Loading...
HomeMy WebLinkAboutPW17-247 - Original - Ventilation Power Cleaning, Inc. - Large Storm Pipe, Culvert & Channel Cleaning Project No. 17-3011 - 08/01/2017 Records M a,", ri,//!%//�r���Diu., r6r'i *rr rr ' 77 KENT Document 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: `ventilation Power Cleaning, Inc. Vendor Number: JD Edwards number Contract Number: 1 1111112Wn This is assigned by City Clerk's Office. Project Name: 2017 Large Storm Pie Culvert and Channel Cleaning Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment Z Contract ❑ Other: Contract Effective Date: Date of the Mayor's,signature Termination Date: 22workingdays Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Steve Lincoln department: Engineering Contract Amount: $961,649.48 u„, Approval Authority: (CI,RCL. ONE) Department Director mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc,): The project consists of the removal of sediment, refuse and vegetation from large drain pipes, culverts and channels ale 7g I : meeker St, d� tween 1. I ee ran S µ24 t Work will also include thie removal and disposal of sediment, refuse and vegetation. As of: 08/27/14 I � m i NI � ������ �I � I I I i " q III ,.. � •M� � ��mm •� I rvlrv� U�III � f � � III � � � � ICU �w� i ����aim m � �- �° � I � w��� v ems � �, � „*�� :lams � �� �� M�u� �R II'... � ��-. � � ��rm,„ �IIVI �x wl� ill�a mmm. � � � �� '�� � I'�` Ui VW" �.N mq m G '�ili, I IIW'• �� ul Oro .mA �...m mYm. �� �,�,'� .,�,�� � � ,w�� Uu � � u u.4m.. �w ���,�,� �I � �� a �Y � MU�N u I � % � � h��MM .��I' � I'...... .W.w'„ I . "�'" � IIMIIII � � u� � i� m m � � �, �i � �m m my N�IV � I V I�If I I� ��� � ui� �� �� �NIINih �i fl� PUBLIC WORKS DEPARTMENT Timothy 3, LaPorte, P.E. Public Works Director 4 400 West Gowe 00 1�wf E N T Kent, WA 98032 WA 5 1 1 �G T 0 Fax: 253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2017 Large Storm Pipe,, Culvert and Channel Cleaning Project West Meeker Street to out 240th Street Project Number.* 17-3011 ADDENDUM No. I July 6, 2017 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 REFLECTED IN RED I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages 6 and 15 of the Bidder's Document, Bidders must use the replacement pages. REVISE Schedule I A as follows and DELETE Schedules I B, I C, I D, I E, and I F. SCHEDULE I A - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 7-07.5 -1-744 19 0 Removal and Disposal of $ KSP TONS Solids and Decant Liquids for Per TON Storm Pipe 42 IN. DIAM, 0 100.1 7'-0 7.5 420 Removal and Disposal of $ $ Solids and Decant Liquids for l(sp TONS Per TON Storm Pipe 60 In. Diarn. 0 MAYOR SUZETTE COOKE ARMEN, V, SCHEDULE I A - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. -,N 0. QUANTITY PRICE AMOUNT 1002 7'-07.5 720 RemovaU and Disposal of $ KSP TONS Sediment, Refuse, and Per, TON Vegetation from Culvert 1003 7-07.5 1,310 Rernoval and Dispos,af of $ $ KSP TONS Sediment, Refuse, and Per TON Vegetation frorn Ditch 1005A- 7-00,5 1 Supplemental Stormwater KSP FORCE Bypass Pumping $30,000M* $30,00000 ACCOUNT Per FA **'Common price to aH bidders 1010A 7-00.5 1 Temporary Stormwailter $ KSP LUMP SUM Bypass Per LS 10 15A 7-00,5 1 Stormwater Tanker Truck sa'-009,00— $-3- ,000- .00 KSP FORCE $18,000,.010* $18,000.00 ACCOUNT Per FA "Common price to all bidders 1016 7-00.5 1 TempararyAccess Route $ $ KSP LUMP SUM Turf Grass Restoration Pei, LS, 1020A 1- 1 Minor Changes $12,000 * 04,4(1) FORCE Per FAX0 $12,000.00 KSP ACCOUNT -Common r)rice to all bidders Sub Total $ 10% WA State Sales Tax $ Schedule I A Total $ REVISE the Bid Summary to reflect the update to Schedule 1 A and the deletion of Schedules I B/ I C, I D, I E, and I F. 2 END OF ADDENDUM No. 1 ChAd Bieren, P.E. Date Deputy Director/City Engineer Attachments.. 1" Proposal (page 6) Bid Summary (page 15) 3 SCHEDULE I A-- STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. !RUANTITY PRICE AMOUNT 1000A 7-07,5 4741,90 Removal and Disposal of $ $ KSP TONS Solids and Decant Liquids, for Per TON Storm Pipe 42 In. Diam. 1001 7-07.5 420 Removal and Disposal of $ $ KSP "rONS Solids and Decant Liquids, Per TON for, Storm Pipe 60 In. Diam. 1002 7-07.5 720 Removal and Disposal of $ $ KSP TONS Sediment, Refuse, and Per TON Vegetation from Culvert 1003 7-07.5 1,310 Removal and Disposal of $ $ Ksp TON'S Sediment, Refuse, and Per TO Vegetation from Ditch 1005A 7-0,0,5 1 Supplemental Stormwater '4309- KSP FORCE Bypass Pumping $30,000.00* $30,000.00 ACCOUNT Per FA * Common price to all bidders 1010A 7-00.5 1 Temporary Stormwater $ KSP LUMP SUM Bypass Per LS 1015A 7-00,5 1 Stormwater Tanker Truck *--r,G"700-- 1,3-r404-.00 KSP FORCE $18,000.00* $18,000.00 ACCOUNT Per FA *-*-Common..pride to afl bidders 1016 7-00.5 1 Temporary Access Route $ $ KSP LUMPSUM TUff Gr'ass Restoration Per L,S 1020A 1- 1 Minor Changes $-2-FGGQ-." 04.4(1) FORCE $12,000.00* $12,000.00 KSP ACCOUNT Per FA * Corn mon price to all bidders Sub Total 100/o WA State Sales Tax $ Schedule I A Total $ 2017 Lg Culvert &Channel Cleaning/Unco n 6 July 5, 2017 Project Number: 17-3011 BID SUMMARY Schedule Schedule 11 Schedule III TOTAL BID AMOUNT 2017 Lg Cu vent &.Channel Cleaning/UncoEn 1.5 Juay 5, 2017, Project Number: 17-3011 TAB INDEX 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 Location Flaps Tab 7 Prevailing Wage Rates BIDDER'S NAME ventilation Power Cleaning, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street Project Number: 17-3011 BIDS ACCEPTED UNTIL BID OPENING July 11, 2017 July 11, 2017 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KEN TT W A 5 H I N G T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Location Maps Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 11, 2017 up to 10:45 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 at 11:00 a.m. for the City of Kent project named as follows: 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street Project Number: 17-3011 The project consists of consists of the removal of sediment, refuse, and vegetation from large drain pipes, large culverts, and open channels along West Meeker Street and between West Meeker Street and South 240`h Street. This work will consist of the removal and disposal of up to 3,400 tons of saturated sediment, refuse, and vegetation. This work will also include the related work of pumped surface water bypasses, work-zone preparation, property restoration, and temporary traffic control along busy streets serving the retail and commercial areas along West Meeker Street. The entire project shall be complete by September 30, 2017. All work in the vicinity of Kent Elementary School shall be completed within the first two weeks of work. The Engineer's estimated range for this project is approximately $800,000 to $900,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Stephen Lincoln, P.E. at 253- 856-5552. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. 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/doing- business/bids-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. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. i Dated this ----G�— day of 1 2017. BY: Kimberley A. omoto, City Clerk P Published in DailyJournal of Commerce of Commerce on June.27 -8nd July'5, 2017 i 3 {r t 1 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date July 10,..-.201.7... This statement relates to a proposed contract with the City of Kent named 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street Project Number: 17-3011 I am the undersigned bidder or prospective contractor. I represent that - 1. I Janice Benner, 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. Ventilation Power Cleaning, Inc . NAME OF BIDDER (-X By, President SIGNATURE/TITLE 3914 Leary Way NW Seattle, WA 98107 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 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. 1 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 opportuinity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Ventilation Power Cleaning, Inc . Title: President Date: dilly 10 , 2017 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. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities, 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By- For: Ventilation Power Cleaning, Inc . Title: President Date: -7 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. PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that ventilation Power Cleaning, Inc . 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 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street/Project Number: 17-3011 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. SCHEDULE I A-- STORM SEWER{Ss_'I"E 1 West keg of Neelte._er.�,� ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 7-07.5 4-7A 190 Removal and Disposal of $267 . 12 $ 50, 752 . 80 KSP TONS Solids and Decant Liquids for Per TON Storm Pipe 42 In. Diam. 1001 7-07.5 420 Removal and Disposal of $267 . 12 $ 112, 190 .40 KSP TONS Solids and Decant Liquids Per TON for Storm Pipe 60 In. Diam. 1002 7-07.5 720 Removal and Disposal of $267 . 12 $ 192, 326 .40 KSP TONS Sediment, Refuse, and Per TON Vegetation from Culvert 1003 7-07.5 1,310 Removal and Disposal of $267 . 12 $ 349, 927 .20 KSP TONS Sediment, Refuse, and Per TON Vegetation from Ditch 1005A 7-00.5 1 Supplemental Stormwater ** $5, :g@ KSP FORCE Bypass Pumping o.00*Per F $30,000.00 ACCOUNT Per FA *Common price to all bidders 1010A 7-00.5 1 Temporary Stormwater $15, 000.00 $ 15, 000.00 KSP LUMP SUM Bypass Per LS 1015A 7-00.5 1 Stormwater Tanker Truck $3,009.00-- KSP FORCE $18,000.00* $18,000.00 ACCOUNT Per FA *-*-Common price to all bidders 1016 7-00.5 1 Temporary Access Route $10,290.00 $ 10,290.00 KSP LUMP SUM Turf Grass Restoration Per LS 1020A 1- 1 Minor Changes -- $2,()90.G0 04.4(1) FORCE $12,000.00* $12,000.00 KSP ACCOUNT Per FA *JLCommon price to all bidders Sub Total $__790,486 . 80 10% WA State Sales Tax $ 79, 048 .68 Schedule I A Total $ 869, 535 .48 2017 Lg Culvert&Channel Cleaning/Lincoln 6 July 5, 2017 Project Number: 17-3011 SCHEDULE II - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2005 1-10.5 320 Traffic Control Labor $ 71 . 00 $22, 720 . 00 KSP HOURS Per HR 2010 1-10.5 160 Construction Signs Class A $ 25 . 00 $ 4, 000 . 00 WSDOT SQ FT Per SF 2015 1-10.5 40 Traffic Control Supervisor $ 81 . 00 $ 3 ,240 . 00 KSP HOURS Per HR 2020 1-10.5 1 Temporary Traffic Control $9, 800 . 00 $ 9, 800 .00 KSP LUMP SUM Devices Per LS 2030 1-10.5 20 Portable Changeable Message $ 90 . 00 $ 1, 800 . 00 KSP DAYS Sign (PCMS) Per DAY 2035 1-10.5 20 Sequential Arrow Sign (SAS) $ 60 .00 $ 1, 200 . 00 KSP DAYS Per DAY Sub Total $ 42 , 760 . 00 10% WA State Sales Tax $ 4,276 .00 Schedule II Total $ 47, 036 . 00 SCHEDULE III - TEMPORARY EROSION AND SEDIMENT CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 8-01.5 1 Seeding, Fertilizing, and $4, 000 . 00 $4 , 000 . 000 KSP ACRE Mulching Per AC 3005 8-01.5 280 Filter Fabric Fence $ 15 . 00 $ 4, 200 . 00 KSP LN FT Per LF 3015 8-01.5 40 Inlet Protection $ 40 . 00 $ 1, 600 . 00 KSP EACH Per EA 3020 8-01.5 280 Straw Mulch - Hand Applied $ 11. 00 $3 , 080 . 00 KSP SQ YDS Per SY 3055 8-01.5 1 Erosion/Water Pollution $22,500.00** $22,500.00 WSDOT FORCE Control Per FA ACCOUNT "Common price to all bidders 3060 8-01.5 40 Street Cleaning $ 140 . 00 $5, 600 . 00 WSDOT HOURS Per HR Sub Total $ 40, 980 . 00 10% WA State Sales Tax $ 4, 098 . 00 Schedule III Total $ 45, 078 . 00 BID SUMMARY Schedule I A 869, 535 .48 Seh ed-al- I-B- if e.l.s....�..A.. T d' Sehe'°duOe Seheeule. F E Sehedule T F Schedule II 47, 036 . 00 Schedule III 45, 078 . 00 TOTAL BID AMOUNT 961 . 649 . 98 2017 Lg Culvert&Channel Cleaning/Lincoln 15 July 5, 2017 Project Number: 17-3011 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2017 Large Storm Pipe, Culvert and Channel Cleaning Proiect West Meeker Street to South 240th Street Project Number: 17-3011 Subcontractor Name Rhino Excavating & Trucking Item Numbers 1 001 1 002 1 003 Subcontractor Name MP Environmental Item Numbers 1QQJ_ 0 1QU2 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIG NATUREZ_ SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: venti.i.ati.on Power Cleaninz, i�ac , Project Name: 2017 Larqe.. Storm Pipe, Culvert and Channel Cleaning i oth ProjectWe Vest Meeker Street to South 24 Street Project Number: 17-3011 Pursuant to RCW 39.30.0601, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: July 10, 2017 Si nature of Bidder Date CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 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: Janice Benner NAME: Ventilation Power Cleaning, Inc. ADDRESS: 3914 Leary Way NW Seattle, WA 98107 PRINCIPAL OFFICE: Ventilation Power Cleaning, Inc . ADDRESS: 3914 Leary Way NW Seattle, WA 98107 PHONE: (206) 634-2750 FAX: (206) 634-2753 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 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, expllain 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 10th day of July 2017. Name of Organization: Ventilation Power Cleaning, Inc. By: Titie: President 7.2 Janice Benner 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 10th day of July-, 2017, Notary Public: KC f My Commission Expires: 06/01/2018 *,/=(# Ventilation Power Cleaning, Inc. I 147 Commercial o Institutional * Industrial e Marine CU 3914 Leary Way Northwest—Seattle, Washington 98107-5042—(206)634-2750—Fax (206)634-2753 City of Kent 2017 Large Storm Pipe, Culvert and Channel Cleaning Project W Meeker Street to South 240th Street Project Number: 17-3011 1 Statutory Requirements, 1.1 See attached L & I certificate of registration 1.2 Our current state UBI is 578-089-188 1.3 See attached L & I Employer Liability Certificate Our employment security department number is 325641-00-9 1.4 Ventilation Power Cleaning, Inc has not in the past three (3) years been disqualified from: bidding on any public works contract under RCW 39.06.010 or 39.12.0�65 (3). We do not have any subsidiary companies or affiliated companies under control of the owner. ice Benner President Ventilation Power Cleaning:, Inc. 2,. Organization 2.1 VPC has been in business as a contractor for 48 years. 