at the time the offense giving rise to the"personal and advertising injury'is committed. Item 15, Blanket Additional Insured—Grantors Of Permits Paragraph 2. of Section II - Who Is An Insured Is amended to add the following: Any state, municipality or political subdivision with respect to any operations performed by you or on your behalf, or in connection with premises you own, rent or control and to which this insurance applies, for which the state, municipality or political subdivision has issued a permit. However,this insurance does not apply to: 1. "Bodily injury', 'property damage" or "personal and advertising injury' arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury' or "property damage" included within the "products-completed operations hazard", except when required by written contract or agreement Initiated prior to loss; or 3, 'Bodily Injury', 'property damage" or "personal and advertising Injury', unless negligently caused, in whole or in part, by you or those acting on your behalf. Item 16, Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery because of payments we make under this policy for Injury or damage arising out of your ongoing operations or"your work" included in the "products-completed operations hazard"that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only If the "bodily injury' or"property damage"occurs, or offense giving rise to 'personal and advertising injury'Is committed subsequent to the execution of the written contract or agreement.. Item 17, Other Insurance Amendment If you are obligated Linder a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4, Other Insurance of Section IV— Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability Insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which It is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same 'occurrence", claim or"suit"- Item 18. Contractual Liability—Railroads Paragraph 9. of Section V- Definitions is replaced by the following: 9 'Insured Contract'means: LC 04 43 05 12 ©2012 Liberty Mutual Insurance, All rights reserved. Page 8 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a, A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except In connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be Imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or falling to give them, if that Is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failing to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. LC 04 43 05 12 ©2012 Liberty Mutual Insurance. All rights reserved. Page 9 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. I This page has been left blank intentionally. � j Policy Number Issued by THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies Insurance provided under tho following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor-Additional Insured and Loss Payee IV. Supplementary Payments- Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VI I. Additional Transportation Expense and Cost to Recover Stolen Auto Vill. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible- Single Deductible XI. Physical Damage Deductible- Glass XII, Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV, Worldwide Liability Coverage- Hired and Nonowned Autos XVL Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage- Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII, Limited Mexico Coverage XXIII. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words you and your also refer to any organization you newly acquire or form, other than a partnership or Joint venture, and over which you maintain ownership of more than 50 percent Interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy perlod,whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 0713 ©2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - LIABILITY COVERAGE is amended to add: Your "employee" is an "insured" while using with your permission a covered "auto' you do not own, hire or borrow in your business or your personal affairs. III. LESSOR -ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto' will be considered an "auto' you own and not an "auto you hire or borrow. The coverages provided under this section apply to any "leased auto' until the expiration date of this policy or until the lessor or his or her agent takes possession of the 'leased auto'whichever occurs first. B. For any 'leased auto' that is a covered "auto' under SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the 'leased auto'. However, the lessor is an "insured" only for"bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a 'leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the 'leased auto'for"loss" to the covered 'leased auto'. 2. The insurance covers the interest of the lessor of the 'leased auto' unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a 'leased auto', we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy,we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor Is not liable for payment of your premiums, F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto' which you lease for a period of six months or longer for use in your business, Including any"temporary substitute" of such"leased auto'. AC 84 07 07 13 ©2013 Liberty Mutual Insurance,All rights reserved. Page 2 of 11 Includes copyrighted material of Insurance Services office, Inc., with its permission. i Policy Number Issued by "Temporary substitute" means an "auto" that Is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss"or destruction. IV. SUPPLEMENTARY PAYMENTS- INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to$3,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an"accident"we cover. We do not have to furnish these bonds, I (4) All reasonable expenses Incurred by the "insured" at our request, including the actual loss of earnings up to$500 a day because of time off from work, V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.S. of SECTION II- LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B,5. of BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage Is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTI IERS Exclusion 6. in SECTION 11 - LIABILITY COVERAGE for a covered "auto" is amended to add: This exclusion does not apply to "property damage" or"covered pollution cost or expense" Involving"personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage Is $5,000 per "accident'. Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal properly" Is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph AA.a. of SECTION III- PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to$50 per day and to a maximum limit of$1,000. B, Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs Incurred by you to return a stolen covered "auto" from the place where it is recovered to Its usual garaging location. Vill, AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: This exclusion does not apply to the accidental discharge of an airbag. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved, Page 3 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission, Policy Number Issued by IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion 8.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member; and (2) Are In a covered "auto" at the time of"loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE-SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to"loss"caused by fire or lightning. When two or more covered "autos" sustain loss" in the same collision, the total of all the "loss" for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered"autos". XI. PHYSICAL DAMAGE DEDUCTIBLE- GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: No deductible applies to"loss"to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE-VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III -PHYSICAL DAMAGE COVERAGE Is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any 'loss" caused by theft If the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A,2.b.of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident', claim, "suit' or 'loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident', claim, "suit' or "loss". Such notice must Include: (1) How, when and where the"accident'or"loss"occurred; AC 84 07 0713 ©2013 Liberty Mutual Insurance,All rights reserved. Page 4 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. i Policy Number Issued by (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your Insurance manager or any other person you designate has received notice of the"accident", claim,"suit"or"loss"from your agent, servant or"employee", b, Additionally, you and any other involved "insured" must: (1) Assume no obligation; make no payment or incur no expense without our consent, except at the "insured's"own cost, (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the"suit". (4) Authorize us to obtain medical records or other pertinent Information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV-BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery XV. WORLDWIDE LIABILITY COVERAGE- HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to include the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all carts of the world subject to the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate,and settle or defend such claim or"suit". If we do not exercise that right, the "Insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "Insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit"and its investigation, negotiation, and settlement or defense The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. AC 84 07 07 T3 ©2013 Liberty Mutual Insurance. All rights roserved, Page 5 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown In the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: 1. The most we will pay for coverage afforded by this endorsement Is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of,the"loss" 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total"loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by: i b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written.rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto'; (2) Specified Causes of Lass only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage Is provided for any covered "auto". AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 6 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. i Policy Number Issued by However, the most we will pay under this coverage is$30 per day, subject to a maximum of$900. XVII. AUTO MEDICAL PAYMENTS COVERAGE- INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident', This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "Insureds", premiums paid, claims made, or vehicles involved In the "accident". If no limit of insurance for Auto Medical Payments Is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE- BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II-LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any Individual named In the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: a. Any"auto"owned by that individual or by any member of his or her household; or b, Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos", 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C, Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named In the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any,"auto" you don't own except: Any"auto" owned by that Individual or by any"family member", D. SECTION III- PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any Individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto"owned by that individual or by any member of his or her household; or AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 7 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. '.... Policy Number Issued by 2. Any "auto" used by that Individual or his or her spouse while working in a business of selling, servicing, repairing or parking"autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who Is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto', Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto No deductibles apply to this coverage, B, We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses Incurred; or 2. $30 per day with a maximum of$900 In anyone period. D. This coverage does not apply: 1. While there are spare or reserve"autos"available to you for your operations; or 2, If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: AC 84 07 07 13 02013 Liberty Mutual Insurance.All rights reserved, Page Sof 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule;or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limit of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto' of the private passenger type shown in the schedule or . declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto', less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the"loss"; b, Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1500 for each covered "auto'. XXII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY- NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO, THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rlghts reserved. Page 9 of 11 Includes copyrighted material of Insurance Services Office, Inc., '..... with its permission. Policy Number Issued by A. Coverage 1. Paragraph B.7. of SECTION IV- BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The"accidents"or"loss"occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.S. Other Insurance in SECTION IV- BUSINESS AUTO CONDITIONS is•replaced by the following: The insUrance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a "loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico In order to be driven, we will not pay more than the actual cash value of such"loss"at the nearest United States point where the repairs can be made, C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States, 2. To any"Insured"who is not a resident of the United States. XXill.WAIVER OF SUBROGATION Paragraph A.S. In SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 10 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission, Policy Number Issued by Schedule Premium Liability ;av Physical DamagQ Total Premium i V. Fellow Employee Schedule of Employees: XVIII. Drive Other Car LAB MP UM UIM COMP COLL Name of Individual 77 XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days r I AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 11 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission, This page has been left blank intentionally. POLICY NUMBER: AS2-Z91-454734-036 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizations)who are"insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Farm. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of covers a or the limits of Insurance provided In this policy Information required to complete this Schedule, If not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage In the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of.1 Client#: 111013 SCARBROS1 4COR e, CERTIFICATE OF LIABILITY INSURANCE DA R,MM DDIYY Y, 8/19l2D16 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 poilcy(les)must he andorsed,if SUBROGA'nON 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 Ill hall of such andora nnont(s), PRODUCER NAME;C Sharnol Di Vona Propoi Insurance Pn`1cNN EMf•263.110,404 _ Ac No; 81i6.577.1326 Tacoma Commercial Insurance E' ^'L skd rope DD Ess: @p polIns urance�com 1201 Pacific Ave, Suite 1000 INSURERUN AFFORDING COVERAGE NAICN Tacoma,WA 98402 INSURER A:Travelers Indemnity Company 26658 INSURED INSURER U: Union Pa CIflo Railroad Company INSURER C: 1400 Douglas Street STOP 1699 INSURER D I NSURER E: Omaha, NE 68179-1690 NSURERP: COVERAGES µ CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAI' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR O'rHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN RpE�1,DUYYC��ED BY PAID CLAIMB. IL A TYPE OF INSURANCE qk�D PDUCY NUMBER PMIU011'Y F IAM/d0 LIMITS A GENERAL LIABILITY EnACNM,,HHr��OEECCCrpUURR�RENCE $2000OD0 COMMERCIAL GENERAL LIA81UTY RREMIBL+6(eeEoc�u(el . § CLAIMS-MADE �OCCUR MED EXP(Any one persod) S _,_,_ X COMMERCIAL Protective SP87E042745IND 8122/2016 02/22/201 PERSOMI.&Aov INJURY $ _ OENERALAGGREGATE S6,000 000 GEN'L AGGREGATE LIMIT APPLIES PERT PRODUCTS•COMP/OP AGO 5 POLICY PFDT ED L00 5 — COMB DSNG AUTOMOBILE LIABILITY Ee aca en ANY AUTO BODILY INJURY(Per pardon) 5 ALL OWNEDMw SCHEDULED 600ILY INJURY(Pe(acddenl) S PftOPE 1( AMAGE S OS Per accl ant HIRED AUTU5 - UMBRELLA LIAD EACHOCCURRENCE $ EXCESS tlA AGGREGATE DED RETENTION$ WORKERS COMPEN SAT ION VvY:3TLA�7U O7F4 AND EMPLLpOYYEERS'LIAWLLITY OFFICER7fAEMIi�R/[XCLUP�P?ECUTIVE�� NtA E.L,EACH ACCIDENT S` (Mupdatory In NH) E.L.DISEASE.EA EMPLOYEE If ye%descdbe undef E,L,DISEAS OL E.PICYLIMIT 8 DESCRIPTION OF OPERATIONS helm _ -- 7 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Ahooh ACOR01 e1,Addllienal ROMRMS$ohodule,If more apace Is regpired) RE:South 228th Street Grade Separation at Union Pacific Roilroad•Pler 2 Bridge Shaft Construction CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVEDESCRISED POLICIES BE CANCELLED BEFORE '.. Union Pacific Railroad Company THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN N Reynolds.•Folder No 02991.84 ACCORDANCE WITH THE POLICY PROVISIONS 1400 Douglas Street STOP 1690 AUTHORIZED REPRESENTATIVE Omaha, NE 0 8179-1 6 90 �&v 0D1-9-80--2010 ACORD CORPORATION,All rightB reserved. ACORD 25(2010105) 1 pf 1 The ACORD name and logo are registered marks of ACORD #523397361M1605973 SXH00 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 ........................................................... 1-5 1-05 Control of Work ............................................................... 1-8 1-06 Control of Material ........................................................... 1-16 1-07 Legal Relations and Responsibilities to the Public ................. 1 -20 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 2-02 Removal of Structures and Obstructions ............................. 2-1 2-03 Roadway Excavation and Embankment............................... 2-3 2-06 Subgrade Preparation....................................................... 2-4 2-07 Watering ........................................................................ 2-4 DIVISION4 BASES.................................................................... 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 6 STRUCTURES ......................................................... 6-1 6-19 Shafts ............................................................................ 6-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-04 Curbs, Gutters, and Spillways............................................ 8-4 8-09 Raised Pavement Markers ................................................. 8-4 8-12 Chain Link Fence and Wire Fence....................................... 8-5 8-22 Pavement Marking ........................................................... 8-6 8-28 Pothole Utilities ............................................................... 8-8 8-30 Project Signs................................................................... 8-9 DIVISION 9 MATERIALS............................................................ 9-1 9-36 Synthetic Slurry............................................................... 9-1 KENT STANDARD PLANS ................................................................. A-1 TRAFFIC CONTROL PLANS .............................................................. A-2 228� UPRR Grade Sep Pier 2 Bridge Shaft/Madfai June 22, 2016 Project Number: 07-3022 ',, KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE GEOTECHNICAL REPORT................................................................. A-3 PROJECT SIGN ................................................................................ A-4 UNION PACIFIC RAILROAD CONTRACTOR'S RIGHT OF ENTRY AGREEMENT SAMPLE ...................................................................... A-5 KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER OF AUTHORIZATION .......................................................... A-6 PREVAILING WAGE RATES.............................................................. A-7 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai June 22, 2016 Project Number: 07-3022 The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N IC 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: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 1 - June 22, 2016 Project Number: 07-3022 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1 -04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to 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, 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 2 - June 22, 2016 Project Number: 07-3022 determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. 