2.2 VPC has been in business under our current name for 48 years. 221 VPC has not operated under any former name. 2.2.2 VPC's date of incorporation is March of 1969. 2.2.3 VPC is incorporated in the State of Washington 2.2.4 VPC's President's name is Janice Benner. 2.2.5 VPC's Vice President's name is Clem Sullivan 2.2.6 VPC's Secretary's name is Clem Sullivan. 2.2.7 VPC's Treasurer's name is Clem Sullivan. 2.4 N/A — VPC is not a partnership 2.5 N/A — VPC is a corporation, not individually owned 2.6 N/A —VPC is a corporation, principals named above 3. Licensing 3.1 VPC is legally qualified to do business in: Kent BLOC-2100592 Kent Statutory Requirements for 17-3011 Page 1 of 4 Seattle 6382 Tacoma 500001266 Pacific 1254 Sea Tac 006763 Olympia 10-00000962 Renton BL 022069 Burien 0054 Redmond 00007451 Tukwila 05-508 Tulalip Reservation B2317 North Bend 11-002025.0 Mountlake Terrace 10151 Mercer Island 990236 Lynnwood 005858 Kelso 29641 Federal Way 20-11-101685-00-BL Everett 024201 Bremerton 23460 Bothell 004317 Bellevue 43185 Shoreline 578-089-188 Issaquah 91061357 Auburn BUS-28497 Burien 00054 Covington Des Moines BUS2016-00167 Duvall Edmonds NR-023429 Kirkland OBL-0004790 Lake Forest Park 05221523 Lakewood BL15-0206 Marysville 275000N616 Mill Creek 3363 Mount Vernon 9347 Mukilteo BL05902 Oak Harbor BL-005148 Sea Tac 6763 3.2 N/A 4. Experience 4.1 Ventilation Power Cleaning, Inc. performs the following work categories with our own work force: Storm and sewer line cleaning Kent Statutory Requirements for 17-3011 Page 2 of 4 • Cleaning of storm system components (catch basins, manholes, control structures, pipes • Hydro-excavation • Video inspection services • HVAC cleaning services (commercial and industrial) 4.2.1 VPC has never failed to complete any work awarded to us. 4.2.2 There are no judgements, claims, arbitration proceedings or suits pending or outstanding against VPC or any VPC officers. 4.2.3 VPC has not within the last five years, or ever, filed any suits or requested arbitration with regards to construction contracts. 4.3 No officer or principal of VPC has in the last five years been an officer or principal at another organization. 4.4 See attached sheet for major construction projects in progress 4.4.1 The (annual) worth of the work in progress under contract is $600,000+ 4.5 See attached sheet for major projects completed in last five years 4.5.1 The average annual amount of construction work performed during the last five years is $5,500,000.00 4.6 See attached sheet for construction experience and present commitments of key individuals. 4.7 See attached sheet for major equipment 5. References 5.1 Trade References Super Products P.O. Box 510110 New Berlin, WI 53151 Ph: (262) 784-7100 Jetstream of Houston 5905 Thomas Rd. Houston, TX 77041 Ph: (832) 590-1300 Chicago, IL 60693 Vactor Manufacturing P.O. Box 71038 Chicago, IL 60694 Godwin Pumps 8445 S. 218th St. Kent, WA 98031 Ph: (253) 395-5450 5.2 Bank References Bank of America Kent Statutory Requirements for 17-3011 Page 3 of 4 Lisa Fein — Senior Vice President 4701 University Way NE, Seattle, WA 98105 Ph: (206)393-6024 5.3 VPC's Surety company is Unigard Insurance Company Agent: HUB International PO Box 1727 Bothell, WA 98011 5.3.1 VPC's bonding company is CBIC Insurance 1213 Valley St PO Box 9271 Seattle, WA 98109 5.3.2 VPC's agent is: HUB International PO Box 1727 Bothell, WA 98011 Kent Statutory Requirements for 17-3011 Page 4 of 4 Ventilation Power Cleaning, lnc. ��"' Commercial * Institutional * Industrial * Marine 3914 Leary Way Northwest—Seattle, Washington 98107-5042—(206)634-2750—Fax (206)634-2753 City of Kent 2017 Large Storm Pipe, Culvert and Channel Cleaning Project W Meeker Street to South 24,Oth Street Project Number: 17-3011 4. Experience 4.4 Major construction projects in progress Job Denny Network Phase 1 & 2 Owner Seattle City Light Architect/Design Seattle City Light Contract Amount $287,686.90 to date % complete Ongoing Scheduled completion TBD Job Emergency Spill response Owner Puget Sound Energy Architect/Design. Performed for Geo Engineers Contract amount $454,023.15 from 7/1/16 thru 6/30/2017 % complete ongoing Scheduled completion ongoing Job Sound Transit Northgate Link Owner Sound Transit Architect/Design Performing services for Granite Construction Contract amount $41,939.50 since contract inception February 2017 % complete ongoing Scheduled completion 2021 Job 2017 Catch Basin & CCTV Work Owner City of Mill Creek Architect/Design N/A Contract amount $62,378.26 % complete 99 Scheduled completion July 20,17 Kent 2017 Meeker, major current contracts Page 1 of 1 VWCO Ventilation Power Cleaning, Inc. Commerciale Institutional * Industrial * MarinegUN4; 3914 Leary Way Northwest—Seattle, Washington 98,107-5042—(206)634-2750—Fax (206)634-2753 City of Kent 2017 Large Storm Pipe, Culvert and Channel Cleaning Project W Meeker Street to South 240 th Street Project Number: 17-3011 4. Experience 4.5 Major projects completed by VPC in the last 5 years Job 231d Ave So. — So. Jackson St. to East John St. Owner City of Seattle Architect/Design Work performed for Prime Electric Contract amount $620,224.78 Date of completion February 9, 2017 % performed by VPC 100 Job Fremont Siphon Replacement & Odor Control Facility Owner King County Architect/Design Work performed for Prime Contractor— Stellar J. Contract amount $181,402.07 Date of completion March 30, 2017 % performed by VPC 100 Job Northgate Drain Main Cleaning Owner City of Seattle Architect/Design City of Seattle Contract amount $366,142.82 Date of completion September 17, 2014 % performed by VPC 95 Job Hydro-excavation services Owner Various Architect/Design Performed for Gary Merlino Construction Contract amount $336,992.00 Date of completion Services performed in 2014 % performed by VPC 100 Job 2013 Catch Basin and Vault Cleaning Owner City of Mill Creek Architect/Design City of Mill Creek Kent 2017 Meeker,, major projects completed Page 1 of 2 Contract amount $81,110.03 Date of completion July 30, 2013 % performed by VPC 96 Job Industrial vacuum maintenance services Owner Cosmo Specialty Fibers Architect/Design Cosmo Specialty Fibers Contract amount $244,048.49 Date of completion Work performed in 2013 % performed by VPC 100 Job 2012 On-call surface water sys. repair & maintenance Owner City of Shoreline Architect/Design City of Shoreline Contract amount $105,792.80 Date of completion December 28, 2012 % performed by VPC 98 Job Industrial vacuum maintenance services Owner Cosmo Specialty Fibers Architect/Design Cosmo Specialty Fibers Contract amount $287,526.33 Date of completion Work performed in 2012 % performed by VPC 100 Job Industrial vacuum maintenance services Owner Kimberly Clark Corporation Architect/Design Kimberly Clark Corporation Contract amount $1,530,420.96 Date of completion Work performed in 2012 % performed by VPC 100 Job 2011 Citywide Large Culvert & Storm Pipe Cleaning Owner City of Kent Architect/Design City of Kent Contract amount $1,049,044.92 Date of completion December 11, 2011 % performed by VPC 100 Kent 2017 Meeker„ major projects completed Page 2 of 2 Ventilation Power Cleaning, Inc Commercial e Institutional 9 Industrial @ Marine 3914 Leary Way Northwest—Seattle, Washington 98107-50�42—(206) 634-2750—Fax (20�6) 634-2753 City of Kent 2017 Large Culvert and Channel Cleaning Project 64th Ave South Project Number: 17-3011 4.6 Key Individuals John Linn is our Operations & Safety Manager. He has been with VPC for 17 years, has a Class B CDL, and certificates in First Aid, CPR, Confined Space Practices, and Aerial & Scissor Lift Operations Training. Vactor Trucks & Personnel For our vactor trucks, we have four primary operators designated: • Stan Musgrove Jr has been with VPC for 15 years. He has, a Class B CDL and certificates in First Aid, CPR, Confined Space Practices, and 40 hour Hazmat. • Denny Sturma has been with VPC for 10 years. He has a Class B CDL, and certificates in First Aid, CPR, & Confined Space Practices. Scott Holgerson has been with VPC for 9 years. He has a Class A CDL and certificates in First Aid, CPR, and Confined Space Practices. All regularly receive commendations from customers and are requested by name. Robert Lester is Ventilation Power Cleaning, Inc's full-time, on-site mechanic. Vehicle maintenance records are available for review at the VPC administrative office. General Laborers: when needed!, a general laborer will accompany the vacuum truck operator. We have designated 2 primary general laborers for this project. They are: • Larry Sigman has been with VPC since 2007. He is certified in Confined Space Practices. • Jamie White has been with VPC since 2001. He is certified in Confined Space Practices. Kent 20,17 Meeker, key individuals Page 1 of 1 Item 4.7-Equipment List #67 2007 Sterling LT9500. Length 34', Height 124", Width 8'. Scale weight 41,880 lbs,gross weight 54,000 lbs. Tier 2 Cat C-13 410 HP engine. Supersucker model 6227 industrial vacuum loader high vacuum. 27"mercury vacuum. 6,000 CFM blower. 18 yard capacity, 12 yard practical capacity.Capable for loading directly into the collector body (when vacuuming abrasive material). #66 2007 Sterling LT9500. Length 34', Height 12'4",Width 8'. Scale weight 38,620 lbs, gross weight 54,000 lbs. Cat C130 380 HP, Supersucker Camel 200 combination industrial vacuum loaader&line cleaner. 3600 CFM blower. Water pump rated for 80 GPM at 2000 psi. 1"flusher hose. 10.8 yard capacity.Auxillary high pressure pump 10 gpm @ 3000 psi. #66 2006 Sterling. Length 36',height 12'5",width 8'6". Scale weight 42,700 lbs,gross weight 54,000 lbs. Cat 410 HP engine.Vactor model 2112 combination industrial vacuum loader and line cleaner. 5150 CFM blower. 1500 gallon fresh water tank. Water pump rated for 85 GPM at 2500 psi. 1"flushing hose. 10 yard capacity. Auxilliary high pressure pump 10 GPM at 3000 psi(used for potholing, tank cleaning, etc.) #64 2006 Sterling. Height length width. Scale weight 41,420, gross weight 52,000. Cat C13 410 hp engine. Camel 200 combination industrial vacuum loader and line cleaner. 5150 CFM blower. 1500 gallon fresh water tank.Water pump rated for 80 GPM at 2000 psi. 1"flushing hose. 10.8 yard capacity. Body pressurization. Auxilliary high pressure pump (used for potholing,tank cleaning, etc.) #63 COBRA.. International.. Height 11"3", length 34"0",width 8'. Scale weight 36,180 lbs,gross weight 52,000 lbs. Cat C-12 410 HP engine. Supersucker model Camel 200M combination industrial vacuum loader and line cleaner, 4283 CFM blower. 1500 gallon fresh water tank.Water pump rated for 80 GPM at 2000 psi. 1"flushing hose. 10 yard capacity. Body pressurization. Auxillary high-pressure pump 10 GPM at 3000 psi(used for potholing,tank cleaning, etc.) #62 2000 Sterling M Class industrial high-vac. Height 13'4", length 360",width 8'. Scale weight 40,240 lbs,gross weight 52,000 lbs. Cat 3406E, 355 HP engine. Supersucker model 5227 industrial vacuum loader. 27"mercury vacuum. 5000 CFM blower. 18 yard capacity, 10 yard practical capacity. Capable of loading directly into the collector body (when vacuuming abrasive material). #61 CONDOR. 2000 International. Height 11'3", length 34'10",width 8'. Scale weight 36,180 lbs,gross weight 52,000 lbs. CAT C-15 375 HP engine. Supersucker model Camel 200m combination industrial vacuum loader and line cleaner. 4283 CFM, 1500 gallon fresh water tank. Water pump rated for 80 GPM at 2000 psi. 1"flushing hose. 10 yard capacity. Body pressurization. Auxillary high-pressure pump 10 GPM at 3000 psi(used for potholing,tank cleaning,etc.) Supersucker separator system Used in conjunction with the Supersucker vacuum trucks. Provides a controlled,continuous discharge of liquids, solids or slurries into bags,drums,trucks,etc. Set up to work with truck#55,the Brute. Vacuum boxes Two 20 yard sealed dumpsters capable of being vacuumed directly into. Spotted between vacuum truck and material. Used with continuous operation of vacuum truck is desired-no downtime for dumping. Containers can be hauled to disposal site by outside contractor with rail truck. Video inspection equipment #40 Cues digital video recorder pipeline inspection unit. Capable of 3"to 77"line inspection. 180 degree pan. Instant on- site DVD or VCR tape. Pipeline location and depth finder. #41 Cues digital video recorder pipeline inspection unit. Capable of 3"to 200"line inspection. 180 degree pan. Instant on-site DVD or VCR tape. Zoom capabilities. Instant picture printout. Pipeline location and depth finder. Lateral and main line probe system (inspects 80' into lateral lines, off main line); Inspects 8"to 24"pipe. 1000'of co-ax cable (for travel in main line) Ventilation cleaning vehicles&equipment #8 1988 Astro van. Equipped with power washer, steam cleaner, portable vacuum,and miscellaneous tools. #11 1991 Astro van. Equipped with power washer, steam cleaner, portable vacuum, and miscellaneous tools. #12 1998 Astro van. Equipped with power washer, steam cleaner, portable vacuum,and miscellaneous tools. #14 2008 Chevrolet Express van. Equipped w/power washer, steam cleaner, portable vacuum,&miscellaneous tools. Miscellaneous support vehicles #10 1998 Chevrolet flatbed #9 2005 Chevrolet flatbed #5 2000 Chevrolet C1 pickup Kent 2017 Meeker,equipment list Ventilation Power Cleaning, Inc. Page 1 of 1 VWCO Ventilation Power Cleaning, Inc. Commercial e Institutional * Industrial 9 Marine' 3914 Leary Way Northwest—Seattle, Washington 98107-5042—(206) 634-2750—Fax (206)634-2753 July 11, 2017 Re, 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 24011 Street Project 17-3011 Request for alternate permitted disposal sites —VPC Decant Station Ventilation Power Cleaning, Inc, requests to dispose of liquid and solid material for the above referenced project at our decant station in Seattle, at Waste Management in Seattle, and!, at Lafarge in Seattle. VPC has been operating our decant station since January of 1995. The facility was designed and built based upon our involvement with the "regional Vactor Waste Disposal Planning Committee". The committee comprised personnel from King County Surface Water Management, the Washington State Department of Ecology, various cities, municipalities, King County Metro, and other interested parties. The decant station consists of a certified truck weigh scale, two 11,000 gallon liquid holding tanks, a dumping pad, for off-loading of material, hydraulic pumps, diesel loader for moving liquids and solids, an industrial screw press, and covered storage area for solids. The decant station is available to VPC personnel 24 hours a day, 365 days a year. The facility is secured by a locked and gated chain link fence. Ventilation Power Cleaning, Inc. operates under King County Major Discharge Authorization Number 420-05 for liquid discharge. Solids are accumulated and then hauled to Waste Management's facility in Seattle. Copies of both authorizations are attached. King County's authorization is valid through January of 2020. Details and documentation regarding Waste Management's Duwamish, facility, and Lafarge's Seattle facility will be provided upon award of bid. Best regards, Janice Benner Ventilation Power Cleaning, Inc. Enclosures, King County and Waste Management authorizations LIM King County MAJOR DISCHARGE AUTHORIZATION King County Industrial Waste Program 201 S. Jackson Street, Suite 513 Seattle, WA 98104-3855 NUMBER 420-05 for Ventilation Power Cleaning Inc. Facility address: 3914 Leary Way NW Seattle, Washington Mailing address: 3914 Leary Way NW Seattle, WA 98107 Phone: 206-634-2750 Emergency (24-hour) phone: 206-634-2750 Industry type: Decant station SIC code: 7699 EPA Id.No.: WAS-051240729 Discharge to: West Point Treatment Plant *Note: This authorization is valid only for the specific discharges shown below: Discharge process: Wastewater generated by decant station operation Effective date: January 22, 2015 Expiration date: January 21, 2020 DESCRIPTION OF SAMPLE SITES AND DISCHARGE VOLUMES Sample Description Maximum Volume(gallons per day) Site No. Industrial Total A1066I I Settling tank- effluent sump 25,000 25,000 Permission is hereby granted to discharge industrial wastewater from the above-identified facility into the King County sewer system in accordance with the effluent limitations and monitoring requirements set forth in this authorization. If the industrial user wishes to continue to discharge after the expiration date, an application must be filed for re-issuance of this discharge authorization at least 90 days prior to the expiration date. For information concerning this King County Discharge Authorization,please call Industrial Waste Compliance Investigator Dave Haberman at 206-477-5465. 24-HOUR EMERGENCY NOTIFICATION West Point Treatment PIant: 206-263-3801 Washington State Department of Ecology: 425-649-7000 n Non-Hazardous \/\/AM App ovc] Requested Management Facility: Columbia Ridge Landfill Profile Number:16403Cy Waste Approval Expiration date: as 4 2019 APPROVAL DETAILS Approval Decision: El Approved Not Approved profile'Renewal: 21 Yea J No Management Method: Alternate Daily Cover ADC Generator Name: ventilation Power cleaning -vari. a to ati,on Material Name: catch basin debris Management Facility Precautions,Special Handiing Procedures or Limitation on approval: Generator Conditiang - Shall not contain free liquids. - Shipment must be scheduled into the disposal facility at least, 24 hours in advance. Contact information will be provided by your TSR. - Waste manifest or applicable shipping document must accompany load. - The waste profile number must appear on the shipping papers. via Alaska Street, 70 S. Alaska Street, Seattle, Washington. Fau 121ty C. -I:.tbcna Bulk, ADC WM Authorization Name:Kristin Cas�.t-:-n�•^er Title:waste Approval Manaaer WM Authorization Signature: �� / .._ pare. 01 14/2 016 Agency Authorization(if Required): Gate: Last Revs 5-ad Fi"Js'r r 9.20'4 THINK GREED-. QUESTIONS?CALL 800 963 4776 FOR ASSISTANCE r,0 "j as to ement WASTE MANAGEMENT Eli , (Y,l, WASTE MANAGEMENT Ifii'fjrJl/!1'/i! %/!!r /riifr��:rru`r(i r//,,... r �/k f�f��/�,r/1�,��;;�/f: �/�'H l� , � rl�✓fir%! t s ,��; (`, r � r���',�. Y,�� .,,,� CC.dG.4lY BIM RIDGE LANDFILL �f r � r ,rrr !/,(v / r.rrf %tn/�f, /J�f/�II�G P /�// / 1,/,>+��r 1, ✓Ir 91��1rr �fr�, ,.., .....,, .. ..,:1 e „),. r -.. / ///q. / %,✓.,; �r rr/l; Ur✓l�/ fir,:///Jl./A(.Sri�,�// //ulr.;,� C �3�I.11��r�,e%r):�`.Y!„rr .��' cff e� r �._ /nsC,;;, //-��(f/ / ,. � / , , / 1/ri,., j //ir%i'Ji'�iri//I'�''i / >r'-�1 rle✓A1 r<,:!Alf�ri?,�r„ ,..tly�aF'f�t arl'��clta,,Y..w,..t..,<, s J ; rr/l r / r r s %//%�/�/�j�/i�f�r�/F/�✓j1,/tli�l6�✓R Ili y/if r/��f��� rs /, �Yr7ff fs, r r ^ ,,.w.. ,.+r it,can't?'r.�,�s ,�crrn/Idrx:iJl / ✓; / / r� 1 a � r / / f( r � J/ / r sjr 6f rr C ''f J Jr r// / r C % C° // rj ✓''f r rr 1,u%� r r rrr / ✓f // rr ra„ r/rUfrC / !/rr;G f r�;., r�„�i�,-✓ r/�/�,�/A / /,ar r,/l�r4r,Yl/rflf/ / �ll�r/J>JJ r tr"�'afr/ff; �1 s ' i HOURS OF OPERATION k si rr� t '-r ,r ,J, ,�-, Y,r".;�/�,:.Y ae 1✓Y�'j;s,r.�y, f _ , YEAR OPENED Columbia Ridge Landfill provides safe and professional disposal services for communities,businesses and ^1 99 t industries primarily from Oregon and Washington Located i in north central Oregon,the site provides PROJECTED LIFE REMAINING convenient truck access from Portland and rail access from Seattle.In addition,the site's dry climate and yatt,rrs unique geology support superior environmental performance,while the rural locale allows for a 10,000-acre buffer managed for agriculture and wildlife.Columbia Ridge is also a platform for wind power and green FACILITY ACREAGE technologies that use waste to generate renewable energy and clean fuels 12.0 Columbia Ridge is a modern Subtitle D landfill that accepts primarily municipal solid waste(MSW or PERMITTED FOOTPRINT household waste)as well as industrial and special wastes.It is engineered with overlapping environmental /ts,i acres protection systems that meet or exceed rigorous state and federal regulations and are subject to highly REMAINING PERMITTED CAPACITY regulated monitoring and reporting requirements.Columbia Ridge uses sophisticated monitoring protocols to .130 verify that its environmental protection systems are operating properly.Monitoring data gathered by company and independent professionals is submitted'to the Oregon Department of Environmental Quality TANS PROCESSED ANNUALLY (DEQ)and the US Environmental Protection Agency. >rnilliun turns OWNERSHIP Containment Design ,�tiY. ,,.,r a .Disposal Columbia Ridge has a multi-layer composite liner system that includes an engineered clay barrier and a 60-mil high-density polyethylene(HDPE) membrane to ensure that waste and wastewater(leachate)are PERMIT TYPE&PERMIT 41 contained and isolated from soil and groundwater. 1.) Sul i d 1?rrstp r i i i i t fry 91 NUMBER OF EMPLOYEES Groundwater Monitoring 70 The site's geology and hydrogeology provide unique natural protections because the groundwater is approximately 200-feet deep and separated from the waste by low permeability soils.Groundwater is monitored at seven wells,both upgradient and downgradient of the waste disposal footprint. Landfill Gas Management Columbia Ridge manages landfill gas to generate renewable energy,reduce emissions,and prevent odor. The system collects 4,700 cubic feet per minute of landfill gas through more than 80 wells.A portion of the gas is sent to an on-site energy plant,with the remaining gas managed by flares per federal requirements. Leas ate Collection & Treatment The leachate collection and treatment system consists of a highly permeable gravel drainage layer covering the entire landfill base,with perforated pipes at low points to collect and route leachate to a double composite lined evaporation pond.It also includes a recirculation process that pumps leachate from the pond back in to the landfill,to accelerate waste decomposition and enhance landfill gas production. WASTE M ANAGEr1MEM"7 THINK E R.7�"PEWC ' 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 twenty two (22) 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 001 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. ©ATE: Jul 10, 2017 Ventilation Power Cleaning, Inc . NAME OF BIDDER S 'nature of Authorized Representative Janice Benner, President (Print Name and Title) 3914 Leary Way NW Address Seattle, WA 98107 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Ventilation Power Cleaning,Inc. as Principal, and — Contractors Bonding and Insurance Corny an —, as Surety, are held and firmly bound unto, the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Taal Amount Bid 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 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street/Project Number: 17- 3011 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 uth DAY OF July 2017. 11 VP I - '000 AND 'Ne 17X "o 'ponl PRINCIPAL S L k EA ®' SURETY Patti White, Attorney-in-Fact ku off' o', 20 Received return of deposit in the sum of $ Rorf, POWER OF ATTORNEY LF CbiC (Irrevocable) an RU company BOND NO. RLI Surety 9025 N.Lindbergh Dr.I Peoria,IL 61615 Phone:(800)645-2402 I!Fax:(309)689-2036 Know All Alen by These Presents: That this Pow cr of Attorney is not valid or in effect unless attached to the bond which it authorizes,but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Cornpany,required for the applicable bond. That RLI Insurance Company,and/or Contractors Bonding and Insurance Company,each Illinois corporations(as applicable),each authorized and licensed to do business in all states and the District of'COILLmbia do hereby make,constitute and appoint: Jim W,Doyle,Chad M.I-pplc,Julie M.Glover,Darteric Jakiclski,Theresa A.Lamb,Michael A.Murphy,Andy D.Prill,S.M.Scott,Steve Wagner,Jim S.Ktuch,Carl M. I..ovsted 111,Patti White,Teresa Glornbecki,jointly or severally of Bothell,Washington its true and lawful Agent(s)and Attorney(s)in Fact,with full power and authority hereby conferred,to sign,execute,acknowledge and deliver for and oil its behalf as Surety,the following described bond. Any and all bonds,undertakings,and recognizanccs in the amount not to exceed Twenty Million Dollars(S20,000,000.00)for any single obligation. The acknowicdgenicrit and execution of'such bond by the said Attorney(s)in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of April 13th , 2021 ,but until such time shall be irrevocable and in full force and effect. IZIA Insurance Company and Contractors Bonding anti Insurance Company,as applicable,have each further certified that the fiallowing is a true:and exact copy of the Resolution adopted by tile Board of Directors of each such corporation,and now in force,to-wit: "All bonds,policies,undertakings,Powers ofAttonicy or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary,any Assistant Seercutry,Treasurer,or any Vice President,or by such other officers as the Board of directors may authorize. The President,any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Corporation. The corporate seams not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic swage."" The penal amount of the bond herein described may be increased if there is attached to this Power,written authority so authorizing in file form of at endorsement of letter signed by the President,Vice President,Assistant Vice President,Treasurer,Secretary or Assistant Secretary of RLI Insurance Company and/or Contractors Bonding and Insurance Company specifically authorizing said increase, IN WITNESS WHEREOF,RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Senior Vice]'resident with its corporate sea]affixed this 13(h (lay of April, 2016 0 RIA Insurance Companya A Contractors Bondingnd Insurance Company zll % SEAL .:'f SEAL : V I By: Barton W.Davis Vice President 1,h State of I I fillois C F ounty of Peoria ss CEI;VI'IICATE Oil this 13th day of April 2016 before me,a Notary Public, 1, file Undersigned officer of RLI Insurance Company,and/or Contractors personally appeared Barton W. Davis , who being by me duly sworn, Bonding and Insurance Company, each Illinois corporations, do hereby acknowledged that he signed the above Power of Attorney as the aforesaid officer of certify that the attached Power of Attorney is in full force and effect and is the RIA Insurance Company and/or Contractors Bonding and Insurance Company irrevocable;and furthermore,that(lie Resolution oaf the Company as set forth and acknowlcdgcd said instrument to be the voluntary act and deed of'said corporation. in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the sea] of'the RLI Insurance Company and/or Contractors Bonding and Insurance Company this day of "OFFICIAL SEAL" J OUrUNr M,BOCX�FR AC' RIA Insurance Company COMMISSICN EXPIRES VIVIS O Contractors B in and nsuranFe Company rrrrrrxrnJacqueline M. ekler Notary Public Barton W.Davis Vice President *JMP0ttTANT:Thjs date must be filled in before it is attached to the bond and it must be the same date as the bond, A00AT415 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NONE COLLUSION DECLARATION 1, 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, 1, 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. 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street Project Number: 17-3011 NAME OF PROJECT Ventilation Power Cleaning, Inc . NAME OF BIDDER'S FIRM ') SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 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 # 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl 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 $ Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) 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: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Order of Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated........................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form.................