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 BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit 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 226`h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 3 - June 22, 2016 Project Number: 07-3022 be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 4 - June 22, 2016 Project Number: 07-3022 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION, 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 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 228th UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 5 - June 22, 2016 Project Number: 07-3022 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 228th UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 6 - June 22, 2016 Project Number: 07-3022 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 2281h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 7 - June 22, 2016 Project Number: 07-3022 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. , DIVISION 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument' will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1 -05.5(2) through 1 -05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(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. 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 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 8 - June 22, 2016 Project Number: 07-3022 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 $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 228th UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 9 - June 22, 2016 Project Number: 07-3022 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 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 $270/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. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking, The City will furnish the following stakes and reference marks: 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 10 - June 22, 2016 Project Number: 07-3022 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,_junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 11 - June 22, 2016 Project Number: 07-3022 When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 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 by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work 228v UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 12 - June 22, 2016 Project Number: 07-3022 removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 13 - June 22, 2016 Project Number: 07-3022 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 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 14 - June 22, 2016 Project Number: 07-3022 SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Utility contractors will be on site performing overhead and underground utility relocations. Utilities include but are not limited to power, gas and communications. These utilities are being relocated to accommodate Pier 2 shaft construction and the future bridge grade separation. Puget Sound Energy (PSE) will be performing work to raise overhead transmission lines for the two 115KV lines on either side of the PSE awned right of way, they will be replacing poles. PSE will also be installing on both of these lines two drilled shafts at two separate locations at the foundations of the 230KV lines that run between the two 115 KV lines. New towers for the 230KV lines will be installed next year. PSE has scheduled power outages on all of these lines. The outage times scheduled for the raising of the westerly 115KV lines is from September 5, 2016 to September 11 , 2016. The scheduled outage for the raising of the easterly 115KV lines will be from September 12, 2016 to October 7, 2016, during this time period these overhead lines crossing S.228th St. will be physically removed. The 230KV lines will also be de-energized from September 12, 2016 to October 7, 2016; however, they will remain overhead. The contractor shall coordinate closely with PSE and it's contractor in order to accommodate access for their work, coordinate timing for the removal of easterly overhead 115KV lines and the installation of the drilled shafts including placement of equipment and materials, holding tanks, temporary fencing, traffic control, signing, detours, etc. Puget Sound Energy will also be relocating their underground electrical distribution system and a high pressure gas line. This work is scheduled to be complete by September 1 , 2016. The contractor shall coordinate with PSE and it's contractor to accommodate the completion of this work prior to performing the installation of the drilled shafts. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 2281h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 15 - June 22, 2016 Project Number: 07-3022 The contractor shall notify the City Water Department at least five (5) working days prior to shaft installation to coordinate on-site monitoring of the water main at all times during drilling operations. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06 IS SUPPLEMENTED WITH THE FOLLOWING: Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one- tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action 228t° UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 16 - June 22, 2016 Project Number: 07-3022 of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1 . Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 17 - June 22, 2016 Project Number: 07-3022 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 (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1 -08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. 228t" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 18 - June 22, 2016 Project Number: 07-3022 l i Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall 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 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 19 - June 22, 2016 Project Number: 07-3022 resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has applied for a Union Pacific Railroad right-of-entry. The Contractor shall also sign and submit a Union Pacific Railroad Contractor's right-of-entry agreement. See sample of the Union Pacific Railroad Contractor's right-of-entry agreement in Appendix 5. The City received a King County Wastewater Treatment Division General Letter of Authorization to discharge to the King County Sanitary Sewer. The Contractor shall adhere to the conditions of the General Letter of Authorization found in Appendix 6. Contractor shall obtain, at its sole cost, all other permits required to complete this project. 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 20 - June 22, 2016 Project Number: 07-3022 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. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.15(1) IS REVISED BYADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 228� UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 21 - June 22, 2016 Project Number: 07-3022 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 7-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 22 - June 22, 2016 Project Number: 07-3022 notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Existing Features and Utilities The Contractor shall take necessary precautions to avoid damage to existing features, their appurtenances, or utilities that may be affected by the work. The Contractor shall coordinate with the Engineer and/or property owner to locate underground utilities prior to the start of construction. Any damage to existing site features and utilities not designated for removal or alteration shall be repaired by the Contractor at no additional cost to the City. 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. Centuryl-ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Chang Pak Brian Swart 253-395-6988 253-395-7538 425-449-6735 (cell) 206-255-6975 (cell) Puget Sound Energy Power Verizon (Distribution) Michael Fulmer Dennis Booth 206-409-1260 425-417-9188 Puget Sound Energy Power (Transmission) Caitlin Faulkner 425-462-3966 206-953-9024 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.18 Public Liability and Property Damage Insurance 2281" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 23 - June 22, 2016 Project Number: 07-3022 To the extent a conflict exists between the terms of this Section 1 - 07.18 and Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five 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 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 24 - June 22, 2016 Project Number: 07-3022 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 (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 228th UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 25 - June 22, 2016 Project Number: 07-3022 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 property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 26 - June 22, 2016 Project Number: 07-3022 i i expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH 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 228`h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 9- 27 - June 22, 2016 Project Number: 07-3022 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 keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT 2281" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 28 - June 22, 2016 Project Number, 07-3022 i SECTION 1-09.2(9) 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. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 228w UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 29 - June 22, 2016 Project Number: 07-3022 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-70.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General 22B" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 30 - June 22, 2016 Project Number, 07-3022 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 Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1 -10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 228'" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 31 - June 22, 2016 Project Number: 07-3022 I . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1 -10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMSY 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." 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 32 - June 22, 2016 Project Number: 07-3022 When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 228th UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 1- 33 - June 22, 2016 Project Number: 07-3022 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 - 1 June 22, 2016 Project Number: 07-3022 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (square yards) x actual depth in inches = quantity 6 inches I For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 - 2 June 22, 2016 Project Number: 07-3022 8 100' x 6 = 133 S.Y. 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, including reinforced cement concrete curb and gutter at driveways as shown on the plans and described in the specifications. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement Curb and Gutter" 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 6inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: $2.00 (8 — 6) x 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADD/NG 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. 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 - 3 June 22, 2016 Project Number: 07-3022 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 BYADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Suhgrade 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 shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is 2281^ UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 - 4 June 22, 2016 Project Number: 07-3022 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. 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 2 - 5 June 22, 2016 Project Number! 07-3022 DIVISION 4 ®- BASES 4-04 BALLAST AND CRUSHED SURFACING 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 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Base Course, 1- 1/4 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. i 228'h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 4 - 1 June 22, 2016 Project Number: 07-3022 ', 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 5-04.3(3)A IS DELETED /N IT'S ENTIRETY 5-04.3(3)A Material Transfer Device/Vehicle SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" 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 has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 5 - 1 June 22, 2016 Project Number: 07-3022 SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2" 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 of HMA Class 1/2", PG 64-22 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). 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 228� UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 5 - 2 June 22, 2016 Project Number: 07-3022 acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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 "Hot 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. 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 228"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 5 - 3 June 22, 2016 Project Number: 07-3022 DIVISION 6 - STRUCTURES 6-19 SHAFTS SECTION 6-19.2 IS SUPPLEMENTDED BY ADDING THE FOLLOWING: 6-19.2 Materials i Gravel Backfill for Drains shall meet the requirements of section 9- 03.12(4) SECTION 6-19.3(1)A SHAFT CONSTRUCTION TOLERANCES IS REVISED BY DELETING THE FIRST PARAGRAPH AND TABLE AND REPLACING THEM WITH THE FOLLOWING: 6-19.3(1)A Shaft Construction Tolerances Shafts shall be constructed so that the center at the top of the shaft is within 4 inches of the horizontal locations shown in the Plans. SECTION 6-19.3(2) IS SUPPLEMENTDED BYADDING THE FOLLOWING: Section 6-19.3(2) Shaft Construction Submittal Crosshole Sonic Log Testing Organization and Personnel Submittal The Contractor shall submit a Type 1 Working Drawing consisting of the name of the independent testing organization, and the names of the personnel, conducting the crosshole sonic log tests. The submittal shall include documentation that the qualifications specified below are satisfied. The independent testing organization and the testing personnel shall meet the following minimum qualifications: 1 . The testing organization shall have performed crosshole sonic log tests on a minimum of three deep foundation projects in the last two years. 2. Personnel conducting the tests for the testing organization shall have a minimum of one year experience in crosshole sonic log testing and interpretation. SECTION 6-19.3(3)B IS SUPPLEMENTDED BY ADDING THE FOLLOWING: 6-19.3(3)B Temporary and Permanent Shaft Casing When installing required temporary casings between the upper and lower elevation limits as shown in the Plans; the casing shall be advanced prior to or concurrently with the excavation. Excavation in advance of the casing tip shall not be allowed. Shaft casing shall be equipped with cutting teeth or a cutting shoe, and installed by either rotating or oscillating the casting. Installing the casing by vibratory means will not be allowed. 2281" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 6 - 1 June 22, 2016 Project Number: 07-3022 SECTION 6-19.3(3)I IS SUPPLEMENTDED BY ADDING THE FOLLOWING: 6-19.3(3)1 Required Use of Slurry in Shaft Excavation The Contractor shall use slurry, in accordance with Section 6-19.3(4), to prevent bottom heave once the shaft excavation extends below the groundwater table. SECTION 6-19.3(4)F IS SUPPLEMENTDED BY ADDING THE FOLLOWING: 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils The City received a King County Wastewater Treatment Division General Letter of Authorization to discharge to the King County Sanitary Sewer. The Contractor shall adhere to the conditions of the General Letter of Authorization found in Appendix A-6. Shaft drilling slurry wastewater shall not be disposed of using on-site infiltration. SECTION 6-19.3(5) IS SUPPLEMENTDED BY ADDING THE FOLLOWING NEW SECTION: 6-19.3(5)E Steel Reinforcing Above Shaft Concrete Reinforcing steel above the top of the shaft concrete shall be cleaned and coated with a paint conforming to Section 9-08.1 (2)B. The paint shall have a minimum dry film thickness of 1 mil. SECTION 6-19.3(7)D IS SUPPLEMENTDED BY ADDING THE FOLLOWING: 6-19.3(7)D Requirements for Placing Concrete Underwater The Contractor may use a tremie instead of a concrete pump, subject to the following conditions: 1 . The tremie shall have a hopper at the top that empties into a watertight tube at least eight inches in diameter. 2. The discharge end of the tube on the tremie shall include a device to seal out water while the tube is first filled with concrete. SECTION 6-19.3(9)A SCHEDULE OF CSL TESTING IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 6-19.3(9)A Schedule of CSL Testing The Contractor shall provide for crosshole sonic log testing and analysis on all completed shafts. The testing and analysis shall be performed by the independent testing organization identified by the Contractor's Type 1 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 6 - 2 June 22, 2016 Project Number: 07-3022 Working Drawing submittal and in accordance with Section 6-19.3(2) as supplemented in these Special Provisions, SECTION 6-19.3(9)C ENGINEER'S FINAL ACCEPTANCE OF SHAFTS IS DELETED AND REPLACED WITH THE FOLLOWING:: 6-19.3(9)C Engineer's Final Acceptance of Shafts The Contractor shall submit Type 2 Working Drawings consisting of the results and analysis of the crosshole sonic log testing for each shaft tested. The Engineer will determine final acceptance of each shaft, based on the crosshole sonic log test results and analysis for the tested shafts, and will provide a response to the Contractor within three working days after receiving the test results and analysis. SECTION 6-19.4 MEASUREMENT IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 6-19.4 Measurement Soil excavation for shaft, including haul, will be measured by the cubic yards of shaft excavated. The cubic yards will be computed using the shaft diameter, top of shaft elevation and bottom of shaft elevation shown in the Plans, less all rock excavation measured as specified for rock excavation. Excavation between the existing ground line and the top of shaft elevation is considered incidental to soil excavation for shaft and will not be measured. SECTION 6-19.4 MEASUREMENT IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-19.4 Measurement Gravel Backfill for Drains will be measured by the cubic yard in place, to the extents shown in the Plans. CSL test will be measured once per shaft tested. SECTION 6-19.5 PAYMENT IS REVISED BY DELETING THE THIRD AND SEVENTEENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 6-19.5 Payment The unit Contract price per cubic yard for "Soil Excavation For Shaft Including Haul" shall be full pay for performing the work as specified, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic, and water slurry, and disposing of groundwater collected by the shaft excavation, the incidental excavation of soils between the top of shaft elevation shown in the Plans and the existing ground line and the backfill between the permanent casing and the surrounding soils. 22B"' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 6 - 3 June 22, 2016 Project Number: 07-3022 The unit Contract price per pound for "St. Reinf. Bar for Shaft" and "Epoxy-Coated St. Reinf. Bar For Shaft" shall be full pay for performing the Work as specified, including all costs in connection with furnishing and installing steel reinforcing bar centralizers and cleaning, painting and providing polyethylene foam sheet at the steel reinforcing above the top of shaft concrete. SECTION 6-19.5 PAYMENT IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-19.5 Payment "Gravel Backfill for Drains", per cubic yard. "CSL Test", per each. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 6 - 4 June 22, 2016 Project Number: 07-3022 DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. 