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Bond#RCB0007125 �� PAYMENT AND PERFORMANCE BOND �CEAIT TO CITY OF KENT Win N,MOTGN KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Ventilation Power Cleaning,Inc. as Principal, and Contractors Bonding and 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 $ 961,649.48 , 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 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street/Project Number: 17-3011 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of Its governing body. TWO iTNESSES: Ventilation Power CleaninR, Inc. PRINCIPAL (enter prinoipai's name above) BY TITLE; � .. r. DATE., : . bL C�17 SATE; � CORPORATE SEAL: - .V\ � r . ~ PRINT NAME DATE: 7 Contractors Bonding and lnsurance Company SURETY � m CORPORATE PC RATE SEAL. �n oil i"' , BY; . Patti White r OV, SEAL TITLE Attorney-in-Pact ` ADDRESS: PO Box 3018 UNOAS IfilmiWO Bothell WA 93041-3018 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) ecretary of the Corporation narned as Principal in the within Bond; that � Who siglned the said bond on behalf of the Principal I 44� � �� 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. SECT ETAI ,Y OR ASSIST "SIT SECRETARY POWER OF ATTORNEY RLF CkiC (irrevocable) RLI Surety an RU Company BOND NO. 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone:(800)645-2402 Fax:(309)689-2036 Knoo,All itIcn by These Presents.` That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes,but may be detached by die approving officer it'desired. 't-liat this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,require(]for the applicable bond. That RLI Insurance Company, and/or Contractors Bonding and Insurance Company,each Illinois corporations(as applicable),each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint: .Inn W.Doyle,Chad NI.Epple,Julie M.Glover,Darlene Jakielski,Theresa A.Lamb,Michael A.Murphy,Andy D.Prill,S.M.Scott,Steve Wagner,Jim S.Kuich,Carl M. Lovsted 111,Patti White,Teresa Glombecki,jointly or severally of Bothell,Washington its mic,and lawful Agent(s)and Attorncy(s)in Fact,Nvith Full power and authority hereby conferred,to sign,execute,acknowledge and deliver for and on its bellalfas Surety,the following described bond. Any and all bonds,undertakings,and recognizances in tile amount not to exceed Twenty Million Dollars(S20,000,000.00)for any single obligation. `file acknowledgement and execution of such bond by the said Attorney(s)in Fact shall be as binding upon this Company as if such,bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of April 1311) , 2021 ,but until such time shall be irrevocable and in lull force and effect. RLI Insurance Company and Contractors Bonding and Insurance Company,as applicable,have each further certified that tile following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,and now in force,to-wit: "All bonds,policies,undertakings,Powers of`Attorney or other obligations or the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. 'File President,any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Corporation. The corporate sea]is not necessary Cor tile validity of"any bonds,policies,undertakings,Powers ofAttorricy or other obligations of the Corporation, The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." The penal amount of the bond herein described may be increased if there is attached to this flower,written authority so authorizing in the form of an endorsement of letter signed by the President,Vice President,Assistant Vice President,'Freasurer,Secretary or Assistant Secretary of RLI Insurance Company and/or Contractors Bonding and Insurance Company specifically authorizingsaid increase. IN WITNESS WHEREOF,RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Senior Vice President with its corporate seal affixed this 13th day of April 2016 Nce op, Co '0ontr IZLI Insurance Company co uver° Contractors Bonding nd Insurance Company IU _,7 SEA], %,SEAL * :�'- By� % ...... Barton W.Davis Vice president atatactstx, \,,�4 4 B'4-0%s"/ .............. llwloo State of Illinois County of I ss CERTIFICATE Oil this lath day of April 2016 before tile,a Notary Public, 1, the undersigned officer of RLI Insurance Company,and/or Contractors personally appeared Barton..W_Davis , who being by me duty sworn, Bonding and Insurance Company, cacti Illinois corporations, do hereby acknowledged that lie signed the above Power of Attorney as the aforesaid officer of certify that the attached Power of Attorney is in full force and effect and is tile RLI Insurance Company and/or Contractors Bonding and Insurance Company irrevocable;and furthermore,that the Resolution of the Company as set forth and acknowledged said instrument to be the voluntary act and(Iced of'said corporation. in the [lower of Attorney, is now in force. In testimony whereof, I have: hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this* 26P day of Z , ILL� .......2�—7' "OFFICIAL SEAL" W iFs RLI Insurance Company AMISSeN EXPIRES 14 19 rnxx Contractors B in and Insttran cC,ontpany e, Yauluelttae M. kler Notary Public By: Barren W.Davis Vice President *IMJ10RTANT:'dais date trust be filled in before it is anached to the bond and it 111LISt be tile same date as the bond. AOOAT415 CONTRACT THIS AGREEMENT, is entered in o, between the QJTY OF SENT, a Washington j municipal corporation ("City"), an + yj) t e� organized under the laws of the State of 'V/ot ci h to n located and doing business at 5914 1-etAL,,� t,,J(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: 1 , The Contractor shall do all work and furnish all tools, materials, and equipment for: 2017 Large Storm Pipe, Culvert and Channel Cleaning Project West Meeker Street to South 240th Street/Project Number: 17-3011 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 twenty two (22) 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. 1 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. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. CITY OF VENT y� BY: SUZETTE COOKE, MAYOR DATE: ATTEST: KIMBER EY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: " DATE: ° . I' EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. VENTPOW-01 AMICHEL ACORO` CERTIFICATE OF LIABILITY INSURANCE D 0 721120 121/20Y7 `--� 17 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Hub International Northwest LLC PHONE FAX Hub I NE 19ion5th Street,Suite 200 Alc,No,Et):(425)489-4500 (AIC,No:(425)485-8489 -MA Bothell,WA 98011 EIL .now.info hubinternational.com INSURERS AFFORDING COVERAGE NAIC t1 INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B:Navigators Specialty Insurance Company 36056 Ventilation Power Cleaning Inc INSURER C: 3914 Leary Way NW INSURER D: Seattle,WA 98107 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. [NSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLT, OMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE �OCCUR X X 17G PS 09807 07/0912017 07/0912018 DAMAGE TO RENTED 100,000 a ocaxrence $ _ X WA STOP GAP$1M MED EXP(Any one n $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�X PRO- ❑ LOC PRODUCTS-COMPIOP AGG $ 2,000,000 JECT OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMB $ 1,000,000 X ANY AUTO X X 17G AS 09807 07/09/2017 07/0912018 BODILY INJURY Per $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY BODILY INJURY Per accident) $ AUTOS ONLY AUTOS ONLY PerOacciden DAMAGE $ A X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 6,000,000 EXCESS LIAB CLAIMS-MADE X X 17G LU 09807 07/09/2017 07/0912018 AGGREGATE $ 5,000,000 DED I X I RETENTION$ 10,000 1 $ A WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY YIN 17G PS 09807 07/09/2017 07/0912018 1,000,000 ANY PROPRIETORIPARTNERIEXECUI IVE ❑ E.L EACH ACCIDENT $ OFFICER/M5MBER EXCLUDED? N I A (Man datory�n NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 Dyes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A R/L/H EQUIPMENT 17G IA 09807 07/09/2017 07/0912018 DED:$1,000/LIMIT: 100,000 B POLLUTION LIABILITY SF17ECP3012091C 03/31/2017 07/0912018 DED:$10K 1 LIM: 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space Is required) RE:2017 LARGE STORM PIPE,CULVERT AND CHANNEL CLEANING PROJECT;PROJECT#17,3011 LOCATION:WEST MEEKER STREET TO SOUTH 240TH STREET. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT:CITY OF KENT;COVERAGE IS PRIMARY AND NON-CONTRIBUTORY.WAIVER OF SUBROGATION APPLIES.SEE ATTACHED ENDORSEMENT(S). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF KENT CITY W KENT ACCORDANCE WITH THE POLICY PROVISIONS. ROWE Kent,WA 98032 AUTHORIZED REPRESENTATIVE «,� r ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD U 0 b. Al a CL E E MAN v c ::z 4. o f 7 -0 0 I 2!�E u > E u 0- LD dYb > 'o.E u < p. E 0 Lij —, > uj c 0 < U o c �;6 -S �n �2 0 L'a = - E > t1 0 0 En 0 c0 c , :g c L) >: m 0 > 0 a > a, E, LU LU > c E E >0 Cc 0 :3 tu an 0 w �H O E= 1E 0 m E I > Lu LU uj wi to b .c th 2 �5'E-5 < c i� Ka� 0ro LU P: - M >su 7S- F- o B -6 en L) IF 0 (L 2 LU 0 F- m 0 -,9- b -a Z 4 uj z 5; L) M. c b 4 Fj y. z a 2 z LU O rf c U >c 21 Z LU 0 LU 1� cr 4 >- a LU 0 0 "bc c CD -2 o Z,- b K,75 0 E LO 5;c.V, z 2 > 25 tu 0- CSC n N N c a m o c o'n c � c m MCm aH>-I DHo-0D m F ca x o m so 7(a o .c o cv - 393o33mm � H mm cac :r 3m yGn p,.mpm' 'wd-N y mm�m �a30.am..c fQ n �N m a as mce a a m pn paH n o > ? >m < 3 a 3omay r= r.» to ' y� F m w G) S O Ia ro n @m3m33ti =oon0 .._, cam? a G) 3 in Z n(a mp m m m2w a •=°to O I xm•<� 4? n m a m -N+ D� •.,o ° Cho m mw(7 m jmo L'ra C:m E Z =' Z Z m of 08 0 o �`sa o00 cm3 a: o m m o c n� mce mam . myc m r> m D Zi mJ £ J m �=c m wE nm 3 Jcr o CL m 3m@ m n. mm ° / l my m 3 w mc r�3g<m0my�om onn Ln" m r m Z A aria o cam a m o g m nm 3 c 0 0G3yC 8 1 aC'2n m � a ' Jm �mO� a Om mu mis C�md T � <r! N Gi R -1 Z 0 m ? m m 0 c m o 0 r- s D o m _ 'a m G)- OC)T<0-i 360c,D�o nm a E r m m m o c n o 0 o m m a m m o D y=m 0 m 3 a a N m >fF mac E �0 cm 6 w 0620 �'c €a[ a r a ON6_.MmZ' o�y�- Cmwm }ym EE i m 3 G) - D a 3 m o-�Jn a0o (O �m 3 m j-plc w O fA m �. moms ma �moQ ac 3 mm Ni tpaEl m CN m� a3 3 r�3mok@� cm gm °�'mn'<'n nm D• Vn§.3�m'pO pam� _acmmma 'm C ,m<o d o (o m m np m � �coc3mo cm n aip < m n O o J d N n d w W �^Jaem vm3mm m`o3m 3, oa vaT orpJj mJfnryaD G) o m amc _ m N c O C m m N (nm_-J a�013 0 u, m a m _ w to G m 6m a >me 1 r�3 Y mb r'!mc a9 MS o c rt7 '[off G'c W�ooK ma.Omn�a 2� �� i ¢ Jim 3n? o mmc �ZZI m m 1mnai? D S L r 0 N m C e•Ci• 0CJJ 3 cNi <J c u c n W 7 a— 2. S7 C m nO�emn^ mvm a�J ov°mP me nZ o:am©o m C]c i mQ pO: m m m _ m ka< m a 2 N C 3CD m cm _ m r_ G i as m p1�< a o m m� o m m m Gee'c m mma� m m a o rooms °m mm� mnc 3DDn�igo�� c� SD �mmc c,nQC m Z 3 .m cam mom '0a2a-mom n P m J m mac ca j= C=01 a?Q'ma oco 3� m oo?-7c m3_ vevec 0 3 m m G Z �(6 m m m:J II J m N D'<N- C O' W O 7 m m � o� remcc- 9� 3�aa�mdom m n J n 'p �_ w G O m J�•9 O m� O.O�y m���J f O m p 4J-1 a Ll cr 5 m m'� cJgoym061com N m m a J -5 F IL a. Ll 0-- 5 E. 0 u 40 ui - 0 c E ti t c 0 o an 0 0 L) <t < ai -5 7F eJ v,=;E a�Lr, 0 1 .0 15, s CL 0 4 Cc 'a c o 0 w 75 E ° =e M- 0 �p< 30 C2 m 47 xt ta uj 2 2 M Z °ia 0,C.2 Z o -iE j5 �5 E IL 8 a - o2 m Z 0 E CL E o Ap 0 CTa — D -�2 — — 6 ' E R a, LU V5— w LZ CC .2 re V) L co 0 0 1 u c G LU Z m LU C tu uj cn '<' u w ui s iF =-F� =' D , M it m 0 av 0 z w < 0 cn CL < z LU < lu <cn 0 w Lu — LU S C. > 0 i. 0 U>j 0 0 2 z z 0 u F- ?n LU -0 ow a -5 0 0 5 z 2c. o 0 < D C 0 0 0 u Lu 0 -0 0 JLU C5 0 0 < w ui z "o .2cn -.00. 'a 2 z w a e Lu 0 E q 00 0- > Cc U, 0 �R!F, a u 0 F- 0 5F� z -D :E,:D z Q Z' r5 Li -j 5 z m m Lu co L) U C� lui m (D 0 a:G ui c az 0< c so C> 0 Toon -6 - �6 �t > CO<o .2 0- aai oa L) U5 2 < < a, ot IL u O'Tm C u1 b.Czul cc w 2 0 ul, E CC. Kt z 0 0 o CC 0 L)i a c Z LU M >a, cn W m < UJ 0- < o - z CLi0 >0 Ts„cW w < ,:t WX Z< < < E < .2 "6 =�� ��E Z w WAdE L) Z a LL, f 0 2 M ,0a 0 o Z 0 a i -j CL U -j wo 0 - , �= >Z o [LN 2 C5 aam L) E 2:E:G ALI z ai E E 0 5.2 7E L)0 L.) ml — 1. 0 1:,� 1� -p-5--g LL) Z --6 E c -.- - v - �2 g 2L E L6 L) 0cab'a cr E o E2 m & E2 MU E 0 -.2 E a �.2�6 Z E Lu 3 x 0 I w L) w'c U) a 14 E CS .2 E 2,15 w = 0 - :5 , 0 :E 16 0.M, SL CO 0,Q LU LU (D C3 14 ryz < cd 7 0 0 E 0 0 .0 o i�m 0 CC 0 " ,5; T 0 cc 0, Z-a.'m p - 8 Z m 0 - - -5 0 am ma m u co C'ffi E 5 aQi wg- 0.. 0, to C -EE E 41 U eai CL mad 0 0 E 0 R 0 0 m C75 mac 0 2:s a, E5 o 0 �5�3 r E 15 E 0 aY E2 0 .. a�q �a Z5 Eb. =E z> ,w - 1� � 0 .0 E Z 8 E;-6-6 o -6 3 E-a a y o �5 n 7`c.q�c -6-6 a5 .2a 2 0 n7 T -�.g -� "c a -e 21' �R E2 82 0 2 f L 21 E T-b�0.9 0 12 C .2 FE a-,t.2a -E*a > E m 0 0 0 CJ 4 'E Z 7 60 z > E E E m -6 Z z L) zr_ < 'M 'E G ou 0 CL 0 E < z Ems cEu� -E 0 E�S riu7Cic 0 m als 0 Co ro >�E WLI MM o u c > 3.m U3 LLJ J era s, E z rD u E 0 Q LLJ < 41 0 w.1 �;�' 0,A� — Po -F E w a Z LU 0'T > IL (X Et E' 5 0 N ;l a-Z w-6=1 wm z wro 0 0 E 8=- - 0 LL v C, CL 0 9 C 0 LLJ Z E z 0 uj LU" m-1; = 6 %! 'ci, -�u 0 o 2 L L9 fe z CL X W 4�j L�u W, -65 o E LU Z UO, 7EB W ZLL, c c 0 Lu z ap U 0 75 nO u = go 0=I 75 - cr 0 GS L LIJ eoa tJq m LL, 0 V LU n U aar w -E 0 0 CL van z.2 0 9=, U- C.Z c C;0 as cr 0 V5 z 0 > 0 L) 2,Y z > 0 . , I;.; c 0 :E it 0 z lu 0 uj -2 o Lm Q qm LU z< m u m< -;; =,;�-0 >Li < Lu 0 LD z P-m=zJ >- 0 u == 0ci 75 C� z < LLi m � 6,q�.2 (D C,. n. S�.9, < . a5 m 0 m,m LL, w , �-a> x �oaoo x 0 X 20 > wrx0 c lw o -E L) > >a > L) u IL a > v W > E J 2: L) (D z z 0 uj Lu"Z� LLi M M m 10 , 0 KSar E -an 8 ' = E E. 0 LU -Q > ra a CL 1 0 . > < 0 'a =2 0, LU 0 0 w 0 > Ll w c LD m a a > 02 2 U 0 'z 0 < Ui 00 0 uj> m sr r L) CL 2 ca. 0 O:F u > 0.s -iz IL CL Cc >no" > -a L� C3,S > -E I r6 > z o z< z 0 0 uF->UJ U E L) < L) uj 0 R W is UJ z (n U a (h CL < > 0 E3 c. < a2, < E C, c �o o cr.0 E uj > it L) > C2 < CL 2 Ili Ln uj < m z 0 . w a F-0 z< < 0 r CL P uj iz z > E uj LLI L) M w 0 w uj C) n L) 0)IL< In L> (n C-)CL UA w I 0 x CL. LLI = - u 0-6 w 0 lu z LU Mz m a 2 uj a o - z < ab uj E o2 Ea c o a u z > < E Ift 0 C z uj up uj tu '2 2 F 0 cc ui LU = P r,=< a ,p Ln . - . LU < < w I = p c = 6. (r 0 w w'E uj > z L) E > u 0 LU E E w a 0 m - ��--.2 a LA E E > -- E-- y _5 Cc cc w Po fta w E an .5 X 0 2D E E:E T'= w 0 0 Z Lu c < cn o z Cc raa m -2 z LU .2 v su Z-S tu L) D C, Lu m E m is U)0 a < M"u to -p(n Ej M M Ej- g) R E� .0 c z 1, F 1 5�-, ff- to '5 =6 M �o > col Fi 0 so TO > E. 0 M 0 who 0 ti 60, M 5 M 0 < M 0 0 < E3 z M Z - �Z I R F5 c :F m ro.fn m CS 0 z Lz MZ Pl? > I on Z� > ib 7R S C7 0 6'n 0 Gs 0 i3 -w'M �-=- --;-F) ,El < m max a. ? ,w m . 6 cn 6 -1- A; S 6� F 0 C7 0 > 0 G) 30 R < M M A o z rn > M uj.--1 -our z ;! M E w q Cl a rw c Z a-W. ai 0 051 0 cn re o Z z o x o too> 0 c3 C:�c 10 ;I a -.0 >0 0ro 'S <0 - q M. w I'M � 0 z 0 51 L 43mc " -0 M c R 3: 0 ro � �3 3 n o 10 cn 0 0N r3.. 0 0 0 c6 -4 0 z 0 O z 3 S. z T T 0- > 0, 0, -0 C 0 80 =M, 'S S z ML- V, 'M w zo oo 8 ig Cc 3 00 z FF KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1- 1-02 Bid Procedures and Conditions........................................... 1- 1-03 Award and Execution of Contract ....................................... 1- 1-04 Scope of the Work ........................................................... 1- 1-05 Control of Work ............................................................... 1- 1-06 Control of Material ........................................................... 1 - 1-07 Legal Relations and Responsibilities to the Public ................. 1- 1-08 Prosecution and Progress.................................................. 1- 1-09 Measurement and Payment......................I........................ 1- 1-10 Temporary Traffic Control ................................................. 1- DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-00 General Requirements ..............................................I....... 7- 7-07 Cleaning Existing Drainage Structures ................................ 7- DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8- 8-02 Roadside Restoration........................................................ 8- DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting................................ 9- KENT STANDARD PLANS ................................................................. A-1 PREVAILING WAGE RATES.............................................................. A-2 2017 Lg Culvert& Channel Cleaning/Lincoln June 21, 2017 Project Number: 17-3011 KENT SPECIAL PROVISIONS 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 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 I C 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 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 2 June 21, 2017 Project Number: 17-3011 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3. "DEFINITIONS"IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to 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 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 3 June 21, 2017 Project Number: 17-3011 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets, SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project 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/doing-business/bids- 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 BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit 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 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 4 June 21, 2017 Project Number: 17-3011 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02,9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official 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 i(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 5 June 21, 2017 Project Number: 17-3011 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 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 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 6 June 21, 2017 Project Number: 17-3011 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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. 2017 Lg Culvert & Channel Cleaning/Lincoln 1 - 7 June 21, 2017 Project Number: 17-3011 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 8 June 21, 2017 Project Number; 17-3011 1-05 CONTROL OF WORK DIVISION 1 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 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 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 9 June 21, 2017 Project Number: 17-3011 Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 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 2017 Lg Culvert&Channel Cleaning/Lincoln 1 - 10 June 21, 2017 Project Number: 17-3011 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. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 11 June 21, 2017 Project Number: 17-3011 SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 12 June 21, 2017 Project Number: 17-3011 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 13 June 21, 2017 Project Number: 17-3011 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 14 June 21, 2017 Project Number: 17-3011 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. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(l) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 15 June 21, 2017 Project Number: 17-3011 prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 16 June 21, 2017 Project Number: 17-3011 for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink 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 Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION I-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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 17 June 21, 2017 Project Number: 17-3011 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. Work occurring in the vicinity of Kent Elementary School shall be completed first to minimize disruption to the operations of the school near the start of the school year. This work shall be completed within the first 10 working days of the project. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 20 June 21, 2017 Project Number: 17-3011 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 I-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 I-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. 2017 Lg Culvert&Channel Cleaning/Lincoln 1 - 21 June 21, 2017 Project Number: 17-3011 The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS, 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 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. 2017 Lg Culvert&Channel Cleaning/Lincoln 1 - 22 June 21, 2017 Project Number: 17-3011 It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL. SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General This work is occurring in a busy retail and commercial area of downtown Kent. The Contractor shall develop their traffic control plans to minimize impacts to business operations. No extended driveway closures will be allowed. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 23 June 21, 2017 Project Number: 17-3011 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.S 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." 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 24 June 21, 2017 Project Number: 17-3011 The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 1 - 25 June 21, 2017 Project Number: 17-3011 IVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-00 GENERAL REQUIREMENTS 7-00.1 Requirements for All Ditch Bypass Systems The following requirements apply to all bypass systems related to large culvert pipe cleaning. 7-00.2 Temporary Stormwater Bypass The temporary Stormwater bypass shall be designed to bypass a minimum of 10 cfs and shall be installed as soon as all BMPs are in place and approved by the Engineer. The temporary diversion dam shall be installed perpendicular to the channel and of sufficient height to maximize detention, without causing water to flow over the ditch banks. The temporary diversion dam shall be removed carefully to assure that sediment will not exceed water quality standards. 7-00.2 Temporary Access Route Turf Restoration The Contractor shall be responsible for the replacement of turf grass has been impacted by the establishment of temporary access routes to the work area. This shall include the replacement of lost topsoil, scarification and aeration of compacted soil, seeding, mulching, and fertilizing 7-00.5 Payment Payment for dewatering, storm tanker truck and supplemental ditch bypass pumping shall be per force account. The unit contract price per force account for "Stormwater Tanker Truck" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. Turbid stormwater that cannot be detained onsite through standard construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a stormwater tanker truck. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. 2017 Lg Culvert& Channel Cleaning/Lincoln 7 - 1 June 21, 2017 Project Number: 17-3011 If the stormwater tanker truck is not used, the Contractor will not be paid for the operator or the vehicle. The unit bid price per lump sum for "Temporary Stormwater Bypass" constitutes complete compensation for all labor, materials, tools and equipment necessary to construct and install the temporary ditch bypass, including temporary gravel filled diversion dams or sheet steel, screened bypass pipe. This bid item also includes the cost of a fisheries biologist to capture and safely move fish per HPA permit requirements. The unit contract price per force account for "Supplemental Stormwater Bypass Pumping" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the supplemental ditch bypass pumping system and removal. The purpose of this supplemental stormwater bypass pumping bid item is to address unexpected high stormwater flows conditions due to unseasonable rainfall events that cannot be handled by the Temporary Stormwater Bypass System. If the supplemental ditch bypass pumps are not used or installed, no payment shall be made to the Contractor. The Lump Sum contract price for "Temporary Access Route Turf Restoration" constitutes complete compensation for all labor, materials, tools, supplies, turf establishment, and equipment necessary to restore disturbed turf to preconstruction condition. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.1 Description 7-07.1(A) General This work shall consists of removing sediment, refuse, invasive plant species and ditch water, soil/solids and decant liquids, and disposing of all debris and obstructions from the existing culverts or ditchs and existing storm drainage pipes, manholes, catch basins or other drainage features within the limits of this project in accordance with these specifications and in conformity with the typical details as shown on the plans or as established by the Engineer. The Contractor shall perform collection and disposal of soil/solids and water and decant liquid and other tasks in this Section at the direction of the Engineer, in accordance with the applicable local, state, and federal statutes, regulations, standards, and requirements including, but not limited to State Model Toxics Control Act (MTCA), Chapter 70.95 Revised Code of Washington (RCW), Washington Administrative Code (WAC) Chapter 173-350, Washington Department of Labor and Industry (L&I), and the accepted Material Handling (MH) Plan, as required. This section includes the requirements for preparation of the MH Plan. The Contractor shall be responsible to insure that materials flushed from the storm sewer pipe are trapped, removed, and do not enter the downstream system. 2017 Lg Culvert&Channel Cleaning/Lincoln 7 - 2 June 21, 2017 Project Number: 17-3011 The City will provide the Contractor with the water for jetting, flushing and cleaning of the storm sewer system as called out in Section 7-07.3 of the Kent Special Provisions and as shown on the plans. The Contractor will need to pick up a hydrant meter at the City Shops located at 5821 S. 240th St., Kent, WA 98032, and supply his own gate valve for water turn on/off. 7-07.1(B) Scope of Work The Contractor shall dispose of soil/solids and ditch water and decant liquids at a City identified permitted disposal station and/or request an alternate permitted disposal station and/or request permitting a currently non-permitted site in accordance with Section 7-07.1(C) and 7-07.2 of the KSP. The contractor in choosing to dispose of soil/solids and ditch water and decant liquids at a disposal site that is not permitted agrees to assume full responsibility to provide and obtain all necessary notifications and permits to complete the work prior to commencing the work at no additional costs, delay and/or disruption of work. Works includes removing, disposal, handling, transporting, and off-site disposal of material that will be encountered during the work. All material within the storm- sewer system shall be transported offsite in an approved and permitted disposal facility. 7-07.1(C) Submittals The Contractor shall submit a Material Handling (MH) Plan to the Engineer for review and acceptance within ten (10) calendar days after Notice to Proceed. No work shall be performed in the culverts and/or ditches with the exception of soils testing, until the acceptance of the Plan by the Engineer. The Contractor shall allow ten (10) calendar days for the Engineer's review. No adjustments for time or money will be made if re-submittals of MH plan are required due to deficiencies. The MH Plan shall include, at a minimum: 1 . Schedule of activities. 2. Identify permitted disposal station for disposal from City identified permitted disposal stations in Section 7-07.2(A)1 of the KSP, and/or request for alternate permitted disposal station per Section 7- 07.2(A)2 of the KSP for disposal, and/or request permitting a currently non-permitted solids and decant liquid site for disposal per Section 7-07.2(A)3 of the KSP. 3. Methods and procedures for soil removal and equipment to be used. 4. Identification of licensed transporters and disposal facilities; contact information for the same. 5. Proposed haul routes. 6. Decontamination procedures. 