8-01.3.1 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 1 June 22, 2016 Project Number: 07-3022 recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(9)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01 .3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: B-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 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site Stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. 228'h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 2 June 22, 2016 Project Number: 07-3022 f Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED 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 processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment 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. 228'^ UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 3 - June 22, 2016 Project Number: 07-3022 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 contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION B-04.3(9) 1S 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. 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 B-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: The unit contract price per linear foot for "Cement Concrete Curb and Gutter" 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. 8-09 RAISED PAVEMENT MARKERS SECTION B-09.3(2) 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 228°i UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 4 June 22, 2016 Project Number: 07-3022 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing temporary fences in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer.. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Temporary fencing shall be 6 foot high chain link. 228' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 5 June 22, 2016 '.. Project Number: 07-3022 SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing shall be 6 foot high chain link. +SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Temporary Security Fencing," per linear foot. SECTION 8-20.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 8-20.5 Payment The unit contract price for "Remove. Salvage and Reinstall Signal Mast Arm" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove, salvage and reinstall the specified structure as shown on the plans and described in the specifications. This work shall be performed by a licensed electrical contractor and includes but shall not be limited to: coordinating with the City of Kent Traffic Signal Systems Supervisor, disconnecting signal wiring at signal pole, protecting signal heads and signal appurtenances, removing mast arm with heads, salvaging to the City of Kent Signal Shop at 1621 Central Ave S, Unit#25, reinstall the signal arm and heads including appurtenances and re-connecting signal wiring. The completed reinstallation shall be inspected by the City of Kent Traffic Signal Systems Supervisor. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the removal, salvage and reinstallation shall be included in the lump sum contract price. 8-22 PAVEMENT MARKING SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. 228'" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 6 June 22, 2016 Project Number: 07-3022 Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF T141S SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION B-22.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. 228`' UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 7 June 22, 2016 Project Number: 07-3022 Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1 , for each of the following bid items that are included in the Proposal: "24" Plastic Stop Line" per linear foot 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. 228" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 8 June 22, 2016 Project Number: 07-3022 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, hardware, fabrication, installation and maintenance of 4' x 8' project sign provided by the Contractor based upon the template (see sample Kent Project Sign in Appendix A-3 provided by the City, where shown on the plans or as directed by the Engineer. Used project signs may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James Street, telephone (253) 856-5600, All project signs (new or refurbished) become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 4 inch Fir. 228`" UPRR Grade Sep Pier 2 Bridge Shaft/Madfai 8 - 9 June 22, 2016 Project Number: 07-3022 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer 8-30.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid item when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 228t� UPRR Grade Sep Pier 2 Bridge Shaft/Madfai a - 10 June 22, 2016 Project Number: 07-3022 II' DIVISION 9 - MATERIALS SECTION 9-36.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-36.2(2) synthetic slurry Salt water shall not be used with synthetic slurry for shafts. Fresh water only shall be used. I 228°" UPRR Grade Sep 9 Pier 2 Bridge Shaft/Madfai 9 - 1 June 22, 2016 Project Number: 07-3022 E l" STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-33M Cement Concrete Curbs 6-73M Typical RPM Lane Markings 6-75M Plastic Crosswalk Markings 2281h UPRR Grade Sep Pier 2 Bridge Shaft/Madfai A - 1 June 22, 2016 Project Number, 07-3022 f I l 12" 6" 911 10" 2 1/2" 5" 2 1/2" U LL EPDXY E- ADHESIVE a ti o FOR FRESH 0 q CONCRETE 74 COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 1811COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 10" 2" 3�_1/2"� 7 5'-0"HAND TROWELED TAPER SECTION —~e- 1^/a MIN, - y 2%MAX. v N _ 6.. 24„ y T < -- ROLLED CURB °O SIDEWALK �. 4" II_- MAINTAIN EDGE G4 ( OF CONCRETE CURB. j ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL 1 2 LIP BETWEEN GUTTER AND CURB *1/2"OR**1" E SIOPf a I„ q - _ QD _ 12" 6" 12" 6" ADA RAMP DRIVEWAY NOTES: 1 NOTE: 1. CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION,SEE '.. f l FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC, GUARDRAIL TOWARD THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE 8„ ADJACENT PAVEMENT SLOPE. 1 1 2 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. I Ali °' ,VARIES S. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE „\ TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT rCR T' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE E'1 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT �,T THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL tiQ �, �'O� CITY OF KE1VT '.. .�, ENGINEERING DEPARTMENT CEMENT CONCRETE v .KtNT CURBS 38296 0, GIST G"�1�� DRAWN SOS — SCALE NONE STANDARD PLAN CHECKED J9 DATE — C_Z Z 11 APPROVED e010 6 V JJIYI 12' 42' 30, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0® 0 0 0 0 0 o a o 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 VARIES (300' MAX.) TWO WAY LEFT TURN LANE 00000 00000 0000 00000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0�0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 21' 4"GA TYPE SY RPM P TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' JJ TYPE 2W OR Y RPM 13000000 a 000000 a 00 000aJ. TYPE IW OR RPM oo qoo 000 00000000000 o�((LL 21' / TYPE lY RPM 4"GAP {J/ 3 8 TYPE 2YYRPM 0888888 88880888888--NOGAP TRAFFIC DIRECTIONS DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' ~ 3 goon 0o t000 0000 00 TYPE IW RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM ' TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' 21' TYPE 1Y RPM 9' / 3 r � 98 98 B8 8 8 98 BB oo� o 0000 00�o T '� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o TYPE 1W RPM 000-000 000000 000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1} TYPE 2W RPM 18"-RPM'S EQUALLY SPACED J TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 1z 1531 42' ---i i , 08 08 0000 0000TYPE002W0 RP0 cTYPE 2W RPM o IW RPM M TYPE 1W RPM �> DROP LANE LINE TRAFFIC DIRECTION EDGE LINE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �.I AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT NOTES: x THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. RAISED PAVEMENT MARKERS 7 CITY OF KENT (RPM's)SHALL BE INSTALLED PER ENGINEERING DEPARTMENT WSDOT STANDARD SPECIFICATIONS 'A sST �4 • TYPICAL RPM LANE STEg 8-09,9-02.1(8),9-26.2 AND 9-21 �,� I � �'�`� KENr �SSrovAl. E� MARKINGS DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED PATE — 6-73 APPROVED EncieEra V ',.. } Q o w 24"WHITE EQUALLY z z CROSSWALK BAR SPACED (TYP) uj 24" I I �� I gl I rill oI I IB aI I I I 0I I _. wI I I 4'(TYP) 1, I I I , <, 12"-24"WHITE STOP LINE. TIRE TRACKS (TYP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN GENERAL NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS (PER WSDOT STANDARD SPECS, SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT f�+FREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Yy ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OY WASkt��f' THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. '.. tim �o CITY OF KENT ENGINEERING DEPARTMENT � 7 KENT PLASTIC CROSSWALK MARKINGS 38296 Q' w�exixo.ox ��� GIs�� ��� DESIGNED DWH SCALE NONE STANDARD PLN DMW 66 ��SSIONAL E NEo DATE - 6-75M APPROVED TRAFF 1 C CONTROL PLANS 228" UPRR Grade Sep Shaft Construction/Madfai A - 2 June 22, 2016 Project Number: 07-3022 E 0 n 0 _I - 761h Ave 5 _ 4th AveN _ JI I�Illlllllllm aA° N ?i0[Pi 1p 'O y� N �adm`o O Z a A « 0 og CA d r• Q0 o° AgaU -.H ie Cd°a�rvN [O� El. m 6 m E eFi=a O M N ONJ h N 0 N U C w o � � - C� �i 0 n n awz €SDMs LU 0. 6th Ave ®"""���"�""" � I I I �yn'a az saea$y; w rl I,. m N D m n IN vzi ; ae:ax :xa�a Rac I, DU tl1 C I I I I Cl m R-R' ------F N y � I ! dL yman n,a mnmm o� n c Y m vS __mmmA m Lb r + m e . Intemrban TfdII J m g-E_ e8 R R R R f S ypF V1 Iq yJ N--- m 3 0 NEY K DNJ rc� �i '[Y m G m e d p z 2 A az g 3 I I u o v DNJ pil DM '.. 4 � N I I I I � r � LJ •� ®� r '. Lu DW N a N o d 3 bE 4 €_ YN x.s fry - w M c 9 �m cn Y w �� N� lhl I�.a e WA l�� Ti N m Fl Dx w o ao �m e22 fi,R ��� d j_.Aa jz ,J, ®y Bfi9L""tlSpJAlOp�A♦ .a00.1.0W.LN3NN00 »xUNOM O.L NOIXd "' <:> 01 W303N00 S oRkZ13S330t sroza r ;n fg VM VAN I N-0 Ol S30Ll30 TTVrr SN9IS9NDI3Vd ONsv � ` , =«.00xm.ex,� ¢sssssazsz Rrwsa I, - :S310N T ElWIHW ewes°%asmsi s - "� �^" � � ' Tx•p��•.nwwvew•u• PF.EZEbE OZL -� a;nob ano;ad ww= Sniiv pleas mouv-L ,aNaDa] SWOd-8 $ ,oxx...... z 0° (Sb/lERl b) m w �aM�eIN u6lS moyaC' (,nalaa abn 4 ve Inell WU Pas.q peoN-Z 3-'-=� >--/Vl a x i °4 « peayy molaa „917-17 se r « c peayy Pa9o10 peon ..9b-b I� nns or « o .x. Haw • a.-m7, seDIAea 10 ldewwnS N y Rm wy 'JNIOVdS N.J. 7S rawer m Noimna woo olgeLysn,v@ ajAop 6Le6 EOOZaa M07703 NIlOY3a MDZT03 170E WA W86 ZSE£Osry sx0vas dH aY SHOHst all SV r o2sDT➢ as vzPzz s w= ss92on OSSOTO }S gaszZ S E, SWOd NOi-mina 2IOSIAH3dRS� SWOd lmnnoa acmlmnsNmmlwswn 8018d S 228fh St z SAtlaI EB SWOd Nouvuna ENU/H&NOW $aEea6 aasen y " j sxD axe w o DmsOTo as R4 ZZ .5f W20-3 Q •'-] SWOd Z-OZM m w w a�30 S uC 2.b N p' W + -09Fr9--,OSC� Z N o x 1S 918ZZ s ® ° W WS o bog NO � m v sWb11wn9 ApeaM WnA(3S yy!M ,ace y� �—.ose�tass-►� o• swnLO al)lell 11 O H N N ry I- to er"VR }T AREA" W 6Z-30 n p m � W20-200 nsc I. S Nn0�130 s60130 • Z �w o" m 6-hW T a eEiOnft N 4 ® CW20-3 NOimria ¢ OC-29 5228th St SWOd is 41ozz S ES 4 3SVHd SWOd NO11'duna N L228� t CLOSED a Salad NOI1tlNnO TOUR N s 228th St CLOSED AT UP TKACKS 6-bW 6_yW 6-fW E'OLLOW DETOUR o f tlh v� 3S 41Z LZS o a a „pannbei se Pale)pom of Bupeds u61s'ysnfpy„ z£086w•luaN $21noH N21OM S DAV y39L v 7S y18zz s -'11WN3d :SS3NOav :S31Va aals3ntom O qo! <xQOSHW SN2HHH0 xu)IHOM OS HORIJ �Irtoa a.cYo :Aa YmGo O.LWHOdNO.J sm9ls SZ. VJoN.L oama reu elnz'm aunp vlc� OS 5.40IMQ'I'IV..a SNOtS NNOfHYJONw. ••� � � VM'1un>I loNm wal, E999-B96-69Z 41!wS auYean5 .ru S310N w� ., [� 96L#1HW s�wws�eis mo�.r Yo!®o �H o=a S£CZ-EbE 07L r eAnsolo Ileay snrro UN3031 _. .y�i�rnrm a.w�wv::.m.° S i.00z=a�=a uy a Yet [ sR zt ae xz °In 11 w oea m us ss ro[ m as[anvasi SE Y3 4o nB [ °R LI ue 12— -ut M-nee YL — Y . [1 asa ss or sueu;sapad ON O'•°°M' oe ov Yr �� Y c c ( mo a 7 a--a) oae a. se pas PeoB (in moleO r) f Yex r ee e YYa a Y, - Yxl Paso p e �L c a :xL . YY a soL x. H w °e.,.. ,,.. r.a, c•>r•Y wW=a >n o �wrs r. ox. .w cm.w ownYs=aa +w =.,=<Y..°e,==wYe.mew wawl saoLnad;o NewwnS N m'u _ r �rn i rm _Imeaw ']NI�V.IS NDIS GYvayo wosal�e33sn31e@7a�lLop•Nefi 6o£ix3 L866-ZS£-£oS °1p 9G9L0GIT.^6I l pe`x�l NMI41HEVIA _3S sawefM _ _ _ Af F 2 2 N I I 7�1 Z'O"'VA 'INaN sanoH�1210M S OAV 4i9L V IS 438ZZ S -'yIWM3d :ss3maav :S3ytlo a31s3no3m <� of .,aacaw.cNduaro ...xaoxl al,aorad Bcemousoyyusrr e ycoo o R,ee :ne un�@c Ol wa S YZddSdd O.L O.L m ® BwZ'Bl.amp SdJrAda Ily TTd.x SMDIVN9rS'JNfxadd ON. «. nM•rva�Ne q10 wen — i:SSS-BSB-gZ 411w5 duuexn5 �`4" �' rnaeeaxmxmaav 'a �. ~ .<. T 9L#1HW saw4 oMv ll.z S910N w LCC ^^ J o�• Z1. 9E£Z-E4E OZG . a;nob ino;aa {ieaL sntw ' 146!a ml...P!S•L arvaoa'! Sal MI.mop (sz'iz'az) -- sa>I!g g spa3 ra}mola0.9 u + u s, m a pasolp peoninclea El•L 41, ce > pasolB Peoa El•L II +se 1 1 w acs ce ce e w, .x. New ss wP x s P+ sao!na(I;o,trewwng `JNI'JtldS NOIS 1S sewer M4-9a TT I z j eP151saN Q Ian ly $ al,leaPaa v h m m 6Z- anoyaa O ]s 478ZZ s R9-11;R) F I I aP!Selse3 ' Ian LL N ueplsaWa � A DETOUR m y G OC-29 wmro!gerysnfleCcDallwp•6fe6 POE lx3 L88GZSE•E09 m +9fi9 c6-bW Fllu abwvuo Yw xosinx�anse loeuloa allrumns Ilwsllixsrel r £ R9 J 15 41z Lz 5 '.. „pannbei se eaie 3pom o;6uloeds u6is;snfpy„ ZE986 VM'waN :smnOH)iMOM S DAV 439L$15 418ZZ S 11Mad :SS3NGGV :suva aas3nD3N NOTICE INTERURBAN TRAIL CLOSED CLOSED FOR CONSTRUCTION CITY OF(CENT S 22e St UPRR Grade Separation Pmjed)Phase 1) I XX MILES AHEAD AT S229 ST a MONTH DAY YEAR it TO MONTH DAY YEAR PLEASE FOLLOW THE DETOUR ROUTE a ra l NOTE: � � �� TRAIL CLOSURE SOUTH SIGN SHALL BE LCENT CLASS A SIGN CLASS A, 30"x36" w--H.— CITY OF KENT so LE NTH `XHIRF ENGINEERING DEPARTMENT MTE JUNE. 2014 TS- 1 i NOTICE INTERURBAN TRAIL CLOSED CLOSED FOR CONSTRUCTION C1TY OF KENT S 2Ze St UPRR Grade Separation Project(Phase 1j u,:g XX MILES AHEAD AT S228 ST _ R MONTH DAY WAR �a I 3: TO MONTH DAY YEAR PLEASE FOLLOW THE DETOUR ROUTE C NOTE: TRAIL CLOSURE NORTH SIGN SHALL BE • CLASS A SIGN CLASS A, 30"x36" KENT CITY OF KENT SGLE WS EEXHIBITENGINEERING DEPARTMENT DATE J�E,1D1}__.-. TS_2 C L REPORT i 2281' UPRR Grade Sep Shaft Construction/Madfai A - 3 June 22, 2016 ... Project Number: 07-3022 i eotechnicai Engineering Services Rep®vt South 228thStreet/UPRR Grade Separation Kent, Washington File No.0410-162-02 April 28, 2016 Prepared for: City of Kent 220 Fourth Avenue South Kent, Washington 98032-5895 Attention: Mark Madfai Prepared by: GeoEngineers, Inc. V CSC W 1101 South Fawcett Avenue, Suite 200 Tacoma, Washington 98402 253.383.4940 / �f as7rs N A1. Lyle J. Stone, PE Senior Geotechnical Engineer of 8 = ° t Garry H. quires, PE, LG, LEG 25829 Principal r�Jr,�G+SFE ®NAt�� US:GHS:tt Disclaimer:Any electronic form,facsimile or hard copy ofthe original document(email,text,table,and/oifigure),if provided,and any attachments are only a copy of the original document.The original document is stored by GeoEngineers,Inc.and will serve as the official document of record. EOENGINEERS I Manual (GDM). We also provide recommendations for LPILE parameters to evaluate lateral shaft resistance. 3.0 SITE CONDITIONS 3.1.. Geologic Setting The site is located in the Kent Green River Valley.The Geologic Map of King County, Washington (Booth, et al., 2002) maps the soils in the valley as Alluvium (Qal). Alluvium is described as "Moderately sorted cobbles, gravel, pebbly sand, and sandy silt along major rivers and stream channels." Typically, alluvial deposits in the Kent Valley include younger alluvial deposits in the upper 30 to 40 feet consisting of loose to medium dense sand to silty sand and soft to medium stiff silt. Older alluvial deposits are located below about 30 to 40 feet and generally consist of medium dense to dense sand and silty sand. It is also typical to find between about 2 to 10 feet of granular soil fill has been placed in developed areas of the Kent River Valley. 3.2. Surface Conditions The site is located in a commercial and industrial area of Kent, Washington. South 228th is a four-lane arterial that runs east-west through the valley.The UPRR runs north-south through the valley at the crossing. Grades along South 228th Street are generally flat; the ground surface varies from about Elevation 34 to 36 feet and rises slightlyto about Elevation 39 feet atthe railroad crossing.The properties surroundingthe road are at about the same grade or a few feet lower than the road.All elevations referenced in this report are based on City of Kent provided datum, assumed to be NAVD88. Parallel and to the west of the UPRR is a major utility corridor that includes overhead power lines, natural gas, fuel pipelines, and communications. Also west of the UPRR and within the utility corridor is the interurban trail. A creek or drainage swale and other large ditches are located on either side of the interurban train to the north and south of South 228th Street. We understand that portions of these ditches are regulated wetlands. Based on data from previous projects we understand that the bottom of the ditches are at about Elevation 25 feet. 3.3. Subsurface Conditions Our understanding of the subsurface conditions is based on our experience in the Kent Green River Valley, five explorations completed as part of this current study(four soil borings and one CPT), and review of eight subsurface explorations from previous projects (three soil borings and five CPTs). Subsurface explorations performed for this current study include four soil borings advanced to depths between 76.5 and 151.5 feet bgs and one CPT advanced to a depth of 150 feet. The location and type of subsurface explorations were controlled in part by presence of overhead and below ground utilities. For example, B-04 was moved east of the proposed east pier and the exploration initially designated B-03 at the location of the proposed center pier, was changed from a soil boring to a CPT (CPT-01) in order to minimize conflicts with overhead powerlines. Additional details of our subsurface explorations and laboratory testing program are provided in Appendix A. Our previous experience at the site includes a feasibility study from 2002, a preliminary evaluation of potential ground improvement requirements from 2011, and a study for an adjacent stormwater GEOENGINEERS April 28,2016 ri Page FU no.o4toa62 o2 improvement project also from 2011. These explorations include five CPTs advanced to depths between 65 and 120 feet bgs.One of the CPTs included shear wave velocity data for seismic design.One boring was advanced on the east side of the UPRR to a depth of 80 feet bgs.A second boring and monitoring well were installed to a depth of 21 feet bgs on the west of the UPRR.Summary logs of these explorations are provided as Appendix B. The soils observed on site consisted of fill in the upper 8 to 9 feet and alluvium from below the fill to the full depth of our explorations.The fill was observed to consist of fine to coarse gravel with silt and occasional cobbles.The fill was dense to very dense based on Standard Penetration Test(SPT) blow counts. The alluvium consisted of interbedded layers of silt,siltwith sand,siltyfineto medium sand,fine to medium sand with silt, and fine to medium sand.The alluvium was typically loose to medium dense from the top of the unit to about Elevation -20 feet and medium dense to very dense below this elevation. The wells installed at B-3/P-3 and at MW-2 were for previous studies along the South 228th corridor. The well at B-3/P-3 was monitored by City of Kent personnel between March 29, 2002 and June 24, 2003. Groundwater was measured between Elevation 26.9 and 29.8 feet during this monitoring period. The groundwater at MW-2 was measured on February 7, 2011 at Elevation 28.0 feet. Although groundwater was not directly measured as part of this current study, our observations of soil moisture were consistent with these previously measured groundwater levels. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1. Seismic Design 4.1.1.Seismic Design Parameters Seismic design for the proposed bridge may be completed usingthe design criteria presented in the WSDOT GDM (2015) and the AASHTO Specifications for LRFD Seismic Bridge Design, 2014. The GDM references the 2002 United States Geologic Survey(USGS) National Seismic Hazards Mapping project for estimating a peak ground (bedrock) acceleration (PGA) coefficient for design.The AASHTO Specifications recommend a 7 percent probability of exceedance in 75 years (nominal 1,000-year return period earthquake) design event for development of a design spectrum for highway bridges. Some soils within the upper 100 feet of the site are liquefiable (i.e., vulnerable to failure or collapse under seismic loading)as described in the following section. Based on thisAASHTO criterion the site is categorized as Site Class F. However, for seismic design analysis we recommend using a response spectra bound by the spectral responses of both Site Class D and Site Class E to evaluate the seismic response. Parameters for these spectral acceleration coefficients are presented in Table 1. In our experience, a site-specific seismic analysis of liquefiable alluvial soils can increase the seismic accelerations for periods longer than about 0.5 or 0.8 seconds.This can be on the order of a 10 to 20 percent increase from the predicted Site Class E response spectra. GEOENGINEER April 2$,2016'; Page3 rae wo.oaioasa-os TABLE 1.SEISMIC DESIGN PARAMETERS AASHTO Seismic Parameter ,Recommended Values Site Class D E Effective Peak Ground Acceleration Coefficient 0.456g 0.382g As=FPg,PGA . Design Spectral Acceleration Coefficient at 0.2 Second period '.. 1.063g 0.912g SDS-Pass Design Spectral Acceleration Coefficient at 1.0 Second period 0.558g 0.864g SDI= F�S1 4.1.2.Liquefaction Liquefaction refers to a condition where vibration orshakingofthe ground, usuallyfrom earthquake forces, results in development of excess pore pressures in saturated soils and subsequent loss of strength in the affected soil. In general, soils that are susceptible to liquefaction include loose to medium dense "clean" to silty sands or non-plastic silts that are below the water table. Based on our explorations and analysis,we identified potentially liquefiable layers by using empirical correlations between anticipated PGA,earthquake magnitude and soil relative density as determined by SPT blow count.These correlations indicate that some sands and silts above about Elevation-10 feet are potentially liquefiable. We determined that some of the silts in the alluvium identified as potentially liquefiable based on SPT blow count were non-liquefiable based on criteria established by Bray and Sancio (2006) and correlations with Atterberg limits. One sample located at a depth of 70 feet in B-04 had SPT blow counts that indicate it could be moderately liquefiable. This sample contained angular gravel (i.e., crushed rock) which we interpreted as an indication of sloughing from upper layers in the borehole. The relative density measurement of this sample was also inconsistent with the relative density measurements of the surrounding unit. Based on these observations we consider this SPT measurement to be unrepresentative of the soil at this depth and we did not characterize this unit as liquefiable. The post-liquefaction residual shear strength of the soils identified as potentially liquefiable were modeled using a reduced shear strength based on the correlations presented in SoU Liquefaction During Earthquakes by Idriss and Boulanger (2008). This method correlates SPT blow counts to a residual shear strength ratio (SR/o'vc). These residual strengths were then converted to equivalent friction'angles for analysis. Guidance in the WSDOT GDM indicates that a coupled structural analysis (a structural analysis that incorporates seismic inertial effects with the effects of seismic soil liquefaction) is required if at least 20 percent of the hazard contributing to the PGA is a result of seismic sources with a predicted magnitude greater than 7.5. Based on the USGS de-aggregation, about 11 percent of the 1,000-year return period seismic risk at these sites are a result of seismic sources with a predicted magnitude greater than 7.5. Accordingly, a de-coupled seismic analysis can be used. GEOENGINEERS April28,2016'. Page, file Na.0410-162-02 4.2, Drilled Shafts 42.1.Lateral Shaft Resistances Lateral shaft analysis maybe completed using the LPILE computer program and the values provided below in Tables 2 through 4.The lateral group reduction factors provided in AASHTO(Table 10.7.2.4-1)should be applied to deep foundations spaced closerthan 5 diameters center-to-center. TABLE 2_WEST PIER;B-04 Effective Static conditions Liquefied Conditions Elevation Material LPILE Soil Unit Friction Friction Range Angel Cohesion R, E50 Angle R. Type ..Model Weight '.(feet) (PSF) (ibs/ina) (upitless) (Ibs/in3) (PCF) :(degrees) (degrees) Sand/ Surface 'Sand 125 34 - 200 - Non-Liquefiable. Gravel(Fill) to 31 .(Reese) Silt:' 31 to 25 Sand '53 29 30 8 _' 15 (Alluvium) (Reese) Silty Sand 25 to 16 Sand 63 34 - 60 Non-Liquefiable (Reese) Fat Silt :16 to 11 Soft Clay 53 - 1000 :100 0.01 Non Liquefiable:. (Matlock) Silty Sand 11 to-4 Sand 63 38 - 125 -- Non-LiquefiableI. (Reese) Silt -4 to 9 Sand 53 30 30 10 15 (Reese) Sand -9 to 14 Sand 63 38 - 125 Non-Liquefiable .(Reese) Silt ` -14 to-19 Sand '53 27 30 Non Liquefiable (Reese) Sand -19 to-44 - Sand 63 38 125 Non-Liquefiable (Reese) Silt -44 to 52 Sand '53 26 - 30 Non Liquefiable (Reese) Sand -52 to-90 Sand 63 40 125 Non-Liquefiable (Reese) Silt: -90 to Sand 53 .28 - 60 Non Liquefiable -112 (Reese) _ GEOENGINEER Apri128,20161 Pages Pile No.0410-1e2-02 TABLE 3:CENTER PIER;CPT-01 Effective Static Conditions Liquefied Conditions Elevation ' Material ;Range LPILESoil Unit Friction .Type 'Model Weight Cohesion K ESO Friction Angle K( Angel ) ( / ) ( ) (degrees) ( / :.(feet) PSF Ibs in' unitlessIbs in3) (PCF ) (degrees) Sand Surface .Sand 125 34 200 Non-Liquefiable Gravel(Fill) to 30 (Reese) Silt(Alluvium) Sand 53 30 -- 30 - 9. 15 30 to 24 (Reese) Silty Sand Sand 63 36 90r Non-Liquefiable 24 to 16 (Reese) Fat Silt Soft Clay 53 1600. . 500 0.005 - Non-Liquefiable 116 to 10 (Matlock) Silty Sand Sand 63 36 90: Non-Liquefiable 10 to 3 .(Reese) Silty Sand Sand 63 34 - 60 - 10 15 3to-3. (Reese) Silt Sand 53 29 30 5 15 -3 to-9 (Reese) Sand. Sand 63 36 90. Non-Liquefiable 9to-57 (Reese) Silty Sand ,Sand 63 34 - 60.'. Non-Liquefiable -57 to 72 (Reese) Silt Sand 53 30 - 30 - Non-Liquefiable -72 to-89 (Reese) Silty Sand -89 to Sand 63 36 90 Non-Liquefiable -112 (Reese) TABLE 4: EASY PIER; B-02 Effective Static Conditions Liquefied Conditions Elevation Material LPILE Soil -Unit Friction Range Cohesion K E50 Friction Angle K Type - Model Weight Angel - (feet) }(P0F) (degrees) (PSF) (Ihs/ina) (unitless) (degrees) (Ibs/in%) Sand/ Surface Sand Gravel(Fil I) to 31 (Reese) 125 34 200 - Non-Liquefiable Silty Sand 31 to 16 , Sand(Reese) 63 34 - 60 Non-Liquefiable Sand Silt 16 to 11 53 28 30 - 515 9-5 (Reese) Sand Silty Sand 11 to (Reese) 63 34 - 60 - Non-Liquefiable GEOENGINEER ApM 2S,2016; Page 6 File N,0G10-16M2 Effective Static Conditions Liquefied Conditions Elevation Material LPILE Soil Unit Friction Type Range Model Weight Angel Cohesion 'K E50 Friction Angle K : - - ' (feet) (PCF) (degrees) (PSF) (Ibs/in') (unitless) (degrees) (lbs/in') Sand Silty Sand 6to 4 (Reese) 63 30 20 7 15 Sand Silty Sand -4 to 14 .(Reese) 63 - 36 -- 90 Non-Liquefiable ' ,. . Fat Silt 14 to 24 Soft Clay 53 1,300 300 0.005 Non Liquefiable (Matlock) Sand Sand -24 to-44 (Reese) 63 38 -. . . 125 -- Non-Liquefiable - Sand Silt-. 44 to 49 (Reese) 53 28 30: Non-Liquefiable Sand Sand - -49 to-54 63 40 125 - Non-Liquefiable (Reese) Sand Silt 54 to 64 `-(Reese) 53 30 30: Non-Liquefiable Sand Silty Sand -64 to-99 (Reese) 63 36 - 90 - Non-Liquefiable ',.. -99 to .Sand Sand }-112 (Reese) 63 40 125 Non-Liqueflable 4.2.2.Axial Shaft Resistances Design axial resistances for shafts located at Piers 1 through 3 are provided in Figures 3A through 5B. These values are based on a single shaft and do not consider group effects of closely spaced shafts. The axial group reduction factors provided in AASHTO (Table 10.8.3.6.3-1)should be applied to shafts spaced closer than 3 diameters center-to-center for a single row of shafts or 4 diameters center-to-center for multiple rows. 4.2.3.Construction ConsiderationsI� Shafts will be installed adjacentto existing improvements including railroad tracks, roads,and underground utilities. Sloughing of the shaft excavation could cause damage to the surrounding improvements. Accordingly,we recommend that a continuous casing method such as a casing oscillator be used to install the shafts. Shaft construction may also be constrained by conflicts with overhead and below-ground utilities. We understand that underground utilities such as fiber-optic communication lines will be rerouted prior to construction. We also understand that the overhead powerlines will be raised to allow for construction of the new bridge.This will require some of the powerlines to be de-energized and temporarily removed from the work zone. This temporary removal of some powerlines will provide a limited work window for shaft construction. GEOENGINEERS� Apfil 28,2016'. Page 7 HI,Ya 0410-162-02 S.O LIMITATIONS We have prepared this report for the exclusive use of the City of Kent and their authorized agents for South 228th Street/UPRR Grade Separation project in Kent,Washington.City of Kent may distribute copies of this report to their authorized agents and regulatory agencies as may be required for the Project. Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices for geotechnical engineering in this area at the time this report was prepared. The conclusions, recommendations, and opinions presented in this report are based on our professional knowledge,judgment and experience. No warranty,express or implied,applies to the services orthis report. Please refer to Appendix C titled "Report Limitations and Guidelines for Use" for additional information pertaining to use of this report. GEOENGINEER ApO128,2016', Page8 ',... FlfeN..0410-Sezo2 r � ' h0 W ,t a L!J I ,M" t 0 may`. a A X y� _ y M �r <n- artmad !F�f}3�%:".,• fro.. V Oi yp u lx`r* � ie£ Ey o Moll lit C E �re b a �^ 3 J. m 5EE na e m it I Vl a a a o FL uj K ry L Z e m ry ~ (;aa;)u014ena[3 ~ w` A I U c A Y \ d' N n a Oo s � a (;aa})uol;ena13 h W 5 F+ = m w m L I v Gls u rc z o 0 10 O c m _ H o a m m t b u v i \I\ & a g n. w 'v b n - E m mF ,` � m & E w a 42 (;aa,{)uoi4ena13 .. Z029TVS90 ''. i I AASHTO Drilled Shaft Uplift Resistance 8.2400t Diameter Drilled Shaft Subsurface Uplift Shaft Resistance Profile Factored Axial Resistance (kips) 0 500 1,000 1,500 2,000 40 40 �I Tom" i I Sand/Gravel (Fill) ®Extreme . Strength 30 __ ___ Silt�AlluviumL�� 30 _, � Service __ -- ----,- ------- - - - Unfactored Silty Sand (Alluvium) j Fat Silt(Alluvium) - 10 Silty Sand (Alluvium) 10 ,--- i v 0 0 0 0 ®I.� i—:-�I —I'— - M � ' e...�._ 7 > 01 Silt (Alluvium) W \ 01 -10 Sand (Alluvium) I �� Silt (Alluvium) 20 Sand (Alluvium) lils 20 " -30 -30 i -40 -40 •• -• -= Depth of Liquefaction General Notes 1. See Figure 3A for general notes. West Pier :Resistance Factors Uplift South 228th Street/UPRR Grade Separation Kent, Washington Sand 0.45 i N o GIM 0.as GM NGINEERS Figure3B C m m O Q d a mmo I � I I a FL LU III I �Y w w I 9 I m � r r o m usi E e ' u I na` G 7 0 (l al) ] 13 0 O N L d s z� o ry m X I I 1 / 6 c �u 41 •o y �s o Win a SIP o v u " S a w d m N (laa))u01lenal3 16 n a � 7 �" � � - a LL �� '✓�-,.? � 1 " ` '�_ °' v w .N 8 III VI (4aa;)uol;enal3 N ZPM9 TV0 I i AASHTO Drilled Shaft Uplift Resistance 8.2400t Diameter Drilled Shaft Subsurface Uplift Shaft Resistance Profile Factored Axial Resistance (kips) 40 40 0 500 1,000 1,500 2,000 '... a .. Sand/Gravel (Fill) 1__ ®Extreme I i i 30 —� Strength nUVlum .,r<:..p 30 ... .v. -Service Stity,Sanci (Mru—vium) 1 ,,(" - - - Unfactored - Fat Silt(Alluvium) 10 ty an u` um) 10 L `�I—� --� `--.. 0 0 Silty Sand (Alluvium) 0 0 �A wSilt (Alluvium)-10 -10 j Sand (Alluvium) -Z0 -20 j -30 -30 w' II -40 _40 .--- -�— - I ��L L <-- Depth of Liquefaction General Notes 1. See Figure 4A for general notes. Center Pier I, Resistance Factors Uplift South 228th Street/UPRR Grade Separation Kent, Washington o Sand 0.45 N Clay 0.35 '.. J:: o IGM 0.45 E� N INEERS E!g:u:re4:B III v v vv w f0 v v v a 12 Ln OJ i I I I I — 65 Y W i i o 9 L ry W (pas)upi;ena13 p � a w` C c ry m U E m nq I � I rc w o y c m ry v - w e as vuol e -3 3 n ( i) 13 ry® N f ® _ p, o H A0 O v _ m O I�VI a E Y 4p ICIt7 � v v 9 — cpi o� u v L m m p o � y y a 1 c_ In $ a \. � C ry (;aa))uppenam p € - E Vl L Q = m n o a B 8 cu y v� in v'�i Q 0. 71 m c x v (gaai)upµenal3 zo-zavaivo SH'TO Drilled Shaft Uplift Resistance 8.2-foot Diameter Drilled Shaft 01 Subsurface Uplift Shaft Resistance Profile Factored Axial Resistance (kips) 0 500 1,000 1,500 2,000 40 ---- Sand/Gravel (Fill) ®Extreme —III Strength 30 Silty Sand (Alloy 7 n 30 —� i »�� I -Service Unfactored 20 Silt (Alluvium) 20 --�- �, 10 - ity an 10 � Alluvium Y vQj I Silty Sand (Alluvium) v , 3• Silty Sand _10 (Alluvium) w -10 Fat Silt(Alluvium) N Sand (Alluvium) (4 I 30 30 I I I — I I -40 - -40 , Depth of Liquefaction General Notes 1. See Figure 5A for general notes. East Pier Resistance Factors Uplift South 228th Street/UPRR Grade Separation Kent, Washington o Sand 0.45 I N Clay 0.35 o Figure 5B IGM 0,45 GM ENGINEERS PPEN iX Subsurface Explorations and Laboratory Testing i APPENDIX A SUBSURFACE EXPLORATIONS AND LABORATORY TESTING General We explored subsurface conditions at the site by advancing four soil borings to depths between 76.5 and 151.5feet below ground surface(bgs)and one CPTto a depth of 150feet.The explorations were completed between February 8, 2016 and February 17, 2016. The locations of the borings were determined by triangulating from existing site features such as roadways and structures.The elevations presented on the boring logs were based on the topographic survey data provided by City of Kent. The locations and elevations of the explorations should be considered approximate.The exploration locations, proposed shaft locations, and other site features are included on the Site Plan, Figure 2. Soil Bo angs Drilling was performed by Holocene Drilling, Inc. using a truck-mounted drill rig under subcontract to GeoEngineers, Inc. Mud-rotary drilling methods were used to advance the borings. The borings were backfilled in accordance with Washington State Department of Ecology regulations by Holocene Drilling. Disturbed soil samples were obtained from the borings using a 1.5-inch-inside-diameter split-spoon standard penetration test (SPT) sampler driven into the soil using a 140-pound hammer free-falling a distance of 30 inches in general accordance with ASTM International (ASTM) D 1586.The number of blows required to drive the sampler the last 12 inches or other indicated distance is recorded on the log as the blow count. Relatively undisturbed samples of fine-grained soils were collected using a thin-walled sampler in general accordance with ASTM D 1587. Our representatives continuously monitored the borings, maintained logs of the subsurface conditions and observed sample attempts. The soils encountered were visually classified in accordance with the system described in Figure A-1, and in general accordance with ASTM D 2488. Summary logs of the explorations are included as Figures A-2 through A-5. Cone Penetrometer Test Cone Penetrometer Test(CPT)soundings were completed by In-Situ Engineering, Inc. under subcontract to GeoEngineers, Inc. CPT soundings were completed using a truck-mounted hydraulically driven cone penetrometer. Soil friction on the side of the probe, probe tip resistance, and dynamic pore pressure were recorded using electronic methods. The CPT sounding was advanced to a depth of 150 feet bgs. The CPT data is presented as Figure A-6. No soil samples are obtained during CPT soundings.Soil types are interpreted based on empirical relationships between measured CPT data and the parameters described above. Laboratory Testing Soil samples obtained from the borings were transported to GeoEngineers laboratory. Representative soil samples were selected for laboratory tests to evaluate the pertinent geotechnical engineering characteristics of the site soils and to confirm our field classification. G Eo ENGINEERS Apri128,2016, Page A-1 vne No.aaia-iczos ' The moisture content of selected samples were determined in general accordance with ASTM Test Method D 2216. The test results are used to aid in soil classification and correlation with other pertinent engineering soil properties. The test results are presented on the boring logs. Selected samples were"washed"through the U.S. No. 200-mesh sieve to estimate the relative percentages of coarse and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the sample finer than the U.S. No. 200 sieve. These tests were conducted to verify field descriptions and to estimate the fines content for analysis purposes. The tests were conducted in accordance with ASTM D 1140, and the test results are shown on the exploration logs at the respective sample depths. Atterberg Limit Tests were performed on selected samples in general accordance with ASTM Test Method D 4318 (includes organic determination). This test method determines the liquid limit, plastic limit and plasticity index of soil particles passing the No. 40 sieve. The results of the tests are used to assist in soil classification. In addition, the potential for volume change can often be detected from the liquid- and plastic-limit test. Figures A-7 and A-8 present the results of this test. Consolidation testing was performed to determine the settlement potential of selected samples in accordance with ASTM D 2435.The consolidation test determines the magnitude and rate of consolidation of soil restrained laterally and drained axially while subjected to incrementally applied controlled-stress loading. The results of our consolidation tests are shown on Figures A-9 and A-10. 6EOENGINEER Apr128,2016i, Page A-2 Fl1,N.,0410ae2-oz SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS _. SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH LETTER; DESCRIPTIONS GRAPH LETTER DESCRIPTIONS CLEAN °�``- GW i GRAVEL-SANDMIAxvruaE's AC Asphalt Concrete GRAVEL GRAVELS AND GRAVELLY (LITTLE OR NO clues) ODD 0 GP POORLY-GRADED GRAVELS, SOILS n GRAVEL-SAND MIXTURES \ \ \ L, � CC Cement Concrete COARSE GRAVELS WITH SILTY GRAVELS,GRAVEL-SAND GRAINED MORE THAN Eo% p °.. GM -SILT MIXTURES CR Crushed Rock/ SOILS of HINENIr FINES , I RACTK N RLarry Spalls RETAINED ON NO. IAPPREE IMLE AMOUNT 4 SIEVE ar rmes) c GC CLAYEY CRAVe_S,GRAVEL- SAND-CLAY MIXTURES TO soil/ TS p Forest Duff/Sod W $W ELL-GRADED SANDS, CLEAN SANDS GRAVELLY SAVES WORE THAN so% SAND /� RETAINEDONNO. AND InTREOFNOHNES) e Groundwater Contact mn sEve SANDY SP POORLY-GRADED SANDS, SOILS GRAVELLY SAND Measured groundwater level in exploration,well,or piezometer MORE THAN SO% SANDSWrrH SM SILTY SANDS,SAND-SILT OF COARSE MIXR.RES FRSORON FINES ® Measured free product in well or PASSNG NO, iezometer SIEVE 'E"LcSE FANSUNT CLAYEY SANDS,SAND-CLAY — p op FINFs) $C MIXTURFS i I • INORGANIC SII TS,ROCK Graphic Log Contact ME FLOUR,CLAYEYSILTS WITH SLIGHT PLASTICITY — - -- _-- Distinct contact between soil strata INORGANIC CLAYS OF LOW TO SILTS UaUID LIMIT C`L MEDIUM PLASTICITY,GRAVELLY '. FINE AND LEss TIwN Eo CLAYS LEAN QAYSS,SILTY cSo CLAYS Approximate contact between soil SOILS • • ORGANIC SILTS AND ORGANIC / strata OL SILTY CLAYS OF LOW PLASTICITY MORE THAN su% INORGANIC SILTS,MICACEOUS Material Description Contact PASSING No.Zoo MH OR DIATOMACEOUS SILTY SIEVE �. SOILS SILTS INORGANIC CLAYS OF HIGH Contact between geologic units AND UQVF UMF CH PLASTICItt GREATER THAN W CLAYS - ORGANIC CLAYS AND SILTS OF ____ Contact between soil of the same OH MEDIUM TO I IIG,I PLASTICITY geologic unit HIGHLY ORGANIC SOILS PT PRAT,HUMUS,SWAMPSOILS O NTENTSDRGANIG Laboratory I Field Tests NOTE: Multiple symbols are used to indicate borderline or dual soil classifications %F Percent fines Sampler Symbol Descriptions %G Percent gravel AL Atterberg limits ® 2.4-inch I.D.split barrel CA Chemical analysis CID Laboratory compaction test Standard Penetration Test(SPT) CS Consolidation test DS Direct shear ■ Shelby tube HA Hydrometer analysis ® MC Moisture content Piston MD Moisture content and dry density OC Organic content Direct-Push PM Permeability or hydraulic conductivity PI Plasticity index Bulk or grab PP Pocket penetrometer IN Continuous Coring PPM Parts per million SA Sieve analysis TX Triaxial compression Blowcount is recorded for driven samplers as the number UC Unconfined compression '.. of blows required to advance sampler 12 inches(or VS Vane shear distance noted). See exploration log for hammer weight and drop. Sheen Classification NS No Visible Sheen A"P"indicates sampler pushed using the weight of the SS Slight Sheen '.. drill rig, MS Moderate Sheen III HS Heavy Sheen A"WOH"indicates sampler pushed using the weight of NT Not Tested the hammer. NOTE:The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS GWENGINIEER�UAIJ FIGUREA-1 Rev.02/16 L. Start End Total 151.5 Logged By SJW Driller Holocene Drilling, Inc. Drilling Mud Drilled 2/9/2016 2/11/2016 Depth(ft) Checked By LJS Method Rotary Surface Elevation(ft) 39 Hammer Autohammer-73%Efficiency Drilling BK-81 Vertical Datum Data 140(Ibs)130(in)Drop Equipment Easling(X) System Groundwater Northing(Y) Datum Depth to Date Measured Water noi Elevation(ftl Notes: See Remarks FIELD DATA w B d o s MATERIAL REMARKS w a z J DESCRIPTION 5 2 0 m m n aN N r? m o' m .5LZ w ❑ of 0 _AC Asphalt concrete _ Air knife used 0 to 7.5 feet CR Crushed rock base course GP Brown fne to coarse gravel with sand and cobbles(dense,moist to wet)(fill) o I 5 e I 5 S015" 0 sM Gray silty Flne to medium sand(medium dense, Groundwater observedat 9 feet bgs In drill 10 casing 10 12 5) tih 5 11 14 2 (17) -- ---------------- sP-sM Gray fine to medium sand with silt(medium 20 5 15 3 - dense,wet)(alluvium) (18) p 0 ML Gmy silt(medium stiff,wet)(alluvium) N5 0 25 16 3 AL 49 AL(LL=49;PI=11) (4) 24 cs 54 Dry Density=fie pcf ffi so SM Gray silty floe to medium sand(medium dense, °w 30 14 14 6 - wet)(alluvium) a (17) F E y ML _ Gray slit with sand and some organics(grass) o (soft,wet)(alluvium) 'a 35 13 6 7 46 AL(LL=36;PI=4) 9 (7) AL D e 24 8 F Y Note:See Figure A-1 for explanation of symbols. S Log of Boring B-02 ry Project: South 228th Street UPRR Grade Separation a Project Location: Kent, Washington Figure A-3 Project Number: 0410-162-02 Sheet 1 of 4 FIELD DATA e o m 0 MATERIAL _° J DESCRIPTION REMARKS O U O ry 41 m J U .