2017 Lg Culvert& Channel Cleaning/Lincoln 7 - 3 June 21, 2017 Project Number: 17-3011 7. Spill prevention and cleanup procedures. B. Storm Water management. 9. Procedures for documenting and reporting any new finds and/or release of contaminants, to the Engineer. Submit closeout documentation to the Engineer as it becomes available including, but not limited to logs, weight tickets, waste profile, etc. 7-07.2 Disposal and Handling of Material 7-07.2(A) Disposal Sites and Requirements The Contractor shall dispose of all soil/solids and decant liquids at a City identified permitted disposal station or request for approval of an alternate as noted in 2 and 3 below. Contractor is responsible for adequate site(s) selection for disposal. Unavailability of any selected site(s) will not be regarded as a changed condition and will not excuse delay. 1 . The City has identified permitted disposal stations for this project as follows: PRS Group, Inc. 3003 Taylor Way Tacoma, WA 98421 King County Decant Facility 155 Monroe Ave. SE Renton, WA 98056 King County may have vactor trucks available for use. However, neither King County nor the City guarantees availability for any disposal on a daily or project basis. King County requires users to be authorized users for their site, the facility can be contacted at (206) 477-2382 for details. . No payment will be made for additional costs, delay and/or disruption of work due to the Facility's availability or lack thereof. 2. The Contractor may request an alternate permitted disposal station for disposal in writing which includes company name, address, phone number, company providing certified scale tickets and contact person for City to verify. No payment will be made for additional costs, delay and/or disruption of work due to this request. 3. The Contractor may request permitting a currently non-permitted disposal station site in writing which includes the following: A. Disposal site for soil/solids and decant liquids including address and vicinity map. Some guidance for reuse and disposal options are provided in Appendix A-4. B. Permits required for work and copy of permit or schedule of obtaining permit. 2017 Lg Culvert& Channel Cleaning/Lincoln 7 - 4 June 21, 2017 Project Number: 17-3011 C. Methodolgy for project including but not limited to staging, stockpiling, testing, measuring and disposal. This shall include location of activity and/or company providing certified test results meeting which standards for sampling and testing and certified scale tickets in accordance with Section 1-09.2 of the standard specifications. No payment will be made for additional costs, delay, and/or disruption of work due to this request. 7-07.2(B) Removal 7-07.2(C) Material Staging Material shall be hauled off-site for disposal to an approved and permitted disposal station and shall not be staged on-site. 7-07.2(D) Transportation and Disposal Load material for off-sate disposal. Transportation of material for off- site disposal shall be in accordance with Department of Transportation (DOT) and other federal, state, and local regulations, requirements, and standards. Provide a copy of the transporter's state license to the Engineer. Dispose of tested soil/solids and liquids in a permitted disposal station. The Contractor shall coordinate all activities with the disposal station in compliance with applicable regulations, standards, and requirements. Provide a copy of the disposal station waste profile or acceptance letter to the Engineer. 7-07.3 Construction Requirements All culverts and ditches that require cleaning are identified in the Plans and Specifications. They shall be cleaned by vacuum, or whatever means are necessary to provide unobstructed drainage. No jetting or flushing of the culverts or ditches shall be allowed. All culverts, and sediment, refuse and invasive plant species areas shall be cleaned and freed of all soil/solids, rocks, and debris. While performing the Work, the Contractor shall implement all necessary best management practices and measures to meet the conditions of Section 1 -07.5. 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 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. 2017 Lg Culvert& Channel Cleaning/Lincoln 7 - 5 June 21, 2017 Project Number: 17-3011 7-07.4 Measurement Measurement for the soil/solids removal and disposal shall be per ton of soil/solids disposed off-site as measured by the certified scale at the receiving disposal station. An original of the scale tickets shall be furnished to the Engineer. No payment will be made for disposal of ditch water. If material is not dumped at a disposal station, the Contractor shall pay for and provide certified scale tickets to the Engineer in accordance with Section 1-09.2 of the Standard Specifications, 7-07.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: "Removal and Disposal of Sediment Refuse and Vegetation from Culvert" "Removal and Disposal of Sediment, Refuse and Vegetation from Ditch" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to clean the culverts as shown on the plans and described in the specifications. This work includes but shall not be limited to: extracting solids, loading, transporting and disposing of the soil/solids to a permitted disposal station or requested alternate disposal station. No payment will be made for liquid disposal. "Removal and Disposal of Solids and Decant Liquids for Storm Pipe, 42 IN. DIAM." "Removal and Disposal of Solids and Decant Liquids for Storm Pipe 60 IN. DIAM." The unit contract price per ton for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to clean and flush, remove and dispose soil/solids and decant liquid waste in the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: vacuum/jet rodding pipe solids, extracting solids and decant liquids, and testing. Coordination for TV inspection, loading, transportation, and disposal of soil/solids and decant liquid to a permitted disposal station or requested alternate disposal station site. 2017 Lg Culvert& Channel Cleaning/Lincoln 7 - 6 June 21, 2017 Project Number: 17-3011 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed.....................................8-01.3(2)B and 9-14.2 - Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments..........8-01 .3(2)D and 9-14.4 Tackifier................................ 8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(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. 2017 Lg Culvert&Channel Cleaning/Lincoln 8 - 1 June 21, 2017 Project Number: 17-3011 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. 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: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 2017 Lg Culvert&Channel Cleaning/Lincoln 8 - 2 June 21, 2017 Project Number: 17-3011 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. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement -and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-0I.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 3 June 21, 2017 Project Number: 17-3011 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 4 June 21, 2017 Project Number; 17-3011 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily(in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION S-0I.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 5 June 21, 2017 Project Number: 17-3011 directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness_of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 6 June 21, 2017 Project Number: 17-3011 injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01,3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No 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 acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 7 June 21, 2017 Project Number: 17-3011 to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch- Hand Applied" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air- dried condition, and free of noxious weeds and other materials detrimental to plant life. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any 2017 Lg Culvert &Channel Cleaning/Lincoln 8 - 8 June 21, 2017 Project Number: 17-3011 discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C .............9-14.1 (1), (2), (3) Seed ........................................................9-14.2 Fertilizer...................................................9-14.3 Mulch and Amendments .............................9-14.4 Wood Cellulose Fiber..................................9-14.4(2) Special Planting Mixture..............................9-14.4(9) Erosion Control Devices..............................9-14.5 Plant Materials...........................................9-14.6 Street Trees..............................................9-14.6(1)A Stakes, Guys and Wrapping ........................9-14.7 Tree Ties ..................................................9-14.7(1) Water for Plants.........................................9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the 2017 Lg Culvert&Channel Cleaning/Lincoln 8 - 9 June 21, 2017 Project Number: 17-3011 planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(11) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11) Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all turf in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace turf which, in the opinion of the City Nursery Supervisor, has failed to establish itself during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 2017 Lg Culvert&Channel Cleaning/Lincoln 8 - "10 June 21, 2017 Project Number: 17-3011 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per cubic yard for "Wood Chip Mulch" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the wood chip mulch in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking the wood chip mulch and cleanup. 2017 Lg Culvert& Channel Cleaning/Lincoln 8 - 11 June 21, 2017 Project Number; 17-3011 DIVISION 9 - MATERIALS 9-14 EROSION CONTROL. AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Loss-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation: Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8', 90 — 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. 2017 Lg Culvert & Channel Cleaning/Lincoln 9 - 1 June 21, 2017 Project Number: 17-3011 E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.1(I) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ..........100% Passing 1 mm sieve ...................................80% minimum . Passing 0.15 mm sieve...............................15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% . 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove 2017 Lg Culvert& Channel Cleaning/Lincoln 9 - 2 June 21, 2017 Project Number: 17-3011 rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 2017 Lg Culvert&Channel Cleaning/Lincoln 9 - 3 June 21, 2017 Project Number: 17-3011 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. . Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 2017 Lg Culvert& Channel Cleaning/Lincoln 9 - 4 June 21, 2017 Project Number: 17-3011 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling 2017 Lg Culvert& Channel Cleaning/Lincoln A - 1 June 21, 2017 Project Number: 17-3011 NEWLY GRADED OR WIRE FABRIC iD DISTURBED SIDE SLOPE 2' 2' NE FILTER FABRIC z FLOW MATERIAL M —LARGE ROCK 2"OR ' GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR co 3/4"-1.5"WASHED GRAVEL 8, N U SECTION A-A FILTER FABRIC MATERIAL 2"x2"xi4 GAUGE WELDED WIRE FABRIC OR MIRAFI 100X OR EQUIVALENT A WIRE RINGS EQUAL(IF 180#EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) v JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. v �— STEEL OR p` U 2 X 4 WOOD POSTS. U u u 61 O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE RAINFALL AND AT LEAST DAILY SOSEPI� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL.ANY �'� O f WASlyl THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. � �Q� �o O CITY OF KENT y 7- r� ENGINEERING DEPARTMENT 3. REMOVE SEDIMENT WHEN IT REACHES �-i r -3 1/3 FENCE HEIGHT. tlu KENT FILTER FABRIC FENCE O ,P 21493 p W-m...... 4. INSTALL THE SILT FENCE FIRST. �O,c� FGISTe <c,<3 AFTER THE SILT FENCE HAS BEEN F G�� DESIGNED SCALE NONE STANDARD PLAN INSTALLED,CONSTRUCT BERM AND `TONAL EN CHEDRA 8B CKI as DATE TRENCH. APPROVED ENMNEEFt 5-31 FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3.E 24'MAX HEIGHT BURY SHEETING lo'MAk SPACING INTO EXISTING SOIL MINIMUM 4"X4"TRENCH 8eTWF TIRES,SANDBAGS,OR EQUILVALENT FNP�ASrICSNF�S MAY BE USED TO WEIGHT PLASTIC MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL. MINIMUM 4"X4"TRENCH GENERAL NOTES: 1.PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V. 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pSE P AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S �I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT pF WAS/y THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �o p CITY OF KENT coo rt ENGINEERING DEPARTMENT -3 KENT TEMPORARY STOCKPILING �O � 21483 O � w�trraTor PD,r FGISTER� �kDESIGN�C' F NG\ DRAWN- TJH SCALE NONE STANDAR ONg D PLAN I E CHECKED DATE 5—3J C APPROVED agt�m LOCATION MAPS 2017 Lg Culvert&Channel Cleaning/Lincoln A - 2 June 21, 2017 Project Number: 17-3011 Kent City Limits 167 S 208th ST 'a PROJECT LOCATIONS 516 SE 240th ST 18 2017 Large Culvert and Channel Cleaning Project o Meeker Street to S 240th Street Project Vicinity Map KENT Project Number: 17-3011 WASHINGTON DRAINAGE CHANNEL MAINTENANCE AREA STORM DRAIN PIPE / BOX CULVERT MAINTENANCE AREA EXISTING DRAINAGE CHANNEL INLET / OUTFALL -------- PROPERTY BOUNDARY -------- ROAD CENTERLINE O EXISTING DRAINAGE STRUCTURE TO BE CLEANED O EXISTING DRAINAGE STRUCTURE IN WORK ZONE OM 0 * DEPTH OF MATERIAL TO BE REMOVED ® EXISTING CITY OF KENT EASEMENT ® WORK ZONE NOTES: DEPTH OF MATERIAL TO BE REMOVED FROM IDENTIFIED AREAS VARIES BETWEEN 0.5' TO 2.5' PROVIDE CATCH BASIN INLET PROTECTION PER WSDOT STANDARD PLAN 1-40.20-00 MODIFIED PER CITY OF KENT SURFACE WATER DESIGN MANUAL PAGE A-9 AT ALL EXISTING CATCH BASINS SHOWN ON SITE PLANS. 2017 Large Culvert and Channel Cleaning Project 40 ® West Meeker Street to S 240th Street - Linetype Legend KENT Project Number: 17-3011 WASHINGTON N O 1 O N I H S V M MC-L� :aagwnN }oafoad LM331 uoijoaS leoidAi - joeilS gjO-VZ S of IaaalS aajaaw Isom ®.. Ioafoad 6uiue810 JauuegO pue :PanjnO afiae-1 LWZ 0 OQ08/dd8dW) z D W01108 13NNdH0 < Z D Z � W01108 13NNVH0 30 to m rn z� d01 01 NM00 03AOV438 v =m w 38 Ol 1N3W103S 2 r 3av800 1S l3NNVH0 �`��� v, 1 d.11 '03AON3N 38 Ol l3NNVHO 30 £/Z N01108 NI ---dki 'NIVIM Ol NOI1b1303A ONIISIX3 l3NNVH0 30 £/l d01 NI NOUV1303A ONIISIX3 r� fla(1/ n��/ lyyfr v„� „`„ml" 4 r ""ai„ 'I f o �' A✓fl„}Jfa�g ra 'r} fbl& ,.,, r1 r� fi ;, I Q�Jr G✓ .;" � vr+ r,,a,Y „,,, I,.wW��nxr%r% � � rr i�e :✓ r9 ��rJn�MrnxMrrwr /uFWffff�// li� %,���f H/r U, (�� ✓�� ,,,� j lJ r l)jar 'rw l %1, !!r /l 'j ' y/ i�✓ j / rYh4//ry1el h 2r 1.'., .%f��lr'•'f��/r%/r HQ 1�G%/ 'r;,,;, 'l ;'r r` /! y U% ,,v j//r /r/ / f�ry� i,/����� � ', � A� /Afrl"Av '1 i, �� � ;� r /jr�/i/i�( i rj ,�i a,�v} ✓ i; a ny�.Qy ✓�f -, ,Y J „crud: / ,fj r )1 rl,, A� /f�✓Y///;✓rJ'ii»ry Jf l;I////� ,/ / rp, Y! 1Aa r1W / ��1 J }Y• '/� ! 4� ry�f J r M. adYf� rWIAYm ;g I✓l � r / + r/ �j'y�'F i�/� "f'�,'S)1�� ���� '✓� fr l�hj %��i/%Ir rr f l r✓ l F D H f M' r. w r / i�✓!/ rJ/'0 �/ /i� / /,F ld + �i /� �,/i✓'r / L(U' r N v r w rr/yLs /ii�� 1 rrn,„ ,,: w r tri of ✓+f1�,um N dt � w;J 1j� , /r iri r { Arm"; yai!M k �Y H rrr;"'.. 4/r°y,Ua�r,J r rr l ✓/%�� L ////�p `� r V a„ M /;,%6G 'm J „ i /i/{4 %"rat/��r rr /ii'/li�t�'i`//,mrm aYfi,mv64v rin orvr.; ti' ,r�hu .I'y a✓,' .,mi s„ � '",: c%,.,,/! 7�y", �A/ re "K;Uv,i �% %1GL /1 ,"�/9l/frfcgtwi�v„a%ululn: SCALE: 1 = 40�P IAtilt, / 111r n F, r of /,,/>�" „/ ,,,,, � ,,. r p i ''tl/r r7 a r/irj �%✓r��r P�j%%%�%� „�lpr�J i /�///�/fu"inGi� lJlrt11��/asf,. // SITE 4 r/ r b1r� /eA��rr ti rw, e Aill �Iw ��aa /1 %ld�� aa�/y11� 1 - ,.,,,x ra � t /✓„ VL �i:��r., / r, J/ %0���; U� ,�Jr". a/i J, r�J���"�"';YIa+yNMirnr v.Y13)1 r� /i�i/l/rilrr✓!/ f rr/ 1/�i X,' , ,,,,,,,, (� a kJ ,,,.. ,, I` a✓ Y '„rq��1�1�Y f "' /f r r •'l/i/ll,�' , 41, k ✓, "1 f ,u(!/'>��,� r%;;;,,, u,.,v �✓ ,,,, ^^W, br: if NI, m. m n2'�J�� o f��V E1 ir;:)p�✓Y'Prr t I� �J a �i r��'(nu�ra �/�j a„�i � S/,'<, ,,,,,,, ,,e,f ✓,,, ,y,,,flr' ( Jfjrf ;✓�Fx,,,.: JJnPI l '�, H..,,a �',,,, r ,,- l ( 11x�a�, / -� 1/,+r.H �1 V ,1,�i„ /V w+ "" ,w:, , r "+ b r> ..�t,,,.'. 1pr ' lir��.✓%r 1rr%../ri/ j: �1 �Y}A Wl%�4I �y �P �ry°jv,vJ�„ fJ'ii' /�i, !%/1.r-, +tilY�;,,";-''" �", f)r �/l/i .r /r;' c/✓ l(j Ir l// � i�rolSd ii'd",�i� !(MJ ri;���,,%` ,� r,,,,�% /k„� xl ,r&✓J Jf -r'vG'„ i%H(;,, �G��/�, rt/✓ yv ;/ ,,,.r ,/, V/J,,,.. L, lr ��/G,;,/i�%//�/% // / ',ar z'" ,,,,, u%�//i, d l0 1'1 ,if%,l�w' �!� -��✓J✓/�/ �J/ L,,,r hd�, r,�%�� ' „r,< ,x., „✓ I /for- wr/���/���/� /✓%/.,e, ri�i, ' i/r f c H'ill/i////i/' /11%, ,,��,, r /, ��/r e J L�� /// /�r,;' r /'i r; rl�r%%'l/, ,. rr �i//,/li 1 /;�y� ! ✓e r, ✓ r -�H., r o �, �iri// r,if k, r/ f/f ;%m ✓ r r iY� �/ � / iq r� ///i rrll/i !;� �/d ' / r, 1/ �y ✓/� E!�r P � ri (+"SN IhA %f 3 d' did if N/f 'r J,,, 'o � „, � �/'✓)Jj�l v , ,�,�Av 1 I sl/ ian v"M,i W r)1 ✓,. v%Iifa�m:.!+�i m �` rl rif r fi✓r ✓ �l ��Y � ri i � r�i, rco r r���/ roy r��/ Y � � h! � � : i ,; r// / 1r''r i/ i/iir ✓ "l, ✓; /1i%/ Vdni r% r/ /J e f' 7, J N �r1 f ! ��H� a F/ r / , ��' ,,, %, ; �i �r,d✓✓i��f ,%j3�" ia ,,,,lJ� "fir v✓ ,r;r7 �1 "` � ,1!� �,msr,w f yrma�ll i^'� !1 i , r b / r 1�� am///%rrr/1✓ /illy � r✓ /�ri��y, / r � r /i r := rl,; / v, ��/ r r % / , J{/i ��,� ly r r' ,a r f r ✓n r r"a l r G cr2„ "�!f ,ro Alf % Ns ,rij1 rlb% '! / f/ �,al /%/ °w w h r8 mud / "Al J,,,, yy i ro /oir i /,/,y/;/l br/ r j✓ / / ,r, f'r�/1,,,, ri / Vr%//�,i, Y .� ' , 1�, n� v� r, Ilrti�„ r /r^ii n� V ,a �41ri:•', r r ,��j��/v/ r,,,' rid, / ✓ / �� �Hr//rH/ frl�� 'm" �// ;� /rA�rrANr r'' r If x y✓ /v yr."ox'` r fp mrndA r !l< r �� � "�m �, a,;:�i I I➢.,„ re "aHA��pA, /1,„ ^U mw, M ,I'i", l W I� :. MrNI Vff@P mnm WMJ'k Wu�JY"pvJ m7(liJ.lAwo, r NY 9a^y+'^miA"reU au r 1d;��ilf ,P ra M ",""�6 mro711ry r, vm " w ,°ad }y �"y�y n� ,� r YYI/ir/pv�i �'^ ��, l w:rn 4 mn �%f 1"✓ I�� a'm f`/ ha m%r„,i, i �H vl f/ r � F1lpdY�r/i//yri�A✓ (,�� � � ( �A`� // Tii/ rrr rJ r ✓ fd r/,rirLiiriirq n Jy„A' !1 f M' IaU e y ''Y<° w„ r' ,}�,A' + `i -} ' 7r,,& '',r l ri, 'Ii C, /5 A!oAa^r/ r "^ r u, ' a 1,,.:4 r/ A} / „m r✓s x�re I / ^�rrmf r !✓ "U1 / `" ,"di r fil a+, C a", ii f%fir/r i`<f v�r:,%//%/"/// Z% rtiuvruYrvuiMn"rlwm.6 ,+!um,M IrirerFMemu:(RnRtiaUo6snanuMru:Unae mw,- i n, fJ� rvwrva, „ ' t %I a'�*, / A;✓ fA "i cr / j,H'"*' ,d /, Alfa If aN / 1 M1Y msy''r r 111 M ,,,, /�ylvm rr a w a yv'v 11 r1't rptr,,,JdiUw✓lr✓rr vrnor,d —Fil , // /ri„. a ;,a,f: k':Ii(' / i ✓irrntr, / , �"w ",,,utVll�w,lw „ W� ",v 1 Q /a G 0,. } ;r � /e 'WM,m; w..D �/ a rar °, //LN r 1 a r rr } r+''M^, ,." / l ,/,,,,:. / r m�m:�mivam 1 ' /r,,;9 as, ,I/ ;, TMr,,4 R, vv} - � U .. J rY��V r �,� �rny� a vyd : r ri �+ !/� ,, rrrr ." va„' v.0 aw4i'�,u.".Mr, Ce ,.,,, ,,✓ .�Y„ (4k,r,. rdma,u::: - ,,.aA,..,-' ,"v:.' i,V' �If(!�i//%/°�rr /!� /y r/iJlr � ff rr J���iIN'NS('Wh'�YVic r //rr/ ,, v a .,"+hv.,,, ,m. � w%✓Kf'i"ykNlJr'✓d` rani ",navtr✓r v, %ll y/,r ✓/, i ivy ' ✓v rwaior f,� ^r'l!r%r ✓GFfv, ',; r 111n2/.Jii /„r@JW/ ,, A�! , ', Q:" tiUS�)� / r /Ay rw ,Y„'/%I'1„'r,,l /i;/ r ri /,// ! ri /./r Il,% ,/./rA/ r% /✓�/O/ r,> �;r,r -I ,N;r 'r lror"r ri,�//f li ✓/ /rr/O l�r/ a e yimgr ✓' ref, a a �%r �! ��r ///✓ /J rl Iaf�NiSN R'E�Y!�fu�` Hy° ,M -fc """��1'm^; rUNl,b �i' o,,.rr, ("'!' ✓' P ',' MHii /ij//// %i , �fA� ,r„ 5rv# ii�� fly^�'°/f jV � / :. J ,4. J �"7'/// ,,,;, ,, ' , „I' ',;,, /r/ri J/."Ji✓%�� : I,Y a Imiu%4 r �W„y r r /r riJil NI r s l/`' r r r Moir.. yroi A✓ m/ fr Iv i �11 // // rii /%// IG �1��'RAI", rya ,, iii r/j / r /i'/%, %/rrr/iy,/� /�! /!'/� /O/% 1fM %r'GJ 1 ��%�1;�y+yy l;a;,'j r /�%/,,,i � % �� /'����� ,',/% �/�/%ff f(' ✓.�;.'4!%r ��� , �`.,,,. 's, ,./ 4 r r�rr ����/�r, �fv,,,,i„ 11 I/Ar1� %r IDIum ��WfY�(6olWt:U�e(�Y�nolr,mttlt^ !/H �n","^-, �,��(;; h,d r ("ri f rrUrrar/Nv"rr✓/rJli ���Yiu.9' /��✓'�f�/�i/ ", �,FaN, r r r v� r ,:N 2017 Large Culvert and Channel Cleaning Project �rr/ww"&r,,; 'west Meeker Street to S 24,Oth Street KENT Project Number: 17-3011 g��p�y � wv ru uur� -d7�o�( rrt r l r f j0/ r lw � 7 cra it BHr FRAN'S M6BILE E Ar m, Grriwiipraa6Nirow srsr�.R,�an omrrur�epa✓ni�wi m✓u�rrrrriUp i�i�rrieyvumir✓ii4%unr�rra,��m,rmui�,rmi2✓rurcrrr�ryJl,/ �rn ,rrN�a r r r MV XV ra% I&. ,� d�r�7df1v7+57;w7i✓�l✓ill/tnwv��✓grrmrrorri�i�i.....r.....✓ea,i 0" r�'�n. dp , , rJn, m,..,nr� rlrrr9Al�r7r✓il�Du e»Yilrfrirr,, ✓"'^+Yrmuy y m,^ u, /„//y„. urr+eG w rmnww ws 1�l iw !� rill✓✓ Itl M LL UAL Id 96 I�', j ��n ✓!l r ct� . 1 � Cl uf, %i ,%, i � r r ✓ l ✓ 42 Vl��,,'' Ad w��Nww r✓wufwtw,niwrruvw➢m a�ww�;wurw�rr t7 r✓w�j✓rae✓ucuw lunxmriewm DJ.iNmw g���� er w:�awn�aaeertnm rm✓.urvfuaawnr /i /� �; r`: rr Gr✓ l rr �,1 frldl >, ✓ o.... w,„ ° rr»„ Tr�E{fBJO"d °�Lc_, !, fill tww,ouiiw�oirtuwm�mr��rd nwrunrr,.ralwata�✓a� G a�wa,ns �," �d Q '%' �" !1���,j Gll;,*' �;, ,,�f1✓% ,rr��!// ,1ir,�l% %//„ �//r/'� � n2 y"" i r���w;�rp�a�o{�y�;rym��n�rt�i��i Ugk}"�"ID"��o�iu'IV�"�",,, %�✓ O�l,' �� �r/I!( '� ����, - l, ! / ` I �� � 11 VIE 4. r ii/i irk/ ,r,,V16 wr l /%/ ,A,�l//� ✓ �ff✓0 i(�// i urp� %/�ii/�i �r/�, i�///, � �iii r/'� � d/�';S , ,fur D'�il�l// ,,,,r�l,,, , 11,. w ii///rr/ / , IiI'" uw f% r %� ;A rrr iris/ 1 �j a Y; Ir yl%i %l'v`"ri r /F, '%/%�,.,' ii�'✓ W/r ✓JI�� ri///ir ° ` `rz.(�ln,7/rl..,,,, �i m,rrr �fu r// ✓ �� /%/ r 7rr% N ^'^"`".,� r r �,UU " ,�-�++..pp�� / „�„ ,/ �;��'"' 9�/11� //� r'it �� f /uP�r,,,.°� f3t,.1'lr'����4✓� IVIP �� �ariaiwY,"""' ""1D'.I✓l." wob�wdma,°u'u' r)�'��6� G,r,", l�l�r� �;',r,.� ui 1�;� ,.,u.,, ci✓Fr>r' :fffu��r' �!�/l�j,, �;�/%% h•�; � � yy �r i ��d j � ��/!� v ,i,,,,, �'I�, yr, ,,y'. u,'„ "„dy/ ;, i;: erglf"lV ✓ r , / �Yws ,ur r/%//�� ,,; /��arr ,;, )L/u� "%'� �r, q" 11�h✓sj; " �!"� � i� r� n /'� %r/�ti i�r�l� � / ' 'rl��� rr/ter # ,,. %'� �r11/ %��% ' IIP H✓ r/�/ / / / '1 o / r / f r /l/ ;,, a r� ", � ✓ "" ;";� �� I��✓„ ,�"� V! „" //w,' If%r ' Il�r��;� Iill%%ir" ,Y�WE //� ➢ o r� �� r�l � i�, r,%r/ �✓j� ✓; f r, //G/,G/�j f;% ,,r I l�` �/-;, ,�//�%I ;,///%��i �j ti A�� �rG��r �1�, rJ 11/nub HIV'�u r p� r EKE B ,�s:. .i ''- '�.. r jai r r,a,� .';;.;', ,, ,rr 1,,:„ ,r,r ,,, ,;;=" r�!�,. ✓ rf °„/,,, M'"` :u✓,r, r r /� � r ,,r'lj��/�f/, � !�l!%r �' / .�t„t r- rr rll i�flr✓l ��° .,,,, III � �IoUNVUfu'iW!;� � %",i%�rru I�f f�"?W ' ✓� r/i%ri� �� �,;,,; rr [ �(�, 'd7/���1i�,N"; ;%j�' �',J'wnuiw�m�wuo�iryr � i,,;. ;� �"'�r'H ✓i ri,„,%� r /�r, ny,// I �,� ,, �/�,,, v%� iru ril/- r ✓a� ✓ r�I/ �fi�����/%/ r /r �r//iii ////r a f m�""lu� �; , 0fi /r /lrr ri�� /r r jl➢, r ,,,, i", �, 11J >r I//%/� �� ���' �r/1 r lw emir py,;j wp'l ����%�j i I r a ��r d !���/ir ,,; �r fr: �! y�„ F, ° �„�,.^'""".' ✓���, ri rli i 21A, ,�> ,,9 f;,' ," 9d I��r / Y �1 ✓�f ..^'r+n+'"' vw,az MM )P.u�. 'ar! I YJYO' f,. l� �'��G{ I � � "" s �� �;1 s,iiYG4'Y'rol' �,,,;,✓ r��,S,+�"u�r����i���,�u�l�'�,,e ry�1; 017 Large Culvert and Channel Cleaning Project , f "",r,, West Meeker Street to S 240th Street - Site 1' KENT Project dumber: 17-3011 W A n t11 1 11 0'1.O N OGfOJd 5UIUeOlo JOUUeqO PUB IJGAI: no a5je� j �OZ / ,' , ✓/%rrifi'ff r• ��G'r f, I I� ,, M � ',,, „i� d � J �n//Itl� bfiidr J r / r; s ,: r//' /'✓rr !' F//� I „<,r .^, rrhr �� �„mh, F,a i ffi a'ilk f rr �'`'y h r// (!' ' / ;✓!r // / 'r�j/��� r 1�%/Ir r �////fir/ r Cl „ ii � i/ N/%; i i✓aTV / (�.. pyy� r���DI r �' lIVIY 'V / 'r/// /i'/% ,,, ' r,';r 'rn/r/% //��%/%/%%�!%///�i%rj�G'/ a�' ;ri,�' '�� - »%�%sl :✓- %r; /��/�, rr /rill /i/%// r f i 1 J ,.,;�/ r ;( /yJSYJ/ r p, ✓ ",. r ,'",,.. "� '" ii//�//%' ,,%/9;: �>!»/ "pl/Ir �/ d�a, ,, s„ � ij�r l i, ,:�/ r/ r f/ r r /,r✓ /,//// r%f�)i r fr/i II „ir� ,�I //�/l�/�i/ i/fill�jrirr r✓ „% »NIJ{, %,///// r r���r//} ✓%'fi i ,, /sr.;t,�;�' m.*m�axua"awnmm�wm,, n,oo ouuxw.wrwwwW�{a�w f+ru mr�rr�iraeta�ar !f ,,, mwa«'arme�rea l rwrW umr (rar"t m ✓,%r/„ ,,,i,,,,,,, ///� / ,, ��p( „i,,; �,,; - >'rr, r i, 1,ram�urrmlutw�%�iw;'Uawwt�cnmraaas� ,'r,,, Ind ;.;N r, r0' ,„f / w Po N r lI�VUwnlw roam rV uy(V lo(W�m /' /r/ // r/j���/r//r/r//it s ,,,,, z.' �y ';l: l�.✓ ZGI�d./filrrif f (,,. A tipIF I��q ®Y (IS dVI 09 098 / /// 1 (l <, gip;//l/i/r'u ,� %✓r�1!du^"' � , ql/Y, W".,0�"� WIT, / -� r uN ¢i r%/ alfi r / r J 10 r/ n um"aJlnyr,� a�✓Irurw r rrnviw/ a ) rl�mi d' ti,jhµ >xwmdiW ,,;<rx-' r r W/ii %i i, / / ������/r ✓ ✓Y I1 P /r nar!�t�fua4fifiv7fUf�a41IaINlmi�a (�;n�ro�l�„w'FS p'�`�mfwirm�iJ ��we1i pi` aitr' 'u / ,,,.//, ,... ,,, <, :.,.! /.����...��11 ✓. �,1, -. �, e r ,,.. ,,,, S%, "„,15i!'' llN� f wui»J,liu ur^v;ry>w'mu�yiwiussauw�J nprnrrsi6gwti�iD',tigNlwY„w!rdiauti»;go;'wbGwrv'r%r G. Val ,/. ,r t,/ r/,��/ jr:� rs% iv✓r^l u„ <,r / ,, r, /'j, r r/ /' r ' G/rr : ', 1..'V / +' i'/ r}j �('7/Y✓r(I r / r P,. i / r r or I t ' �+ CD / f e /ri ri G +"h xem�xmemu ,�eaa.ui...r rmm a�mmiN'wlu rrnf'%/���AIN I /%j,s,r air»rrriingugi»fe r�✓c �y(✓ �" i !f pp' �forirD/Ur am u v Ha,W9�/7 tro lVrxrrr adG e r rl orr rmr/w Y rpljrpl % .wry m�,rlld ..W.w�.. VJ '" M IX'M` .'G..._..,. % P `h0 y N KE 'T CT�O / /10 �/ a i J f u rw<rvr nrvrranr Mwxr�;aw mww rJuvforvi m W7ixrnwurca ✓o muwoF wr .(✓�/rWjr�run+irrr a ut r ,// /,/ru�r.; Il/fir I ; I/%I16 ! f�{ 11�2111/raic�cf f iri`rrnu r/r or�i/ %// / ,✓%///f ii iiil,, ,11 oy, r l n».nr 1"UJ D)Flv4 J(F/iJW�,'fkd!!lui�i!H"'�rnj�j,W✓hr.✓rF+runn`anraaF n IYf Riffna U rUN l�dN�� r/� I pd /� !ry l%)%, yin r li IJN l�l r d��111 o/ r r7>/ / �/% .� t nh l<. I r�rlr r JmJ/ �� �0, 0� SCALE: 1'" - 100' 1 f/1( � ;' ��, r, �y//%///%/!///ff//Ao,,,, d„ r ✓ ,' JJ�Vr ;i�� ,�/� i/�rry�Pi"N'r' ll (fl � 11��14i,�,+ or/v / Y/ pr111hllffrdl f= / / ",i �� /, kf�W fi/I� y ;rvfpmn//_ r rmv- fF 'fIr ,�r�/ 1''Jr r MAY a /l� n/ ��", % // fri ff J// l r G n� ��,"y ����f�f ��R U. Iui /as ,r11 �Fr? +�glee 1 lrtM�l i,t / 9 h � v IF f s P� J i/r( r �/ ,:, "., ,r,', f UN n o,2a � � � "r✓'. ,/r' l� �rl%; ,�4n ,Ir "F J ��l � ,%��(;�lr f t`�/ /, /�Hffn nrnwaiar�'r9��" �r ro�l�i, h��r ,; ���� i/" ( i u fl /, r/r ry N 7 �,� ✓,y„ it ,:. n '" ?a4''i;,�i%��V� F(A.,� / ��' � r � �i 'l it Jul" rr l�J "i ✓/�i; v 7,1' �lI a ,,,,, inl� ,, ,1,, r t�jQ /y r,„"' a r✓, ,<�'':Ym� ,,,,ii/ //���/r„yd a %, ry�Q 7 I�l G A A A i—r�.R /, '%xrl �(;mro"uUMe '�'Ui'jrtYlA94lI'YY11v'IW�I uPP I p r �4'" "u 1i �J f /r 00 r a wr �y, uyrryhaa�y ysr9'!y�Ytl�alvSnNY°�+<v lY�,r 'Munu�rui�^' „� �� A r 'YI b� Jtri �� AC, 659LF 96 x4 / „ frvf Pbv �'�Ihy`le ' OX CULVERT , I„ dIgme" M IM It zz �/i//r 1. > ,n Jay y mdll!Y8d6ywo a ol�ya�rwG�aw„W/�r�r ,�uQ r 41un�;»Iximif Ye �rI //i%Jr j` rV•i 4 „n„„,,, ', mr,��l� J%///r/%I/I ri a d C►�'JdIS' C F ,rEFF w Qi "� ' py ,i n n v it r a ,� � r� wm�wwvtinwr�wr a�, r r�;mxv �� �mwv wHu�r�urmwaQ�k �nw r o "..."^"" F ,rrvr ,>: « „Y / r rr.. �Jr, ,.�.r �, � ,t,://y/ a ,.,,,o Gay,.✓ / ,// Yl� /en„✓if/i�>,.af! F: rl ,,,/ a�i,,.., ,.�� 1,... / /r D, f 1/� ��1/„n „ I� rJi//Oi 0� l/✓, �t//l//r., i�i :,�� ✓/ � tr/,,,,,,� /// /rry / /, ,;,,,� 'moW,.u'wu,�' /� � 4�k'F �Ih iBlhM1L1�'wv NfN���G�»m,N'� wUir1 AW;%�@I' �du4m mmw NNNawnmwrvD Mtlh%i I✓ wryf �(��,ti;Wm4r lGu ow ww sroxw�auw w,wm liu wwrrvvr w,ryf¢,,Fwmrv�IVfrtWNNI KK�w �¢nNU�(wnw %�WgrN'ek W'(��'Iw�➢�r¢luN 16 2017 Large Culvert and Channel Cleaning Project 'west Meeker Street to S 240th Street - Site 3 yf,r� /err �ENT Project Number: 17- 011 WA 5 Oc V hW0'T0!v / raa rs Hnwwvysw, ny4idwJe ywrpr 1tNua6 .m w ,Gw Ss ul or / / r/ fd �1 "� Y 1 �� 1 ' Im �p � �Q1 °�' 1 i%i w"d+aa!ydu arrsr�ad�wxwrutititrwanmawl p �/'lyii /1 f 0/% // ��Pil/' 04 VIVO ' ///r �'lyl /� � / ;./,� /�r �� �OYlr��// f �l f�(�i�f �rll�%✓///% /� /l /�� ilr/1 ��i;.c�� 1!�/ � i/�ri'.� �/�/ „�� 1%/; f) 5 r /r Jin/ �l��j�/ ril�9>:✓/ �� / ' � 61, JV&lf1l'�r �I Ir,,J�>i9 , ,j;,r � �rd�/'>✓r �H�yrG/ / ��r fs�/rl/D� Tu /6�tl �ll' SCALE: 1 r� = 80' SITE 5 620LFI NNW' BOX CULVERT il�inl"n�l'i� N���6V�,/��� ////,..r // ,r� �II✓q i,,,: i ..n, ,r. I�,,.// Nrr/I//i.///!// 1�/ .r:. � f`� �>1/��I/�,�,I� ^,✓/ri/// i/,//fir rs,. /�a 1,/ �/„/ /,r! ( r r.✓ 1!