- ` zi m y U 0 O N O O N N O to O W C] m pj Z U MIT (5 U' U �U BM Gray silty fine to medium sand with layers of 40 13 7 A silt(loose,wet)(alluvium) 46 AL(Non-plastic) 9) h ML Gray silt with sand(stiff,wet)(alluvium) 45 12 26 10 - 35 (32) 24 11 ^o 50 16 21 12 -- (26) 12 13 ^5 SM Gray silty fine to medium sand(medium dense, wet)(alluvium) - - ——— 55 MM Gray silt with sann d(medium—stiff,——wet)————— _ ffi 4 n� (alluvium) 26 AL(LL=52;PI=18) (5) 24 1e '.. ,yo 60 15 ti 16 - (13) - ------------------ - !25 SPSM Gray Flne to medium sand with silt(medium dense,wet)(alluvium) 65 B 24 17 26 11 (29) ,50 V W u 70 10 30 16 Grades to dense (37) 0 75 11 26 19 (32) E `Q 80 10 3B 20 (46) A F Note:See Figure A-1 for explanation of symbols. s 5 s Log of Boring B-02 (continued) Project: South 228th Street/UPRR Grade Separation EProject Location: Kent, Washington F0�113 Figure A-3 Project Number: 0410-162-02 Sheet 2 of 4 FIELD DATA - '... w E MATERIAL z J DESCRIPTION REMARKS p _ ML Gray silt with sand(soft,wet)(alluvium) 85 5 3 21 38 (4) PC 0 -- Gra------------------ SPsr.1 yfine to medlum sand with silt(dense,wet) (alluvium) Po 90 0 38 22 (46) PP ML Gray sandy silt(very stiff,wet)(alluvium) HS 10 13 36 6) MC 1P 100 6 14 25 (17) P BPSM Gray fine to medium sand with silt(dense,wet)- (alluvium) 1os 10 zs zfi (32) qo � ML Gray sandy silt(soft,wet)(alluvium) '.. 110 11 21 27 35 (26) MC -- ----------- _ ______ __. SM Gray silty fine to medium sand(medium dense, wet)(alluvium) P 5 10 18 (22) 26 ML Grarary silt with sand(very stiff,wet)(alluvium) 38 MC $O z 120 29 SP-SM Gray sand with silt(medium dense,wet) 0 16 28 (alluvium) (34) s t = 00 u -- -----------)( v ML Gray sandy silt(very stiff,wet)(alluvium) 0 125 ''. 0 21 MG 30 u (26) MC . z e Note:See Figure A-1 for explanation of symbols. Log of Boring B-02 (continued) m Project: South 228th Street/UPRR Grade Separation GEoENGINEERS Project Location: Kent, Washington Figure A-3 Project Number: 0410-162-02 Sheet 3of4 FIELD DATA A o MATERIAL v Z J DESCRIPTION REMARKS r o W O — fY inZ U N F (7 (7 U z u SM - Gray silty sand(medium dense,wet)(alluvium) 130 11 15 31 (18) :1_ --__------------------ �5 MIL — Gray silt with sand(stiff,wet)(alluvium) 135 10 10 32 38 (12) sN Gray silty sand(dense,wet)(alluvium) 140 13 30 33 t] — (37) sP-W Gray sand with silt(dense,wet) ^lh 145 14 28 34 34) ^o I 150 12 44 35 Grades to vely dense (53) ti 0 E E u s Note:See Figure A-1 for explanation of symbols. `8 s Log of Boring B-02 (continued) Project: South 228th Street/UPRR Grade Separation I _ Project Location: Kent, Washington Figure A-3 Project Number: 0410-162-02 Sheet 4 of 4 !. Start Total 151,5 Logged By BL Driller Holocene Drilling, Inc. Drilling Mud Rota !, Drilled 2H.5/2016 2l17/2016 pepth(ft) ! Checked By LJS Method Rotary D Surface Elevation(it) 37 Hammer Autohammer-91%Efficiency Drilling BK-61 Vertical Datum Data 140(lbs)/30(in)Drop Equipment Easting(X) System Groundwater panfh to Northing(Y) Datum pate Measured Water ft Elevation(Itl Notes: See Remarks FIELD DATA w E m e MATERIAL ° = v a z DESCRIPTION o REMARKS o v v sv ry c m [2 ° 2 - e in AG Asphalt concrete Drill chatter o CR Crushed rock base course `v6 ° GP-GM Brown fine to coarse gravel with silt and sand o (dense,moist)(fill) I 0 10 33 o u (50) o 0 0 o - - Groundwater observed at 7 feet bgs in drill casing 0 o I ML Gray sandy silt(medim stiff,moist)(alluvium) Drill chatter stops 0 0 5 2 (6) ryy 0 3 sM Gray silty flne sand with organics(wood) 75 12 12 4 (medium dense,wet)(alluvium) (18) do 20 0 12 5 Wood pieces In cuttings (10) „y "i MH Gray silt with trace organic matter(grasses) w and occasional fine gravel(medium stiff, 0 21-1 6 moist)(alluvium) 0 6 (9) AL 70 AL(LL=64;PI=19) g sM Gray silty fine sand(very dense,wet) 0 (alluvium) °w 30 4 46 (70) E Y h 9 i E . sPSM Gray fine sand with silt(medium dense,wet) (alluvium) 35 9 17 9 S (26) go p 4 Note:See Figure A-1 for explanation of symbols. 8 Log of Boring B-04 Project: South 228th Street UPRR Grade Separation E I E Project Location: Kent, Washington s Figure A-4 Project Number: 0410-162-02 Sheet 1 of 4 FIELD DATA ICI MATERIAL REMARKS d z DESCRIPTION O d OI J V F y a v 0 A v A i0 20 IL O of no U NH 0 C7U �U 40 0 32 a Grades dense II (49) h ML Gray sandy silt with[race organics(grass) (stiff,wet)(alluvium) 45 12 10 10 42 AL(non-plastic) (15) AL 33 70 O %F SP-SM Gray fine sand with silt(medium dense,wet) (alluvium) 50 14 19 11 129) �5 MH Gray silt with sand(soft,wet)(alluvium) 55 9 2 AL 55 AL(LL=54;PI=19) (3) SPSM Gray fine to medium sand with silt(dense,wet) 16 13 (alluvium) 60 9 23 14 (35) up 65 17 30 15 (46) sO 70 7 18 �F 15 7 Angular gravel In sampler(slough) (27) u Ah °w 75 14 30 17 m (46) E p� E 80 12 46 16 E (70) E h � ML _ Gray silt with sand(very soft,wet)(alluvium) Note:See Figure A-1 for explanation of symbols. a Log of Boring B-04 (continued) Project: South 228th StreeUUPRR Grade Separation E I r Project Location: Kent, Washington s ..* Figure A-4 Project Number: 0410-162-02 Sheet 2 of 4 ' FIELD DATA E e v m MATERIAL N J DESCRIPTION REMARKS m t12 Z Iry -65 w o Of mz u WIT (7 (7o 86 15 WOH 19 Mc 34 h° I 90 18 28 20 : SPSM Gray fine to medium sand with silt(medium 55 dense,wet)(alluvium) 95 16 25 21 (38) 6� 100 16 31 22 (47) 0 I -. sP-sM Gray fine to medium sand with silt,organics (wood pieces)and occasional layers of sandy silt(dense,wet)(alluvium) 105 ■ 14 26 23 1 (39) ,O 110 6 32 24 (49) �5 a 115 _ Grades to very dense 3 60 25 (91) SM Gray silty fine sand with organic matter(grass) and trace gravel(dense,wet)(alluvium) 0 6 2 49 26 u (74) g e _ a SP-SM Gray fine to medium sand with silt and E stratifications(approximately 1 to 3 inches - 125 thick)of sandy silt(dense,wet)(alluvium) 2 32 27 49) m °Q fdL Gray silt with sand(stiff,wet)(alluvium) 0 - Note:See Figure A-1 for explanation of symbols. g Log of Boring B-04 (continued) Project: South 228th StreeUUPRR Grade Separation 9 � ' Project Location: Kent, Washington Project Number: 0410-162-02 Shgeet3of4 FIELD DATA 9 y = MATERIAL REMARKS ° a Z DESCRIPTION d N U f O O N N Q N to...• W O C IL' p]Z U f(1'r � (� (JD 130 18 12 26 36 9 a) MO 35 19 2s (29) p0 I 140 ] 31 30 (47) oy 145 6 a 31 37 (12) Mc ML Gray sandy silt with layers of silty fine sand (hard,wet) 150 15 25 32 (38) � I 0 i7 a E E Note:Scc Figure A-1 for explanation of symbols. Log of Boring B-04 (continued) Project: South 228th Street UPRR Grade Separation GEoENG Project Location: Kent, Washington a Figure A-4 Project Number: 0410-162-D2 Sheel4 of 4 Operator: Mayfield CPT Detefflme_ 2/102016 1109:59 PM Sounding; CPT-01 Local].: Kent,WA Cane Used: DDG1327 Job Number: 0410-162-02 TIP Resistance Fricliort Ratio Pore Pressure Shc Behavior Type' SPT W Oc TSF Fs/Q.(%) Pw PSI Zane:DBC1983 60%Hammer 0 450 0 5 -20 180 0 12 0 60 0 1� F r -- r II r- II-` r a %ter I. I I y-1_ II t�l r I r I 20 - 1 1 I �Id q �h4 j 31 I I I1 I 40 r z r I I r 1 I I r�11 � I r 11 -y � §T I rl r GO r I I 1 r- 1 -T-..- 4- 1--I- Y l 1 t ]i T1 �. I . - z -1 3t Sr1 T I ll r l It I i sl i - i _ .I. 1 d� i 1 I I r T ,• T 1 1 e9 1 1 � I-_,._ f 1. ,. _1 �. Depth 1i TY I r I � � I I r a 5 1 A Yi 100 1 F } I I r I I i 1 I I r i 1 i -r 11 r i I r r r r i I i I i1 r r r I i 120 -__.-T -r-r -r -r-T -T -i -r �rTT varr-i-r TTr T-T-r— I Cry U;i I� I� li i i i i-ti.EY G� r I 1 I �I r r r 1 ri r r r i i -x1gr- i t r 1 I I I Tyl I r/lti-r m_i� _ rr r-gy I I r, r 140 - I I I r M 9�1pjul160 I I I I I r I 1 1 r ( I I I 1 I r r r I r Maximum Depth=151.06 feet Depth Increment=0.164 feet ]eA 1 sensitive fine grained ®4 silty clay to clay 0 7 sllty send to sandy silt 010 gravelly sand to send *2 organic material FA 5 clayey silt to silty clay -'i'0 sand to silly sand 4O 11 very stiff fine grained(') A 3 clay ®6 sandy silt to clayey silt "'A 9 sand E 12 sand to clayey send I') ' In Situ Enpinearing,CPT begins 13'below street sudece Sul bahador type and SPT based on data from UBC-19113 N CPT-01 0 South 2281h Street/UPRR Grade Separation Kent, Washington GWENGINEER5 FigureA-6 s I n 0 Q 0 LL N 70 0 �CL O N � e01 cc IL U) C UJ O J N uj � 00 LM V Y z uj Q N D = 0 LLJ O 0 O o I IU— J CY ❑ � m m m e # > cd O d I O � n M { o F O _ Q L Y Q r Q v ' Cl) a � . � _ Eo J _Q U � Jv o = O e N � 0 O O g U c 3 a E_ O O �O U1 V Cl) N ci w N N m X3ONI.LLIDIlSVId ❑ ova aEv = ` h � a tl0 N a a C J2 N N N N a a N v m E z E Y O � T J? — a ® © 4 o Fa V) W 0 Z 9T/£0/£0 :P-Vodx3e)e0 ZO-Z9IOI40 O Q o . D � cD 14 Lu J O LU O 4 S y W z 000 Q LU Nuj 2 \T O U) o 0 b 0 0 i a Z` 2 2 ® J « r s o H O J V) o o w to N J •.i p o w w = > a o �. ova 0 J M a o U K a U �?-a o 12- G O mom $ ° a 07 J ifl 80 N � V - 3 0 O m m m O O O O O O O t N s m 3 (O Ln d' M N �•i N O N a m s X w ci N X34N1 Ail0liSV Id o � E d � _ sEs O O O o O E m 6] m pj 00 Z a v E C w D O - - a ® 0 ® O oh w z 9T/£O/EO P.P.d,.ICO ZO'Z9T-OTVO i PRESSURE(psf*1000) 0.01 0.1 1 10 100 0 I t 0.02 i I I I I I 0.04 r4 0.06 -- 1 - l — J --- _ z0.08 _-- o t --C -- - o0.1t� O --- 'r -Z .-___- .. � ! i III osz -�l ��- --- I i II 0.14 I 4i .L L f- 1 LI' - -_- 0.16 f I- T 0.18 Initial Initial Dry Boring Depth Moisture Density Number feet Sol[Description % Ibs/ft' B-02 26.5 Silt(ML) 54 68 Note:This report may not be reproduced,"cant In full,without written approval of GooEngineers, Inc. Test results are appllrahle only to the specific Consolidation Test Results sample on which they were performed, and should not be interpreted as representative of any other samples obtainod at ulher times, depths or locations,prgmrcraledby separate operations o+processes. South 228th Street/UPRR Grade Separation The consolidation test results were obtained in general accordance with ASTM o2na5. Kent, Washington o E® NGINEERS FigureA-10 8 APPENDIX Previous Explorations SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS GROUP GROUP NAME SYMBOL GW WELL-GRADED GRAVEL,FINE TO COARSE GRAVEL GRAVEL CLEAN GRAVEL COARSE GP POORLY-GRADED GRAVEL GRAINED More Than 50% SOILS of Coarse Fraction GRAVEL GM SILTY GRAVEL Retained WITH FINES on No.4 Sieve GC CLAYEY GRAVEL SW WELL-GRADED SAND,FINE TO COARSE SAND SAND CLEAN SAND More Than 50% SP POORLY-GRADED SAND Retained on More Than 50 No.200 Sieve SM SILTY SAND of Coarse Fraction SAND Passes WITH FINES SC CLAYEY SAND No.4 Sieve ML SILT FINE SILT AND CLAY INORGANIC GRAINED CL CLAY SOILS Liquid Limit ORGANIC OL ORGANIC SILT,ORGANIC CLAY Less Than 50 MH SILT OF HIGH PLASTICITY,ELASTIC SILT More Than 50% SILT AND CLAY INORGANIC Passes CH CLAY OF HIGH PLASTICITY,FAT CLAY No.200 Sieve Liquid Limit ORGANIC OH ORGANIC CLAY,ORGANIC SILT 50 or More HIGHLY ORGANIC SOILS PT PEAT NOTES: SOIL MOISTURE MODIFIERS: t. Field classification Is based on visual examination Dry- Absence of moisture,dusty,dry to the touch of soil in general accordance with ASTM D2488-93. 2. Soil classification using laboratory tests is in Moist- Damp,but no visible water general accordance with ASTM D2487.95. Wet- Visible free water or saturated,usually soil is obtained from 3 3. Descriptions of soil density or consistency are below water table based on Interpretation of blow count data, visual appearance of soils,and/or test data. 0 a 4 0 0 0 G EO N G I N E E S FIGURE SOIL CLASSIFICATION SYSTEM LABORATORY TESTS SOIL GRAPH: AL Atterberg Limits SM Soil Group Symbol CID Compaction (See Note 2) CS Consolidation DS Direct shear GS Grain size %F Percent fines Distinct Contact Between HA Hydrometer Analysis Soil Strata SK Permeability SM Moisture Content Gradual or Approximate MD Moisture and density Location of Change SP Swelling pressure Between Soil Strata TX Triaxial compression UC Unconfined compression CA Chemical analysis SZ Water Level 3 Bottom of Boring BLOW COUNT/SAMPLE DATA: 22 ® Location of relatively Blows required to drive a 2.4-Inch I.D. undisturbed sample split-barrel sampler 12 inches or other indicated distances using a 12 ® Location of disturbed sample 300-pound hammer falling 30 inches. 1� O Location of sampling attempt with no recovery 10 Location of sample obtained Blows required to drive a 1.5-inch I.D. in general accordance with (SPT) split-barrel sampler 12 inches Standard Penetration Test or other indicated distances using a (ASTM D-1586) procedures 140-pound hammer falling 30 inches. 26 m Location of SPT sampling attempt with no recovery Location of grab sample "P" indicates sampler pushed with o weight of hammer or against weight of drill rig. N 0 I NOTES: 1. The reader must refer to the discussion in the report text, the Key to Boring Log Symbols and the exploration logs for a proper understanding of subsurface conditions. 4 2. Soil classification system is summarized in Figure 4. 0 6 v 0 z° KEY TO BORING LOG SYMBOLS GM ENGINEERS FIGURES Project Job Number Location S. 228th Street Corridor and Willis Street 0410-106-01 Kent, WA Date Drilled 01/08/02 B gged MHB Contractor Holt Drilling Drill rod 4-inch Hollow-Stem Auger Equipment B-59 Truck Mounted Drill Rig Drill Bit Method lo SPT Hammer 140Ib. Hammer w/30-inch Drop Location S. 228th StreeVU,P,R.R. Total Depth(ft) 80 Elevation(ft) Not Measured Datum' S te Total Well 25.0 MonumentElevation 0.0 asm E wation De tf f ticku ft SlieLa (ft z N N 2 e CD C) �C F € SCHEMATIC i N E a v E Material Description m o ? a S C o r N G Z O N m _ 5 p 0 Steel surface SP myish brown fine to coarse sand with 0 monument gravel(medium dense,moist)(fill) Concrete surface '.. seal 1 22 5 Bentonite,seal 5 Sz ML Gray silt(very soft,moist) 1-Inch Schedule 2 2 10 40 PVC well 10 casing SM Dark gray silty fine to medium.sand (loose to medium dense,wet) 1-inch Schedule 3 7 sI 15 40 PVC screen 15 4 15 20 20 Colorado silica sand backfill 5 7 25 25 Concrete surface seal II 6 12 sI 30 30 `b full- Gray silt with occasional sand and organic material(stiff,moist) 7 9 35 35 N F O 40 x 11 SM Gray silty fine to medium sand(medium 40 w dense,wet) n u U' 0 45 9 21 45 Note: See Figure 5 for explanation of symbols 0 w LOG OF BORING B-3/MONITORING WELL P-3 GMENGINEERFIGURER w U i Project Job Number L ocation S. 228th Street Corridor and Willis Street 0410-106-01 Kent, WA Y _ lWl Z O N J O 6 0 U I IEMATIC -" y m T o 3 a Y = SC Material Description a �z 0 W 45 45 10 20 5D 50 ML Gray silt(very soft to stiff,moist) 11 1 55 55 12 10 60 60 SP Gsay fine to medium sand(medium dense,wet) 13 15 65 65 14 23 70 70 15 23 75 75 16 38 BO BO i Boring completed at a depth of 80.0 feet on Ol/08/02. Ground water encountered at a depth of ',. 6.92 feet during drilling. 55 85 N g0 90 N F C1 a 6 0 U 95 95 N 6 a a Nots:,%e Figure 5 for explanation of symbols 0 J W M LOG OF BORING B-3/MONITORING WELL P-3 a GWE GINEE S FIGURER 0 w e 0 0 0 a i I o d i m TTIT m_ ccc cn m i, Z aaa � ? _ ? '� - - - -- o w EEEc 3 000 � c o �-,7 = W -- W (p fn co r+�1 � � W Q m W j a LL 0 4 0 O N m M � UWi �G W O o O W ? m Mera 0 �E mm o5m a o � o O o ®p4 ® O O 2 p Q O O O O O O O O O Ib A O O> W 1� cD t1� t c7 N i (P PERCENT PASSING BY WEIGHT b 0 o o pA,, pA��8 ®c SIEVE ANALYSIS RESULTS E NGINEERS FIGURE11 u� l'Soil bahaviar type and SPT based on data from U13G1983 I GeoEngwneers Inc. Operator: Keith Brown CPT Date/Time: 01.05'02 10:26 Sounding: CPT-01 Location: City of Kent, South 228th St. RR Crossing Cone Used: 503 Job Number'. 0410-106-01 Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N" Oc(Ton/fi^2) Fs/Oc(%) Pw(psi) Zone:UBC-1983 60%Hammer 0.0 3a0.0 0.0 5.0 0.0 30.0 0.0 12.0 O.D 50.0 L.. 0.00 ' �=i I I I 1 I I ,I I I I I I I IIIII I I rl I I I 1 1 rt��1, I I 1 t 1 =-1-.1 1 1 1 1 1 1 1 11I Ilr l_1I I•I 1 1 1 1 1 1 I'FI All 1-1 1 1 1 1 �1 jf 0- I I I I I f l I J I I I I IIII 1,•• I I I 1 1 1 1 �_. 1.. 1 ZI 1 1 1 1 1 1 11111 1, 1 1 20.00 ' ;I - r - 'I- - r - I+ If j i-_I- 1 -1 --P �-I 1-P I1 •P 11-1 1 (I 1 1 1 IIII:I" 11 I I I 11 1 1 1 1 1 1 1'1. I I I I I Lr I I I �. I I 4 I I I I 111 I;LI I:1 I I I I I I j�11 I I I I-. I 1 I I 1"- I. .T_ I_>I I I 'h" I I I I•,111111 1'11 i 1 30,00 t_ .. _,- - r - -r l -f' l -:I` F" Ili Ik,h-t 5 I t'- I 1 I I 11 I I I If I I I I Illllltl III I I I11 I I I I I ' I I) IIII 51I II I II II ,'I r I I I I I 1 1 I I I I Depth `0� h1� (ft) I I I C I I I I I i I 11 1 1 11 IIII 111 I I I I I I I i'� 1 1 I I :I I I I I I I I I 11 I I IIII III I I 11 1 I 1 1 q 1 I I I 1 l I I �I I I I I I I I I I11111111 , I IIIII I11I I I I d I I I I I I 1 1 111 III III iI I I I I I II�I_� I I I I I II I I I I I .�1 1 1 11IJ'fl':i.:1111 1 1 1 1 i 11_I I 50,00 I I I I i`I I:III I I I I I I•;I I I I �� I I I J=-I I I -LF •.{._ I I I U 1 iT'I I I I I I I I•'!'I I I I 1 Y I I 1 5ff I rYl_�, I s-I � 60.E - -y� 1 111 ' I1-II I I111 hh 1 I I I I I"11 I I I I I I I I I I I I 11� I I I I I I � -1 I 1 I I I I, I IIII 11 I I I I I 1 1 1 1 1 I I Ili l" I I I I �'I 44 I I I I I I 1 1 III 1 1 1 1 1 1 1 1 I I I I ! 1 1 I 7000 _ _I 1 ,1'J_ _ L _ I_ � I. .�J�<I .tI J)_i-lLi 111t1C1J I I I`• I I I I I i I I � I�I IIIIII I I I I 1 I I I ��1 � I I I I I J �I If I11111111 I I I I I I 11�1' I ,.i` I I I .;�-1• I I I I I I I 'R- I I I-r11.1'J I I I I I III"'I I I A, I I I - (� I � I I I I I I I I,'•' 11 1 1 1 1 I I I I I I I I I I I •tJ'I I Bi Maximum Depth=80.22 feet Depth Increment=0.16 feet 1 sensitive One grained K14 silty clay to clay WA 7 silty sand to sandy slit 10 gravelly sand to sand 2 organic material 5 clayey slit to silty clay ' e sand to silty sand 11 very stiff fine grained('} 3 clay 6 sandy silt to clayey sill 9 sand 12 sand to clayey sand(") Northwest Gong Exploration Inc. Ge®Engineers Inc. Operator Keith Brown CPT Date/fine: 01-03-0210:26 Sounding: CPT-01 . Location: City of Kent, South 2281h SL RR Crossing Cone Used: SW Job Number: 0410-106-01 Selected Depth(s) (feet) 4 ITIJ q-qTffrvv MTTn-IITITnTTTTMiiiifitifiiiiiiiitiI - IlIlIlrTT21.161 11 1 1 1 1 1 1 1 1 1 11 11 lit 11 1 Ill 11.1 l Ill 1 1 11 1 1A 1'I"Fa rl l 'Ff'1'l"I l 1 1 1 1 I 1 III IIII I I Ill 1( 1 1 1 1 1 1 1 IIIIIIIIIII1111II I,I IIJ-14T(-IIIIIIIII �111�= IIIIII It? 11111111111111111111111111111 III111111 'I I IIIIIIIilll ll�k'I'"f 11111111111111111111II1111111111 ! IIIIIIIIIIII11111111111111111 IIII11111 '. t I11111161'III II111111 � 111111II IIIII IIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII ! IIIIII IIII1111 I, 1111 � 11111II11II1111IIIIIIIIIIIII11 I111l111111 II1111111 I IIIIIIIIII1111II II IIIIIIIIIIIII111111111111111111111111111111111111 { IIIIII IIIIIIIII IIIIIII IIIIIII1111111111111111111111111111111 � IIIIIII111111111111111111 * IIIIII IIII11111 I IIIIIIIIIIIIII II IIIII11111111111111111111111 is IIIIIII1111111111111111111111111111111111 IIIIII 111111111111111111111111111111111111111 ' II IIIII11111111111111111111111111111111111 I IIIIII IIIIIIIlllt 1111111111111111111111111111f 1111111l111111111111111111111I111111111111 2 rI.11I-1TI'In Ill rl111Hill ll ll111 IIII ll t l l f1'IIII'I1'1-111 t-1-Il I II II I I I II I I II II I II T 111-1 T I I� 11111111111111111111111111111111I1111111111I111I1111 . II111111111111111111111111111111111 I IIIIII IIIIII II IIIIIIIIIIIIIIIIIIIIIIIII IIIII II IIIIIIII1111111111111111111111111111111111 111111111111111111. III1111111111111111111111111 ' IIIII IIIIIII111111II111111111111111I111111 IIII 1111111111111111111111111111111111111111111111111111111111111111111111111111111111 IIII II IIIII1111111111111111111111111111111111111111111111111111111111I I I111111111111111 IIIII IIIIIIIIII IIIIIII IIII111111111II II IIIIIII IIIIIIIIIIIIIIIIIIII ' 1111111111111 I IIII II IIIIIIIIII IIIIIII IIIIIIIIIIIIIIIIIII II IIIIIII IIIIIIIIIIIII IIIIIIIII11111I111111111 IIIIIIIIIIIIIIIII (IIII II IIIIIIIIIIIIillllll ll ll IIIII illlllllllllllllllllll It 11111111111 III 111111111111111111111111111 ! 111111111111111111111111111111111111111111111111111 111 11111111111111111111111111111111I1111111111111111111111111111111111111I11111111111111 I 1.i IJ I.I I_I U_Ia LI j1_1 I.I I.I1.I11.1 I.I LI_I 1111 J.ILLI I I I LI I.I I I I I I I.I 1.1 i 111.I 1111111111111.1 0III III IIIIIIIIII IIIII IIIIIIIIII111111111111111111111111111111111111111111111111111111111 I IIII It 1111111111111111111111111111111111111111111111111111111111111I11111111111111111111 1111111111111111111111ti111111 I I I I I I I . I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I I I I I I I I I IIIII I III111111111 II1111111i11111111111111111111111I111111111111111111111111111111111111111111 1. 11 I1111111111i 111111111111111111111111111111111111111 � 111IIIIIIIIIIIIIIIIII I I I I I I I IIIIII. 1 111111111111111111111111111111111111111 ' 1111111111111111111111 II 11111111111111IIIII IIIIII II111111111111II IIIIIIIIIIIIIIIIr111111111111111111111111111 II IIIIIIIIIIIII111 I111111111IIIIIII11111111111111111111111111111111111111111111111111111 II 1111111111111111111111111 ±111111111111111IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIII1111 II II111111111111111111111111111111 II 11111111111111111111111I 1111111111111111111111111111 !. I IIIIII IIIIIrllllllll1111111 '( IIIIIIIIIIIIIII ! 11111111111I1111111111111111111111111111111I ''. Pressure -2 1rl rl rl'I II II n1111I I I I FIT II II I I I I I I I I I I I I I I I-11-111 1111111111111 r 1 r 1 T r I I I 111111111111 T; 1 1 1 n 1 1 1 1 1 1 1 1 1 u 1 1 1 1 1 1 1 1 1 1 1 1 u 1 1 1 1 1 1 1 n 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 l n n 1 u 1 1 n 1 1 1 n 1 1 n 1 (psi) I IIIII II II 1.1111111111111111111111111111111 II IIIIIIIII IIIII IIIIIIIIIIIIIIIII IIIII11111111 111111111111111111111111111111111111111111 II IIIIIIII111111111111111111111111111111111111 IIIII I11111111111111111111111111111111IIIII111111111111111111 IIIIIIIIIIIIIIIIIIII 111111111111111111111111111111111111111111111111111111111I11111111111111111111111111111 IIIIII IIIeIIIIIIIIIIIIIIIIIIIl1111111111111111111111111tllllllllll11111111111111111 I IIIIIIIII1111111111111111111IIIIIII111111111111�11111111111111111111111111111111111 111111111111111111111iII1111111111111 I I I I I I I I I I I I I I I I I I I .I I I I I I II 111111111111111 I I I I I I II 111111111111111111111111111111111111111111111111111111111111111111111111111111111111 4 1 1 1 1 1 1 1 IJ IL: 111 U LI A U LI L J J L l J 1,1 hJ 1.111.1 IIII 1 I� LI-1.I�L I L U JJ 1 1 1 1 1 L I i 1.l 111111111II IIIIIIIIIIIIIIIIIt111111111111111111111111111111111111111111111111111111111111 1111111111111111111111IIII II IIIIIIIIIIIIIIIIIIIIIII 1111111111111111IIIII IIIIIIIIIIIII111111111111111111II 111111111111111111111111111111111111111111111111111111111111111i1111 II 1111111111111111111111111111111 . . . .. . . . . . . 111 . . . . . . . . .. . III1111 .. . . 11111111111111111 11111111111111111111111111111111111111111111111t 1111111111111111111111111111111111111111 111111111111111111111 . . . . .. .. . . . . . . . . . . . . . . IIIIIIIIIIIIIIIII . . . . . . 111111111i11111111111 ( IIIIIIIIIIIIII IIIII IIIII111111111111111111I II II II1111111111111111111111111I IIII1111IIII I II IIIIIII II111111111111111 t1111111111111111111111111111I11I11111111111111111111111i IIII 111111111111111111111111111111111111111111111111 �111111IIIIIIIIII111111111111111111111111 II111111111111111111111111 i111111111111111III I111111111111111 11111111111111111111111111111 11111r1111111111 IIIIII I I I I I I I I I I I I IIIIIIIIIIIIIIIIIIII -6 11 1 1 1 1 (f l 9 1 1 1 1 1 1 1 1 1 1 I� rl i I l I I I I l 11 rl T l7 l l r l T I-IIII :I (1 I I I I I I I I'I:11 F 11 I l I I I I I I I I I T 11 I i r l l I I II11111111111111111111111111111111111111 ' 11111111111111111111111111111111111111111111111 I, 11111111111111111111111111!11111111111111111111111111111111111111111111 I III11111111111111111111111111111111111!I IIII IIIII IIIII I111111111111I11111111111111111111 '. 'IIIIIIIIII ! 1111111111111111111111111111111111111 IIII '• 111111111111111111tItIllllll1111111 1111111111111111IIIIi III lIIl11111111111111111111111111111111III11111111111111111111111111 '. 11111111111111111111111111111111111111r111111111111111111111111111111111111111.I llllllllll 'I 111111111111111111111IIII111 II IIIIIIII1111111111111111111111111111111111111111IIIIII1111 I IIIIIIIIIIt11111111 � 1111111111111111111111111i11111111111111111111111111111111111111i111 '.. I IIIIIII II IIIIIIIIIIIIIIIIiI II IIIIIIIIIIIIIIIIIillllllllll ll lllllllllll llrlll it 1111111111 I ( IIIIIII Iltllll III111 IIIIIIIII IIIIIIIII 111 IIIIIIIIII IIIIIII II111111 0 1 2 3 4 5 6 7 8 8 Time:(minutes) Maximum Pressure=3$45 osi Water table Is 12.3 feel deplll l i I SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYIII TYPICAL GRAPH LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS L. AN.-GNAUFUGRAVEI G,GRAVELA/A//A CLEAN o�° GW LAND IM STIREC \�\ \ CC Cement Concrete '. GRAVEL GRAVELS AND A O G GRAVELLY (LITTLE OR NO FINES) D O OOCULv-aFACEO GRAVELS, GP GRAVEL SANO MIXTURES SOILS AC Asphalt Concrete c° COARSE GRAVELS WITH I. GM SILTY GRAVELS.GRAVEL SAND ..EUTH N.P. FINES SILT MIXTURES CR Crushed Rock/OF ,.. SOILS FRACTION -- Quarry Spells RETAINED ON NO. A uuN! CLAYEY GRAVELS,GRAVEL SAND- AsIEVE - °FF`,1`s)" GC uAV MIxnIREs ' Topsoil/ TS Forest Duff/Sod $W WELL-GRAD1 D SANIT CHAVF IVY CLEAN SANDS SANDS MURE THAN s)% SAND -- - _ RETAINEDONND. AND (LN(L[Ofl NO IN 9) ♦-9 oea 20051EVE SANDY SP POORLY.GRADED SANDS, - GRAVELLY SAND Measured groundwater level in SOILS exploration,well,or piezometer MORE THAN 6F% SANDS WITH SM PPYSAND$GAND-SILT of COARSE FINES MIxTDREs Groundwater observed at time of FRACTION exploration PAS MIND Nn.P - p SIEVE SUPR[cIALLE AMouNr 5C CIS SANK-ZLAY RF DH Perched water observed at time of INORGANIC SILTS,RO'.I(FLONR. exploration ML PITAASTICSVTG UJITH SIGHT ® Measured free product in well or �" �L wG RGANIC RAYS OF Low To — preZOmeter SILTS SERUM PI AS I VT I Y FRAVF I I Y I(31111)IIMII CL CLAYS,SANDY CLAYS-5I IY CLAYS', Graphic Log Mont-Ct Sit FINE AND LEss TI IAM5I LEAN CLAYS GRAINED CLAYS SOILS ORGANIC SILrSNVD ORGANIC Distinct contact between soil strata or OL SILTY CLAYS OF LOW PLASTICITY geologic units INORGANIC SILTS MICACEODS DR Approximate location of soil strata MORE THAN bow, MH DIATOMACEOus SILT`Sons change within a geologic soil unit PASSING NO 200 g g g SIEVE SILTS LIOUOLI'IT Y r INORRANICCIAYSOFFIGH Material Description Contact AND GREATER TI VAN 50 yH CLAYS _ - Distinct contact between soil strata or OH ORGANIC CLAYS AND SILTS OF geologic units MEDIUM TO H ON PI NSTOITY ____ Approximate location of soil strata HIGHLY ORGANIC SOILS PIT PEAT.HUMUS,SWAMP soasvcTH change within a geologic soil unit HIGH ORGANIC CONTENTS NOTE: Multiple symbols are used to indicate borderline or dual soil classifications Laboratory/ Field Tests Sampler SVmbol Description s %F Percent fines AL Atterberg limits ® 2.4-inch I.D.split barrel CA Chemical analysis CIE, Laboratory compaction test ® Standard Penetration Test(SPT) CS Consolidation test OS Direct shear ® Shelby tube HA Hydrometer analysis MC Moisture content ® Piston MD Moisture content and dry density OC Organic content ® Direct-Push PM Permeability or hydraulic conductivity PP Pocket penetrometer ® SA Sieve analysis Bulk or grab TX Triaxlal compression UC Unconfined compression VS Vane shear Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches(or Sheen Classification distance noted). See exploration log for hammer weight and drop. NS No Visible Sheen SS Slight Sheen A"P"indicates sampler pushed using the weight of the MS Moderate Sheen drill rig. HIS Heavy Sheen NT Not Tested NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or limes. KEY TO EXPLORATION LOGS GEoENGINEER5 FIGUREA-1 Start End Total 21.5 Lagged By WBH Driller Holocene Drilling Inc. Drilling Hollow Stem Auger Drilled 2/7/2011 2A/2011 Depth(ft) Checked By US Method Surface Elevation(ft) 33.0 Hammer 140 Ib/30 in.drop Automatic Drilling Truck Mounted BK-81 Vertical Datum Data Hammer" Equipment Easting(X) System Groundwater Northing(Y) Datum Depth to Date Measured Wa.rft Elevation all Notes 'Hammer rated at 83%efficiency. Blows/foot are field measurements,densities reflect corrected blow 2/7/2011 5.0 28.0 counts, FIELD DATA _ vre MATERIAL w e J DESCRIPTION REMARKS O N V y e, V =,a 'n 15 w O J '��° n 2 3 a E a v ¢n h« o Is w o of m 0 wr 60 .0s 0 AC Asphalt concrete UK Crushed rock base course 8 70 l SID Brown silty fine to medium sand with occasional 'navel(very dense,nam,l)(fill) - SP S`f Brown fine to coarse sand with silt(medium dense,wet)(fill) 5 6 10 2 ML Brown sanity silt(very stiff,wet)(alhwinm) 18 13 3 SA SM Gray silly fine to medium sand bricdlum dense, t° 16 19 4 moist)(alluvium) - 30 SA l do a 15 Ik fi 5 Grades to loose,wet i, n5 6 a—o, NIL Gray sill with occasional scud,hate organics o (medium stiff,wet)(alluvium) m 20 4 a 6 E � Ili I Note:See Figure A-1 for explanation of symbols. s Log of Boring B-4 Project: South 228th Street Improvements G Eo NG I E S Project Location: Kent, Washington Figure A-6 Project Number: 0410-177-00 Sheet 1 of 1 I Start End Total 21 5 Logged By WBH Driller Holocene Drilling Inc. Drilling Hollow Stem Auger Drilled 2/7/2011 2/7/2011 Depth(fin Checked By US Method Hammer 140 Ib/30 in.drop Automatic Drilling Truck Mounted BK-81 q 2(in well was installed on 2/7l2017 to a depth of 20 Data Hammer* Equipment A 1 n Surface Elevation(ft) Top of Casing if Well was developed on 21712011, Vertical Datum 36.2 Elevation fir) 362 Groundwater Depd'to Easting(X) Horizontal Date Measured Water tt Elevation(1) Northing(Y) Datum 2/15/2011 6.1 30.10 Notes: *Hammer rated at 83%efficiency. Blows/foot are field measurements,densities reflect corrected blow counts. FIELD DATA WELL LOG w E E v o o MATERIAL v a> steel surface idw m a a < 6y DESCRIPTION S� monument m 0. 2`Ti w � - K m U m ? U C7U :so ❑9- � � ° AC A6ph_lt conoreta Cg Crw;hed rock base course /� /� Concrete surface 9 12 45 I SM Brown At,line to medium sand with occasional /� /� seal gravel(vcrydense,moist)(fill) 14 511 2 %" °o"5 u - A lu su i '�b bo 9 1 ^' eenlonile backfill 94 6 5 4 NE Gray sitt(medium stiff,wet)(alluvium) 33 v SA ME 10 -__ 100q.' 2-inch Schedule 40 12 N 5 FArt Dark gray silty fine.sand(medium dense,wet) 35 PVC wall coding 8A (alluvium) �h I �' t5 12 II 6 31 -- 2-Inch Schedule 40 SA _ PVC screen, _ 0.01-inch slot width q' 10-20 Colorado , and Z i SI'-SM Gray silty fine to medium sand with occasional '. ° organics(dueavi ng wood)(medium dense o wet)(alluvium) E 20 16 II 720.0 5 nh a Note:See Figure A-1 for explanation of symbols. s Log of Monitoring Well MW-2 ry Project: South 228th Street Improvements ® N C I[�E E R S Project Location: Kent, Washington Project Number: 0410-177-00 Figure o i o 0 o 0 o H a z a o ___ _ __ ___ ___ ___ ____ ___ ___ ___ _Jc_ _______ w U UJ a(n LLJ W O a N W (n o _ ____ _ -- --- --- - --- --- --- _----- — W w o J � Lll h __ ___ ______ _____ __ _ '___ _ __ ___ ___ ____ ___ ___ [If - - -. a x K -- --- ---�--- --- "- w o x 0 U �- -- --- --- --- --- --- ---- ------- --- '-- -- -- ^- ---- --- --- --- --- U O w N .wa 02 W J z ro az x U W ___ U o a RE ®Om O m r o w �n O O O O O O O O O O O T O O W Ir Co LO 7 Cl) N I o � a 1HSIEM AS E)NISSVd lN3Mi3d a SIEVE ANALYSIS RESULTS W NGINEERS FIGURE A-8 0 i T U � � H I N O J CD CD U (n (n _ _ ___ ___ ___ __ ___ __- __. _ ! / U<JJ mm an W W N N W O Cf) ___ ___ __ ___ ___ - ---=--- --- W q CN fryT/J W_ K W a Q N z z z a z Cl) _ - ---' --- - --- - - - - - -- -- -- --- c O w a = �- _ — -- ------ > a c uo o ___ ___ ___ ____ _______ ___ ___ ___ ________ ___ _ ___ w :7 w h O U Z O J p m m m x z v w w w a J O O O ®130 O W } p q in O O O O O O O O O O O T O m [O Il- O N d- Cl) N o � 1H913M AS SNISSVd 1N30HEId m a O SIEVE ANALYSIS RESULTS GWENGINEERS FIGURE A-9 0 CD 0 I o i o � J z __-_- O J o U J ~ T N QLu LLJ e F N Lu g -t -j q J W o n Lu Of Q o N -----,"--- --- --- --- --- --- --- --- -'- fn w Q — Z 13 ~ o \ o o w 0 r� 0 � Z '^ -- -- --- --- - --- -- - - -- --- --- O _-_ O vi � m r, va r 02 of mro 0.l W Z V W CD W i q JO __. ... O 0 � ®0 O � O O O O O O O O O O O r N O m co co LO 11 07 N m r 0 a lH913M)%9 ONISSVd 1N3Ma3d a 0 SIEVE ANALYSIS RESULTS GWENGINEERS FIGURE A-10 0 GeoEnineers '�. Operator: Brown CPT Date/Time: 4/13/2011 9:24:17 AM Sounding: CPT-01 Location: S.228th Street Overcrossing-UP Cone Used: DSG1015 Job Number: Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type` SPT N' Qt TSF fi I%) Pw PSI Zone: UBC-1983 60%Hammer 0 - 300 0 8 -10 60 0 12 0 50 0 7 ill I_ _ tT7ni et` F-I � ,- i i i _T tea= 1 I � I I a Ili li _ � I L _ ?I _ r 1 I I ! I I I I dill 20 -_ ' n d 1 ! r r I I i ?I , I I V1 d131x� f 40 _ I I PI ly 1 4 1 I del I I, � FYI® I I I I 11 I I I II II IIII I Depth ,- ---- 60 _ MkMU Ii I 1 , 1 II 80 I I 1 1 1 I I I I I I I II I I I I I I I I 1 I I I III III I I I I I : i I I I . III Illli 11 I I ', — L , II II II II I I,,I I I I I I I II I I II II I I I II II II L.. II 100 I 11 I II II II +I � I III i I I I I I I 1 II I I I I I I it I I I I I I �I 120 : III , III „ III Maximum Depth=65.12 feet Depth Increment=0.164 feet 1i i 1 sensitive fine grained E4 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand a92 organic material 0 5 clayey silt to silty clay '8 sand to silty sand MA 11 very stiff fine grained(') ®3 clay ®6 sandy silt to clayey siltA,1 9 sand E12 sand to clayey sand(') Tap 8 feet predrilled and bacMilled with cuttings. In Situ Engineering I, Shear Wave Velocity Plots CPT-02 Dent}:- 3.609f t. - - Delay 2.58ms Ref* 9a�pti/,.>✓.- Velocity* I � r Depth 10.007ft r,i', Delay 14.30nrs Ref 3.609tt 11 _t " - _ ___i_____________ �Ielocity 506.63f C/s r __________ _______ ._- Depth 15.568ft '... 1, -. -_ Delay 3S.08ms Ref 10.00/fL r - _ I Velocity 310.17ft/s Depth 22.966ft Delay 43.16mc _____ Velocity 785.04f t/e Ref 1.6.56R£t Depth 29.528ft f- -- _-- Delay 54.57ms Ref 22.966ft .,�. .c._� --------------- Velocity 572.76Pt/s Depth 35.925ft ' �, Delay 67.53ms i Ref 29.528ft '`a ___ . t/s +P n'nr��1d�l�u VeI OC�ty 491 .94f J;. Depth 42.487 ft � �, � � Delay 78.82ms 'I Ref 35.925ft ,y i�� ) ���F y �_ {_ Velocity 580.9.3ft/s i Depth 49.049ft _.-._ " Delay 90.54ms Ref 42.487ftv -- ------------- Velocity 559.15ft/s h Depth 55.446ft Delay 102.'73ms , r Ref 49.049ft /fib" bt p� _ Veloci Cy 524.38E t/s ,r �.. D,p Lh 62.008fti - - -- Delay 115.34ms Ref 55.4a6ft y4n _ Velocity 519.63ft/s ! Depth 58.241ft h Velocity ms P i Ref 62.008ft � r,., � ,�.�., _ - _ Velocityty 728 728.20tt/s -- Depth 74.475ft Delay 132.61ms Ref 68.241ft �.5� � 5,_„_ _ - Velocity '/15.23ft/s Depth 81.201f_t r Delay 138.1.9ms Ref 74.475ft 44I �,Crnj Igty >d tii ,�� r t _ Velocity 1203.52ft/s i� '�r0 �i .. Depth 87.762ft 'i i Delay 147.88ms Ref 81.201ft _-----__ Velocity 677.09ft/s Depth 94 4RBfe Delay 155.SOms Ref 8'/. /62EL I� L�!� r l '� y _ Velocity 882.70Et/s .�I!i'�N.�(i y Depth 100_RR6f � Vlq _ Delay 165.46ms Ref 94.488ft �!II!II IUD /i � r�..� Velocity 642.1.1f t/s ;rr7,�lr; +1 v},;F�rr d11 Ajf� 1 C'�'.4. �r7 ii7;', n - x ,�. 11;1 1 of i. i� ',M �=� 0 50 100 150 200 250 Time (ms) Haamrer to Rod Si-ring Distance 0.75 (m) * = SoL Determined Ge®Engineers Operator: Brown CPT Date/Time: 4/13/2011 6:34:51 AM Sounding: CPT-02 Location: S. 228th Street Overcrossing-UP Cone Used: DSG1015 Job Number: Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPIT N' Of TSF Fs/Ot(%) Pw PSI Zone:UBC-1983 60%Hammer 0 300 0 8 -10 60 0 12 0 50 I I I r I .I I I I I r ti= l i I I L "I I I Ii 11 I I I C I I I r�..1 I - li I l I _,; I 20 i --_-__-r-- �_ ___ —I! T -r- r -Ir- I I I I I I I I I I 11 _ I - + I r— r 1 I 40 - 1 -T T lI I i I II 60 ____ _ L r Depth I t 4 Z 0- 71, I I 80 IN +l+ I I A I AN I I r r � I — — I __— -'I I I I I I I I I a I I I I I _ IIw .. IIII I I I ICI Ii1 I I _ � r r r I � 120 Maximum Depth-120.24 feet Depth Increment-0.164 feet 1 sensitive fine grained 94 silty clay to clay 7 silty sand to sandy silt 10 gravelly sand to sand 2 organic material 5 clayey silt to silty clay 8 sand to silty sand r$^,11 very stiff fine grained(') 03 clay ®6 sandy silt to clayey silt 9 sand 12 sand to clayey sand(") Top 4 feet predrilled and backfllled with cuttings. In Situ Engineerinq Ir eongineers Operator: Brown CPT Date/Time: 4/13/2011 12:23:54 PM Sounding: CPT-03 Location: S.228th Street Overcrossing-UP Cone Used: DSO1015 Job Number: Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Of TSF Fs/Ot(%) Pw PSI Zone:USC-1983 60% Hammer '.. 0 300 0 8 -10 60 0 12 0 50 0 T l l l �.,� l l f I 11 I . III i', i r I I r.I —' p y 11 rrr I I I 1 I 20 fir r I1rr� �rr-r rrjr I I ' 1 I i k 1 I l i l I 40 - , u. Or E1 Depth 60 -- — -r-- -- - �- ft) 1 I II s ��r ka FI 80 1 _ 1 1 1 i 1 1 1 II if 'I WRIX too 1 —1 1 k le I I I 1= I I ��Yt a i ..