/ ��/� / / r ,_, r„c, ➢ // ,0,; rri %' 1 ,-';, ,%i�/,,, ,P;�,,- °;,,✓�, ,,;;; y.,'% !II 1 N),,. ,,,, I , / '�„�� ,;rry ��ti 'e, � rr�i� v'r�'r/�yr/r� �j yG//�;//ji�l 7 n%1 r ,,, ThrP 7�„� "" A'r�l /j// /� /lii/�s ,r�Gw.a�� �, /, f��,,<; ;� :�%ri;wl�i;i;, /�/%,l, N� ,�,i5,eia,- '��fiiJror�o �(I//,..//i(��� r�,f��; � //G//i'( "' ,,,,�%✓.: 1,. MAR /ks. !li✓ Il �i � ���. rid/ r :rrY`r�// f '/�%ice/r lr 1 �/11�%��,� ✓' k /wry l ,i w r % l ✓ , .l / /� �/,'/i yt/ l r/,� 1 I/ � r /1 ✓ / r �//� %/ I"✓„� �� lv%oir k; �.>`� 1 �ro,;,:� //l///i, ////%r -%ir //; rr�'/%/,//,.a / i,/ r///,,,,c�; ,�„ Vik�{J(�,z:.e �a<+r � �'>,�,/, �,„, r ✓� „%/ o ,�/� v�H/��/,�j,,, .�,.' ✓"l;' �,I� �,, �...,r �r, .�'// /rl/ii0r/!/1 ���1�, rj,r;-„ „ ,„ „->,ra I ,.•r`;^"� Ik �' 1 'ik� ,%-/ ,k,l���,:„OY�II -//>///i //i�l///l��i r�V� �>rr(; ,�-d b lJ;l:RII � „ ,-r ,, ' „y ��tr' � ��� in � r l / f✓r /,r( ��/ ;z#% NW I %- /,I /�li // //;;ri;✓' i�ioj /%� '!,"', G4 i n li INS, /ba /� >Yr/ "I//i//Ali///l��l aa,, /�, INN' g%,'� %(///fir i % " �I // n/� v 7 ` '�l%%/r ✓ �OJ ;� I 6/1",/ �r NINE,,; ,. , ��v /�J r��,, '/ gish,1pP `//i%/ram/i ,/ / J, 'Y,,'i�I:) .:r ;�,,, /l",/,!/'�r :,:�'"*„:.�;,.,. ^'✓' %i%�/Ji%//�i�/i l' �/ ,r '� /�'� l�r,i ? �'" '�i 1✓, r,!!/ 7,� r i%/,%��/ram i ��lr, "° x, ��/ra�r l ,',, ,�� ,,,,,, / /i lr� ,✓� �l�a��v(47 //l/r//-/ � l;'„„ -! � �Il r,,,,, cir at, „`/ r�/,,,- ,;, � / �, �; ;:: rr, //„//ii /r, ✓ r/ k ,�r/ii� d d4,lr,�;, :o � 1�� / .;w,,,l;,, A. �i, ,,,;,',,,.;,.. � 1��/ /ii/ n /fir/�/ ���//, an I/� SITE 4 70LF WNW� Up aMJ fr "' 11i >. � BOX CULVERT / i r r', / r / /'/ orc i , r r ,r //i�� � ✓i /�,,rr, /oil /i �,l%/ii/�/r %�v /e,r; a/„/ %/ ,,, "�, ,r n;��nr ,, „; ,, ,,��/ J„,/,,i,./„ �„/ /ir,,,,u., /i ,,,;,,,,,,��� ,;,,,, ;�,' �; " ./if, y�,:/✓ r///<a i/l „v rl�/i,r G r,r//Ih rr�� 1, MIN /ply fh/�d ,�IFdn� ,; � ",, n „� ,/6✓ ��„r/i',rI 1X� /i�� / �n� 1����i�/�irJflr�/�rl;,r'wr f�// / /%//,��/ r ��0✓//i )'N� d '; I 1> 'S a "J,' u„ „fvi, „AID/. �y r / ../, /,,,,1 .d // l/l/i,/ % ;r: F ✓;l , :>, „/ �/i///�/✓il//�r/✓r.i`/%il//!//r)//ra,K/al /, /// IIIJ%////// /,. (l'8V�' ,,,,;�,,,,;,//if ,,,;,,rid 1r1/,r r„-, '(yJ',r?,,,,' / ;r ✓ ,, � ,,�, �. ��� //i /�' / // 7 � �u r!/f/,//,.%//�/ / s;,,". -a,7ti��!//G„� �� � ,r .�/,/ 'r ,,rr ��r�le���ii"„ 7i!✓,i�,/�',' �' nk „,, r,r r 2,017 Large Culvert and Channel Cleaning Project / ''west Meeker Street to S 240th Street - Sites 4 and 5 ,r. " Project Number. 17-3011 V.,A Sif r4C;T 0 Ed / r / r /Nz r / aj d/'✓� r U1'/h 11 fU r' rr ���Udl J 'r1rU'�"'nlGs� J' r ff fy✓PU ra ✓N� 11 611Y! p/r'!Pbbb9 N M NA[l udarr r ( w'�Fi Jr✓r r (�A %% f : Ji - r 4J'; " ' l or ✓ w/ �Y/ Far ✓/ -„ I v r Jr nrra �abn /ii flf rZ. n " yinlh;�r/1f�'"��i�i'aro�4����I���SUIIIU����b r9, sr /�rr a �"� /✓��� 1% 1// ir�i ,,:: � F"b;� '�'� ��°�,✓' '°"i /��g�p��QI'��I��'���U r4�1f j ��d��H�j/l ?��" (/%�D°/P ! I/I ��� !/' r f r11.ayy(lb(rn' / r rrr o,. �,„ / �r�/i y✓1 t f /�J�i' I! f // .. / ,/ / V ',- �;;', ��"�,, , ,,,� ,; l'%'°� I d ;�;�.f, ,r,//i?%i%l�,r/l �%�� r 1i�1� /i11r/ /pU:,%, ✓�' -;�i/,' auµ,, w, r ,, s � / i„ ,�„ �- ..., an _„ r: //i��„ hn e, i // /. �, „„✓i✓/, ". r�r jy�� fVry� „v,,�j✓;� ,F/; � y��' D ' ,,�,, %, �/�/�5� ,/ l�i ,/ 1 ^�'n rl >✓/l/t.. /��nr, ,,,;,�;n i n¢„ s rdrr� ;� „-.' �/r�,.r �i,�' 1 � ,;,,,,,s„.. � � //r / �n,/�/J!r:;�l„� %:�lffr lMllf i„I%/��;Ir. /�r�✓�ir�i/f���% ' I roa� � ,,,, ;���, �u�» I //i�r�//i, F;;, /:,�� �' "l �sn` ,rc/,'/„'/i '/��1 �, �/Oi��o�///,,;, ,:�/r ��„� „ ,.. t�...:uv� rr I ;�" ip„N /�r,//1✓/ iir ✓./ l �// �,,;., �;�// /✓r//r f/�%�/ „„ '1��/,r// r /✓r � i�jf��� r r r/��,� ���frv�pYf r I�r JilJ /�.����,,, ir% CI .' O ✓, / � „ I o�a r ,�;w"n- bH�rU �� /f��"� �,� fir/ r�ilj >U; �ua�� rr�F w ,r�' 7 , oge, /i///�//.a �K/ „r/ � ,,,a:' :� r, // /rr �� �, rr r� 1, f/ //�� 1/ 1 ryq ,.r ,/• ,,,�,,,q w i II,I� /i /../. A,ir.. r/�/�li r�//nr%F)4; ��; rl ',..,.. ',,, "�,P/// ,,.a �i �;' �r;t r /i! )a/t�r 9 / l�l//�✓I r 011l/<, r % �y�a;, //�l�i/ ��, ,u, �� / r %aii�� r,% /,r /✓ fl /; / / p ��//r/, rra, .41. %/✓ 1^.""" ' ,,; ����� %/o,�V'.r�U, ,, ,"�, / / ;; /i ///i /, „,,a„ ,f r ,,,,l%�,i ''„� 1�y �,,,,,r/i, �✓j'//r/:u�lri /o�� rir ,r7w�{. r�/////��jr;`l�� '„ yl' L rii ,�/ � ,� ,�� o;, � /��l/f; a,%i✓ /l� �/� r a�icarb l /,� %'„ i/,/r�� /ii,� 1,32OLF DRAINAGE cF�ANNEL ,ice/�� ✓// / ,...) 1 f,� �.. ,r�o ,�„ r i ✓::<„,„ r ./,✓,,,, / � ,.� /i,i� ... �� �, „ „.,,.,. ,r 1�,.� / r� /of �/. �r �%////l�-� ,ram o/r r�`, ,r 9if/l / �/ rr�. .,,, /✓i,r r >� �, u,„ J ,. w y ' ;1J II ;.a��r/�./� /,/,�.,..:, /ii„i,,, ,,,' � ,i„n. ,l „✓ v.;,,,,n. ,- ,.. �,,,,/./ r v,:.-.r,. l>l!I 'r r�l, I U n ,.,V ;,4 ///i//,//�„ti�� n:: ,./ �„ h/i,,,,, �, �, % ,,.! ,,., 1rf, ,,,, 9�` lY/r..� 1,,, / /1'i )i, �/i/i.//1/1 >%l� , ✓/. Vg ��aBrK „� /�/vi/!l aF%'ri/;/y/ro�� f ✓,, ,,U.rr,.%'���,i � //'r„ � � / �l, a//ir �"'�O/i, J;Y",""y,�J I fN ���ir�a � .!" ;� '�oYi � ,7,lif�a " ;h,"/ % /�� /,* � >! r1. �,;,,,✓/ 10 p1r / �� f! �hnn �r/ Uir �� �� ,ran �'�NPg. r luoabo /%1///1� 'r/�,�w rN;nrlu„t ii lrr0)v � — 1 rE V% A r/r a r M r, ro r „f„:.. r ��/„ a ,/%k,,. :. � 'if ;, ;" �„ r'a"srrtavwPN`/a%, 1d,ns'��i�rr'�r� ra'a' r� i ntl� ,'Nr% u,. •u.,�r' I�N :i;�,'>� r '���a�/�� .ill�-, 'i�(rcNr �NI ,r4nH; ;; 3nb � � n �wN'�f I,,, ;rl�,G,ri/ i.., �`, w...,, 1 y✓rr„�1U91 i/sirl Yw1� ,. %P�/��/ ;� �', �' ✓ a i i � it,� � M �,r N1, %flbn+UlFt�r ' �n' �f 'n sr IRS, 2017 Large Culvert an -a' Channel Cleaning Project m QI,J�r /{%r`4' r lest Meeker Street to S 240th Street - Site °ffrrjENT Project Number: 17-3011 PREVAILING WAGES 2017 Lg Culvert&Channel Cleaning/Lincoln A - 3 June 21, 2017 Project Number: 17-3011 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: 6/21/2017 Count Trade Job Classification Wage Holidayovertime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King' Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building, Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers !In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.511 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.511 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv 8t Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredg,e 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 httnc•//fnP+rncc %Alm nnxi/Ini/tierMnal r-/71 17 Page 2 of 17 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 $55.51 5D 1 H King Drywall Tapers Journey Level $55.66 5P 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians -Motor Shop Craftsman $15.37 1 King Electricians -Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45 449 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 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 $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1Y King Heat Et Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1K King Inland Boatmen Cook $56.181 5B 1K k++r-.c- //fnr r-ncc IAIM nnv/Ini/%AIMnnlnnLiir%/r%r ,rXAlmnolnnLiir% mr- w r-/ )I /7(117 Page 3of17 King Inland Boatmen Deckhand $56.181 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.661 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers $46.09 7A 31 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking Et $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.091 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using Combination Of High Pressure Air a Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.091 7A 1 11 Page 5 of 17 King Laborers Pilot Car $38.361 7A 31 King Laborers Pipe Layer Lead $46.661 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.091 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 29') $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air $46.09 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Ft Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $45.251 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 LQ Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 Worker 54.01-60.00 psi L.H //G....�..-...... .11...:l...........I--I,.....I--.1AI--- Page 6 of 17 King Laborers Tunnel Work-Compressed Air $99.65 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8g Tender King Laborers Tunnel Work-Miner $46.76 7A 31 King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $46.09 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 $55.51 5D 1H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 ;King Modular Buildings Equipment Maintenance $11.561 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 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 $40.60 6Z 2B `King Pile Driver Journey Level $55.76 5D 4C `King IPlasterers Journey Level $53.201 1R 1,44-races. I14: r+r - awry rear/1rai m/--rlhl - -rw r- 1 /7(117 Page 7 of 17 King Playground Ft Park Equipment Journey Level $11.00 1 Installers King Plumbers & Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P -King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P '. King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. "King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A 3C 8P httnc-//fnrt-racc tnla acne r r.)i /7f11 7 Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P In++r%e• //fnrFroce tern nnti/Ini/teomnolnnLi or%/nrtiMin -,olnnI­ nocr — r/71 /1)r11 -7 Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.691 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Ft Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $58.691 7A 3C 8P :.King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operator I $57.72 7A 3C 8P k++r%L- //frtrf re cc u n n^v/l-i/u--lrtrt1--/r AA/-I.- .li••r. -- /'II I'lAi -7 Page iu or 1 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 813 height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 813 Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 813 King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 813 Underground Sewer Et Water lConcrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A .3C 813 Underground Sewer Et Water h��r.e • /IfrP` -rnele- urn nnv/Ini/u.nneln^L. ne-r.v f117 Page 11 of 17 King Rower Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer 8t Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over, King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 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 $59.88 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) ".King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P `. Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water hfitnc•//fnrt-racc Min merw A 1 /7n1 -7 Page 12 of 17 King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P Underground Sewer It Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) H++nc-//fnri-rnec ura nnv/Ini/urannlnnL i in/nrvlA/anrninr%L i in acne A/71 /7f11 7 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 813 Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 813 Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 555.21 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P httnc•//fnri-rccc ura menv r-/71 /7f117 Nage 14 or 1 i Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $57.72 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer&t Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Underground Sewer a Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Underground Sewer a Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider a $58.69 7A 3C 8P Underground Sewer a Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P Underground Sewer a Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $58.17 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 81) Underground Sewer a Water kf-i-r.e.. ne-mw r-/71 P)r)17 Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration Et Air Journey Level $75.36 6Z 1 G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.091 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 111 Workers King Residential Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 211 LFire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 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 $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B hi+nc-- //f^ri-reec %Atn nnv/Ini/Inr=neln^L in/nrv1AlnnnlnnL i im mcnv A 1 f11 7 Page 16 of 17 King Shipbuilding EL Ship Repair Heat Et Frost Insulator $65.681 5J 4H King Shipbuilding Et-Ship-Repair Laborer $41.08 7T 4B King Shipbuilding Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.051 7T 4B King Shipbuilding Et Repair Rigger $41.12 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.021 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.121 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A I 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside 10perator (Light) hf+rtc•//fnrhrccc %Ara nnv/Ini/%AtMnGlnnLlln/nrkAA/nnclnnlLain mcnv A 11 /11)17 Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1 B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers a Irrigation Pump Well Driller $18.00 1 Installers / r / / / f � / / / / f , / f / / i r r >/ l , / / / G r / r � / / 1 / / / r / r / f / / / / / / / / r I / r / l r / / low / / / VON ,t / /t / l r 1 / I / / „ / / / / / /i / / / / / / / / / / l / l / / t / / / / J � �i r / / / / / / / / / / / t/ lr , / / / / / / / 1 / KEIVT Agenda Item: Bids - 9A WASHINGTON TO: City Council DATE: July 18, 2017 SUBJECT: 2017 Large Culvert and Channel Cleaning Project - West Meeker Street to South 240th Street - Award MOTION: Award the 2017 Large Culvert and Channel Cleaning West Meeker Street to South 2401h Street Project to Ventilation Power Cleaning, Inc. in the amount of $961,649.48 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 the removal of sediment, refuse and vegetation from large drain pipes, culverts and channels along West Meeker Street and between West Meeker Street and South 240th Street. Work will also include the removal and disposal of up to 3,400 tons of saturated sediment, refuse and vegetation. All work in the vicinity of Kent Elementary School shall be completed within the first two weeks of work. The entire project shall be complete by September 30, 2017. The Engineers estimate for this project was $762,828.00. EXHIBITS: Memo dated July 18, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funding for this project will be allocated from the Sewerage Fund Balance.