� I 1 Y Y1 d J� I 1 I I I� � II 1 � _I � I i 1 I t• I 1 I I I I t tt 120 1 Maximum Depth= 120.73 feet Depth Increment=0.197 feet 1 sensitive fine grained 114 silty clay to clay 7 silty sand to sandy silt 010 gravelly sand to sand IN 2 organic material 5 clayey silt to silty clay 18 sand to silty sand 11 very stiff fine grained(') 3 clay 6 sandy silt to clayey silt L' 9 sand ®12 sand to clayey sand(*) Top 7 feet prsdrilled and backtilled with cuttings. __ _,-,- ,,,,,, --- In Situ Engineering C APPENDIX Report Limitations and Guidelines for Use i APPEN®IX C REPORT LIMITATIONS AND GUIDELINES FOR USE' This appendix provides information to help you manage your risks with respect to the use of this report. Read These ProvlsIons Closely It is important to recognize that the geoscience practices (geotechnical engineering, geology and environmental science) rely on professional judgment and opinion to a greater extent than other engineering and natural science disciplines,where more precise and/or readily observable data may exist. To help clients better understand how this difference pertains to our services, GeoEngineers includes the following explanatory"limitations"provisions in its reports. Please confer with GeoEngineers if you need to know more how these "Report Limitations and Guidelines for Use"apply to your project or site. Oeotecl nical Services are Perforaned for Specific Purposes, Persons and Projects This report has been prepared for City of Kent and for the Projects)specifically identified in the report.The information contained herein is not applicable to other sites or projects. GeoEngineers structures its services to meet the specific needs of its clients. No party other than the party to whom this report is addressed may rely on the product of our services unless we agree to such reliance in advance and in writing. Within the limitations of the agreed scope of services for the Project, and its schedule and budget, our services have been executed in accordance with our Agreement with City of Kent dated January 7, 2016 and generally accepted geotechnical practices in this area at the time this report was prepared. We do not authorize, and will not be responsible for,the use of this report for any purposes or projects other than those identified in the report. A Gaeatechnical Engineering or Geologic Report Is based on a Unique set of Project-Specific Factors This report has been prepared for South 228th Street/UPRR Grade Separation in Kent, Washington. GeoEngineers considered a number of unique, project-specific factors when establishing the scope of services forthis project and report. Unless GeoEngineers specifically indicates otherwise, it is important not to rely on this report if it was: a not prepared for you, n not prepared for your project, m not prepared for the specific site explored, or completed before important project changes were made. For example, changes that can affect the applicability of this report include those that affect: the function of the proposed structure; ® elevation, configuration, location, orientation or weight of the proposed structure; 'Developed based on material provided by ASFE,Professional Firms Practicing In the Geosclences;�.asfe.org. G Eo EF1GIN EERs April 28,2016 Page C-1 file No.0410-162-02 composition of the design team; or * project ownership. If changes occur after the date of this report, GeoEngineers cannot be responsible for any consequences of such changes in relation to this report unless we have been given the opportunity to review our interpretations and recommendations. Based on that review, we can provide written modifications or confirmation, as appropriate. Er e EroratatentaE Concev ns are Not Covered Unless environmental services were specifically included in our scope of services, this report does not provide any environmental findings, conclusions, or recommendations, including but not limited to, the likelihood of encountering underground storage tanks or regulated contaminants. Subsurface Conditions Can Change This geotechnical or geologic report is based on conditions that existed at the time the study was performed. The findings and conclusions of this report may be affected by the passage of time, by man-made events such as construction on or adjacent to the site, new information or technology that becomes available subsequent to the report date, or by natural events such as floods, earthquakes, slope instability or groundwater fluctuations. If more than a few months have passed since issuance of our report or work product, or if any of the described events may have occurred, please contact GeoEngineers before applying this report for its intended purpose so that we may evaluate whether changed conditions affect the continued reliability or applicability of our conclusions and recommendations. Geotechnicai and geologic Findings are Professional Sp lMons Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site.Site exploration identifies the specific subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied its professional judgment to render an informed opinion about subsurface conditions at other locations. Actual subsurface conditions may differ, sometimes significantly, from the opinions presented in this report. Our report, conclusions and interpretations are not a warranty of the actual subsurface conditions. Geetechnicai Engineering Report RecornmendaUons eve Not Final We have developed the following recommendations based on data gathered from subsurface investigation(s). These investigations sample just a small percentage of a site to create a snapshot of the subsurface conditions elsewhere on the site. Such sampling on its own cannot provide a complete and accurate view of subsurface conditions for the entire site.Therefore,the recommendations included in this report are preliminary and should not be considered final. GeoEngineers' recommendations can be finalized only by observing actual subsurface conditions revealed during construction. GeoEngineers cannot assume responsibility or liability for the recommendations in this report if we do not perform construction observation. GEOENGINEER apYlI 28;201�i', FBgE C-2 Filo Na.0010d02-02 I We recommend that you allow sufficient monitoring, testing and consultation during construction by GeoEngineers to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes if the conditions revealed during the work differ from those anticipated, and to evaluate whether earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction observation for this project is the most effective means of managing the risks associated with unanticipated conditions. If another party performs field observation and confirms our expectations, the other party must take full responsibility for both the observations and recommendations. Please note, however, that another party would lack our project- specific knowledge and resources. A Geoteehn`seal Engineering or Geologic Report Could Be Subject to fd slnterpretatlon Misinterpretation of this report by members of the design team or by contractors can result in costly problems. GeoEngineers can help reduce the risks of misinterpretation by conferring with appropriate members of the design team after submitting the report, reviewing pertinent elements of the design team's plans and specifications, participating in pre-bid and preconstruction conferences, and providing construction observation. Leo Not Redraw the Expioration Legs Geotechnical engineers and geologists prepare final boringand testing logs based upon their interpretation of field logs and laboratory data.The logs included in a geotechnical engineering or geologic report should never be redrawn for inclusion in architectural or other design drawings. Photographic or electronic reproduction is acceptable, but separating logs from the report can create a risk of misinterpretation. Give Contractors a Complete Report and Guidance To help reduce the risk of problems associated with unanticipated subsurface conditions, GeoEngineers recommends giving contractors the complete geotechnical engineering or geologic report, including these "Report Limitations and Guidelines for Use."When providing the report,you should preface it with a clearly written letter of transmittal that: o advises contractors that the report was not prepared for purposes of bid development and that its accuracy is limited; and 12 encourages contractors to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer. Contractors are Responsible for Site Safety on Their Own Construction Projects Our geotechnical recommendations are not intended to direct the contractor's procedures, methods, schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and adjacent properties. GEOENGINEER April28,2016 PageG-3 qIe No.0410 162-02 BiologicalPollutant* GeoEngineers' Scope of Work specifically excludes the investigation, detection, prevention or assessment of the presence of Biological Pollutants. Accordingly, this report does not include any interpretations, recommendations, findings or conclusions regarding the detecting, assessing, preventing or abating of Biological Pollutants,and no conclusions or inferences should be drawn regarding Biological Pollutants as they may relate to this project.The term "Biological Pollutants" includes, but is not limited to, molds,fungi, spores, bacteria and viruses, and/or any of their byproducts. A Client that desires these specialized services is advised to obtain them from a consultant who offers services in this specialized field. G EOENGINEER April 28,2016' Page C-4 File Nu.041a 102-02 PROJECT SIGN i 2281" UPRR Grade Sep Shaft Construction/Madfai A - 4 June 22, 2016 Project Number: 07-3022 . . . �y CN\ /� d . / } « 2' \ + . , CL - • � , . ■ISM \ �� ! ` ■ . � V E . \ , . ■om . , \ � � CL UNION PACIFIC RAILROAD CONTRACTOR'S m GHT OF ENTRY AGREEMENT SAMPLE 2281h UPRR Grade Sep Shaft Construction/Madfai A - 5 June 22, 2016 Project Number: 07-3022 i CONTRACTORS ENDORSEMENT Folder No. 02991-84 A. As a condition to entering upon Licensor's right-of-way to perform work pursuant to this Agreement,Licensee's contractor (Fill in): (hereinafter "Contractor") agrees to comply with all the terms and provisions of this Agreement relating to the work to be performed and the insurance requirements set forth in Exhibit C. B. Before the Contractor commences any work, the Contractor will pay the Licensor a nonrefundable payment of$500 upon execution and return of this Contractor's Endorsement, and will provide the Licensor with a certificate issued by its insurance carrier providing the insurance coverage required pursuant to Exhibit C in a policy which contains the following type endorsement: UNION PACIFIC RAILROAD COMPANY is named as an additional insured with respect to all liabilities arising out of Insured's performance of work on behalf of the Licensee. All insurance correspondence shall be directed to: Norma Reynolds-Folder No. 02991-84, Union Pacific Railroad Company, 1400 Douglas Street STOP 1690, Omaha,Nebraska 68179-1690. (Please print Contractor's Name above) X Title: -- f K I NG COUNTY WASTEWATER TT E T DIVISION GENERAL LETTER AUTHORIZATION 228°i UPRR Grade Sep Shaft Construction/Madfai A - 6 June 22, 2016 I' Project Number: 07-3022 King County Wastewater Treatment Division Industrial Waste Program Department of Natural Resources and Parks r; j 201 South Jackson Street, Suite 513 Seattle WA 98104-3855 . ,..... � 77 ��9iy 206-477-5300 Fax 206-263-3001 Qry TTY Relay: 711 �u June 8, 2016 7 !' Mark Madfai City Of Kent 400 W. Gowe St. Kent, WA 98032 General Letter of Authorization—Construction: #40026-01 for Kent, City of- South 228th St. Grade Separation at Union Pacific Pier 2 Shaft Construction Project to Discharge to the King County Sanitary Sewer Dear Mr. Mark Madfai: In accordance with King County Code 29.84.060, King Comity hrdustrial Waste Program (KCIW) authorizes the discharge of construction dewatering/process wastewater to the King County sanitary sewer from the Kent, City of- South 228th Street Grade Separation at Union Pacific Pier 2 Shaft Construction Project. This project is required to meet all the limitations, monitoring requirements, and other conditions specified in this authorization. This authorization is the only KCIW authorization that will be issued for the project identified in your application. This authorization is issued for the maximum duration of two years. It is valid from June 14,2016 through June 13, 2018, or the duration of this project, whichever comes first. It is the pennittee's responsibility to notify KCIW of project closure or any changes with this project. This authorization alone does not allow you to discharge to the sanitary sewer. You must contact the local sewer agency to obtain approval along with a discharge location before discharging to the sanitary sewer. Wastewater from this project must be discharged to/at the location(s) specified by the local sewer agency. The local sewer agency will assess sewer charges, set flow rate restrictions and may impose additional requirements. General Conditions All discharges and activities approved by this authorization shall be consistent with King County Code 28.84.060 and the tenor and conditions outlined in this authorization. A copy of this discharge approval, as well as required daily monitoring records, shall be on site and available. for review and reference by KCIW or local sewer agency representatives. Mark Madfai June 8, 2016 Page 2 This authorization to discharge is based on your agreement and signed application. This authorization permits the discharge of up to 25,000 gallons per day(gpd) of construction dewatering from the construction site into the sanitary sewer. Discharging pollutants more frequently or in higher concentrations or quantity than authorized in this letter is a violation of the terms and conditions of this authorization. You must contact KCIW in advance and receive authorization before making changes beyond the terns and conditions of this authorization. Examples of changes include: • Construction dewatering volume above 25,000 gpd. • Site's surface area generates contaminated stormwater that exceeds one acre in aggregate. • Site conditions indicate potential for chemical contamination. • Substantial changes in the quality of the discharged water. • Discharge of wastes or contaminants from sources other than those permitted herein. This permit does not constitute authority for discharge into waters of the state. Any such discharge is subject to enforcement action by the Washington State Department of Ecology. You must allow authorized representatives of KCIW to enter, inspect, and sample as specified in Ding County Code 28.84.0601, "Inspection and Sampling of Industrial Users." You must install an accessible sampling spigot on the discharge pipe from the last treatment unit of the wastewater treatment system. The sample site shall be representative of all industrial waste streams discharged to the sewer from this project. Each sample site shall be accessible to KCIW representatives when discharge to the sewer is occurring. You must install a totalizing,non-resettabie flow meter on all permitted discharge pipes to the sewer or as approved by your local sewer agency. The meters shall account for all industrial waste streams discharged to the sewer from this site. Discharge Limitations Parameter Limitation Instantaneous maximum discharge rate To be determined by local sewer agency,Not to exceed 200 gallons per minute or the sedimentation tank flow restriction, whichever is more stringent. Maximum daily discharge volume 25,000 gpd Settleable solids 7.0 mL/L Nonpolar fats, Oil&Grease(FOG) 100 mg/L PH Minimum 5.5 s.u. pH Maximum 12 s.u. Soluble Sulfides (Screening Level) 0.1 mg/L Marls Madfai June 8,2016 Page 3 The water being discharged will not do the following: • Violate any discharge standard, limitation, or specific prohibition of King County Code 28.84,060 or local discharge limits applicable on the date of discharge (see Section 28.84.060.D-F of the King County Code). Contain the odor of solvent, gasoline, or hydrogen sulfide(rotten egg odor), oil sheen, unusual color, or visible turbidity. • Cause hydraulic overloading conditions of the sewerage conveyance system. During periods of peals hydraulic loading,I�CIW or local sewer agency representatives reserve the authority to request that discharge to the sewer be stopped. You must stop discharging and notify KCIW,by phone at 206-477-5300 or email at info.KCIW@kingeounty,gov, if you exceed any of the discharge limits, or notice odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. Monitoring Requirements You shall conduct the following self-monitoring requirements for this authorization. Parameter Frequency Sample Ty e/Mcthod Discharge volume Daily In-line flow meter Discharge rate Daily In-line flow meter Settleable solids Daily Grab by bnhoff cones The settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter marls with well-mixed sample. • Allow 45 minutes to settle; • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer. • Record volume of settleable matter in the cone as mL/L. All tests, measurements and analyses shall be performed in accordance with procedures established by the administrator of the U.S. Environmental Protection Agency(EPA)pursuant to section 304(g) of the federal Clean Water Act and contained in 40 CFR Part 136 and amendments thereto or with any other test procedure approved in writing by the EPA administrator, and/or KC1W. Records Management You will maintain records relating to all permitted discharges to the King County sewerage system including but not limited to routine inaimenance, waste disposal dates,manifests, any analytical lab results,monitoring records, and flow records All records required must be available for review by KCIW and must be kept through the completion of the project. Mark Madfai June 8, 2016 Page 4 Special Conditions You must implement erosion control best management practices to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution, the construction dewatering must be pumped to an appropriately sized settling tank prior to entering the sewer system. The authorization to discharge is based on your agreement and signed application to comply with the minimum standards outlined in Minimum Standards for Rectangular Sedimentation Tank Design and Technical memorandum found on county's webpagel. The following two sedimentation tank options may be used, depending on site conditions and project requirements: 1. Rectangular Sedimentation Tank(Flow-Through Discharge) The minimum required standards for the flow-through system are: • Minimum hydraulic retention time: _>90 minutes • Minimum length-to-width ratio (length : width): >4:1 • Maximum overflow rate (gallons-per-minute per square foot of surface area): < 1.0 gpm/ft2 • Maximum sediment accumulation(level of sedimentation tank water column): <25% • Requirement to add additional sedimentation tanks in parallel for higher flow rates.r Example:At 200 gpin flow,to meet the Minimum hydraulic retention time of>90 minutes,you need a minimum of 18,000 gallons rectangular tank(18,000 gal/200 gal/min=90 minute hydraulic retention time). Correspondingly,at 100-gpm flow,you need a 9,000-gallon tail,and at 65 gpm,the tank volume shall be 5850 gallons.If gravity discharge from the tank is not possible,the effective volume of the tank needs to be reduced to the level of the pump intake and under no circumstances can the pump intake be lower than one- half(1/2)of the tank height. 2. Circular Sedimentation Tank(Batch Discharge): At some smaller construction sites,process wastewater is produced intermittently, The minimum required standards for batch discharge area as follows: • Minimum 5,000 gallon circular tank, which can accommodate a maximrun of five batch discharges per day, • At least one hour of quiescent (undisturbed) settling must occur in the tank prior to discharge. During this settling time,no additional process wastewater can be added to the sedimentation tank. • Maximum sediment accumulation(level of sedimentation tank water column): <25% 'http://www.kingeounty.gov/environment/wastewater/industrialWaste/GettingDischargeApproval/Consttvetion/ Sedimentation tanks.aspx. Mark Madfai June 8, 2016 Page 5 The perruittee shall properly operate and maintain all wastewater treatment units to ensure compliance with established discharge limits. Solids accumulation in tanks used for solids settling shall not exceed 25 percent of the tank's working hydraulic capacity. Each tank's working hydraulic capacity is based on the water column height as measured from the bottom of the tank to either the invert elevation of the tank's outlet pipe (gravity discharges) or discharge pump intake (pumped discharges). i General Information King County Code 28.84 authorizes a fee for each Letter of Authorization issued by the Icing County Department of Natural.Resources and Parks. The current fee for issuance of a Letter of Authorization is $750. King County will send an invoice for this amount. If you have any questions about this authorization or your construction dewatering discharge, please call us at 206-477-5300, or email as at info.KCIW@Idngeounty.gov. You may also visit our program's Internet pages at www.kingeounty.gov/industiialwaste. Thank you for helping support our mission to protect public health and enhance the environment. Sincerely, Despina Strong Industrial Waste Program Manager Enclosure cc: Shawn Gilbertson, City Of Kent PREVA II NG WAGE RATES i 228" UPRR Grade Sep Shaft Construction/Madfai A - 7 June 22, 2016 Project Number: 07-3022 Page 1 of 17 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: 07/12/2016 Count Trade Job Classification Wa a Holiday Overtime Note' King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.291 5N 1c King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- $23.99 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.781 5S 2F King Cabinet Makers tln Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.021 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Car'genters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers a Tenders Diver $107.22 5D 4C 8A 'King Divers & Tenders Diver On Standby $64.42 5D 4C King Divers Ft Tenders Diver Tender $58.33 5D 4C King Divers li Tenders Surface Rcv Et Rov Operator $58.33 5D 4C King Divers Ft Tenders Surface Rcv ft Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F hH-nc• //Fnrl-rocc ni� nnv/Ini/ nro nolnnLiin/nri1Al�nnlnnLin �cnv G/'I C/'CMG Page 2of17 King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H King Drywall Tapers Journey Level $54.07 5P I King Electrical Fixture Maintenance Journey Level $27.24 5L 1E Workers King Electricians - Inside Cable Splicer $69.771 7C 4E King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $74.92 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King _ Elevator Constructors Mechanic In Charge $92.351 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King FIaggers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1y King Heat ft Frost Insulators And Journeyman $63.18 5J 1s Asbestos Workers King Heating Equipment Mechanics Journey Level $72.831 7F 1 E King Hod Carriers it Mason Tenders Journey Level $45.32 7A 31 -King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook $53.30 5B 1K h}}nc• //fnr}rncc %Ain nnv/Ini/ ninnolnnLiin/nrr1AlnnelnnLien ocnv R/i �/'Jrli � Page 3 of 17 King Inland Boatmen Deckhand $53.301 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer Ft Water Systems BY Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Seating Technician $19.33 1 Of Sewer &Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems 6y Remote Control King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regutar Machine $43.95 7A 31 King laborers Batch Weighman $37.261 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 1King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 €King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 hffnc• //fnrtracc IAia mcnv r/7 cz/,)niti Page 4 of 17 I Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et $43.95 7A 31 Moving (incl. Charred Material) lKing Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.951 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Falter Et Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 lKing Laborers Form Setter $43.95 7A 31 4King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.321 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 'King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 King Laborers Nozzleman (concrete Pump, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air It Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 httnc•//fnrfrocc XAra mcnv All r/')rlir. Page 5of17 King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King La orers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 "King Laborers SloperSprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 a Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (tagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R 'King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 fig Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 84 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 8g Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01-60.00 psi hftnc•//fnrfracc MIA nnv/Ini/�e�analnnhiin/nrvUlanalnnleiin acnv /iS/�M � Page 6 of 17 King Laborers Tunnel Work-Compressed Air $90.82 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 Worker 70.01.72.00 psi King Laborers Tunnel Work-Compressed Air $101.82 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 ' Tender King Laborers Tunnel Work-Miner $45.42 7A 31 8�C King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.761 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et 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 $54.02 5D P1HKing Marble Setters Journey Level $52.82 5AKing Metal Fabrication (In Shop) Fitter $15.86 King Metal Fabrication (In Shop) Laborer $9.78 King Metal Fabrication (In Shop) Machine Operator $13.04 King Metal Fabrication (In Shop) Painter $11.10 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $55.52 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 M 1R hffnc•//fnrfracc WA nnv/Ini/%Aranalnnhiin/nrvl/Uanoinnhiin acne All czll)nlA Page 7 of 17 King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumbers fz Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P r King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P ; King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete 'King Power Equipment Operators Bobcat $53.571 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P '! King Power Equi mp ent Operators Chipper $56.44 7A 3C 8P King Power Eauipment Operators Compressor $53.571 7A 3C 8P 'King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P + King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P [ over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power EquuiDment ODerators 1 $56.00 7A j 3C 8P hffnc-//fnrf race IAIa nnv/Ini/uranalnn Lien/nrvlAJanalnnUnn acne r/yr,/,)nyti Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $56.44 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P <King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 2 "King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P 1 King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P l With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc "King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P '! King lPower Equipment Operators Guardrail Punch $56.44 7A 3C 8P i King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P 't But Not Including 8 Yards King Power Equipment 0 erp ators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P hffnc- / nv/Ini l . e I nn I,. in , — G/1C/'f l)iG ii Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 2 King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P 'r Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P f Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.571 7A 3C 813 King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P S King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C BP King Power Eq<pment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment 0 erp ators Remote Control Operator On $56.94 7A 3C 81) Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Betlman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) 'King Power Equipment Operators Rollagon $56.94 7A 3C I 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards _ King Power Equipment Operators Scrapers - Concrete 8 Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P ' Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.571 7A 3C 8P King Power Equipment Operators $56.00 7A 3C 8P ? Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. 'King Power Equipment Operators Shovel, Excavator, Backhoe; $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P ' Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power EquaDment Operators Spreader, Topsider Et $56.94 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.001 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P '< Truck Type King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P ,King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P King Powo Equipment Qperators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $56.44 ZA 3C 8P I' Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer a Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer Et Water Page 11 of 17 King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer 8: Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P I' Underground Sewer Et Water King Power Equipment ORerators- Compressor $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M :King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer @ Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer It Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer 0 Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P 'I Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators• Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer ft Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water L.1-1 //F. L /Ir Inn I i Page 12 of 17 ;King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C SP Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer a Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer &Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer rs Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer a Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P rr Underground Sewer @ Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer a Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P -' Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer It Water $0.50 Per Hour Over Mechanic) 444....-. //4...�4........ ...-. ....../1..:/.........L...L..... /....-. Page 13 of"17 King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer fs Water King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer &Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer 8 Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 813 Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power E ui ment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer EL Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Eguil2ment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Eauipment Operators- Remote Control Operator On $56.94 7A 3C 8P Undergrowid Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer $ Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer tz Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer £t Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P '! Underground Sewer Et Water iKing $56.44 7A 3C 8P Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer a Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer @ Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P r Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P I! Underground Sewer a Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators-, Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Ft $56.94 7A 3C 8P 1 Underground Sewer €t Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P it Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Underground Sewer & Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P li Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground Sewer Et Water Under 100 Tons ;King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer & Water Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Seaver Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration is Air Journey Level $74.36 6Z 1G Conditionjinfl h�echanics King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.401 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $74.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 111 Workers King Residential Soft Floor Layers Journey Level $44.11 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous $49.46 5A 3H Materials ;King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 26 King Shipbuilding & Ship Repair Electrician $41.43 7T 4B Page 16 of 17 King_ Shipbuilding & Ship Repair Heat 8 Frost Insulator $63.181 5J is King Shipbuilding,& Ship Repair Laborer $41.47 7T 4B King Shipbuilding & Ship-Rep air Machinist $41.46 7T 4B "King Shipbuilding Et Ship Repair Operator $41.39 7T 4B King ShiDbuildine & Ship Repair Painter $41.42 7T 4B King Shipbuilding & Ship Repair Pipefitter $41.40 7T 4B King Shipbuilding & Ship Repair Rigger $41.48 7T 4B King Shipbuilding & Ship Repair Sheet Metal $41.43 7T 4B King Shipbuilding & Ship Repair Shipfitter $41.48 7T 4B ;King Shipbuilding Ft Ship Repair Trucker $41.32 7T 4B King Shipbuilding It Ship Repair Warehouse $41.37 7T 4B King Shipbuilding & Ship Repair Welder/Burner $41.48 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 _ (Etectrical King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) King Sign Makers & Installers (Non- Sign Installer $27.28 1 ElectricaE _ _ King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Layers Journey Level $44.11 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $70.14 5C 1X Protectionl King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural! King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chainman $55.47 7A 3C 8P ? King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outs) e King TeleDhone Line Construction - Special Apparatus Installer11 $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B Outside Operator (Light) Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $34.93 5A 26 Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King_ Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $38.29 5A 1B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L " King Truck Drivers Dump Truck (W. WA-Joint $50.41 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $51.25 5D 3A 8L 1 Council 28) King_ Truck Drivers Transit Mixer $43.23 1 King Well Drillers a Irrigation Pump Irrigation Pump Installer $17,71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Benefit Code I<eY—Effective 3/2/2016 thru 8/30/2016 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 WORIKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half 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 five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half 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 at one and one-half tunes the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half 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-ten 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. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the ho urly rate of wage. 1 r Benefit Cade Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12)hours,Monday through Priday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if eircurnstanues 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 up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through 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)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All horns worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 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 Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) 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. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage_ All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls 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 pm (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 straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All howl worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 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. All 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 hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be.paid at one and one-half times the hourly rate of wage. All 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 times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) 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 timc rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per bom 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 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. 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 time 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- 3 Benefit Code I<ey—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium 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 hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 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 16th and October 14th and all IIolidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. 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-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. 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. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4)hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Cade Key— Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight (8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage, All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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 at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(I%)times the regular shift rate for the first eight (8) hours. All other hours worked Monday tkurough Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays 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 hoes worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holidyv 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). H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, '.. And Christmas(6). 5 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 5. 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). L. Holidays: New Year's Day, Martin Luther Ding 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. IIolidays: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 IIolidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)• Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther Ding 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). J. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6 Benefit Code Key— Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 6. 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 Clistmas Day, And Christmas Day(9). Z. Holidays:New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 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). 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. 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. E. 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. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be 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. Iolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr, Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday 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. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The !i 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. J. 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 preceding Friday. 7 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and. Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a 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, Mcnnorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day O. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New 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 a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. 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. Q. Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. 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). 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. T. 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). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each 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 8 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot 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: $1,00, Levels C & D: $050. N. Workers on hazmat projects receive additional hourlypremiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $150,Class C Suit: $1.00, And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a 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 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 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional$0.50 per hour. 9 REQUEST FOR MAYOR'S SIGNATURE T.. :Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) ryry APPr0"d by Director > Originator: Mark Madfai Phone (Originator): 5521 Date Sent: GI,151i Date Required: �ilc4, Return Si ned Document to: NancvYesmtake Contract Termination Date:30 working days VENDOR NAME: Date Finance Notified: B StGUCtUi'eS' L�� (Only required on contracts 7/19/16 10 000 and over or on an Grant ®ATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A (Required on Non-City Standard Contracts/A reements Has this Document been,Specificall Account Number: R90067 Authorized in the Bud et? ® YESr NO Brief Explanation of Document: The attached construction agreement with SB'Structures for the S. 228th St. Grade Separation at Union Pacific Railroad -'Pier 2 Bridge Shaft Construction project consists of Installing pier 2 bridge shafts In advance of the remaining project. -fit All Cona � Bot rough The Caw®epartment r g.� s a s ¢ , coim'gSieted by the Law Department) Received' 7 *`K'" I Approval of Law Dept.: g}y t � $ F� � s I . Law Dept Comments: i t G Date Forwarded to Mayor; Shaded Areas To Be Completed Sy Administration Staff Received': Recommendations and Comments: if / Disposition Date Returned; x PM nPro sn9ft q eRfa Mayus qeWre doy-< KENO" Agenda Item: Bids - 9A WASHl..ION TO: City Council DATE: August 16, 2016 SUBJECT: South 228th Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction Project - Award MOTION: Award the South 228th Street Grade Separation at Union Pacific Railroad - Pier 2 Bridge Shaft Construction Project to SB Structures in the amount of $912,323.00 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 consists of installing pier 2 bridge shafts in advance of the remaining project. There are 3 8-foot diameter drilled shafts in pier 2 (of the future bridge). The shafts extend approximately 70 feet into the ground. Overhead high power transmission lines that are in conflict with the construction of the 3 shafts in pier 2 will be de-energized by Puget Sound Energy from September 12th to October 7th of 2016. The road will be closed to through traffic during construction; a detour route will be put in place. EXHIBITS: Memo dated July 12, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The project will be paid for using State (Connect WA) funds.