Loading...
HomeMy WebLinkAboutPW17-260 - Original - Scarsella Bros., Inc. - S 228th St Grade Separation at UPRR Joint Utility Trench - 08/15/2017 f rr�i r' rl'1,rir%� rrrrr //r , /r ,rrrf ri, ,!� Me, r/,r/fir%rjYi�cil 4 '.^0� Re d s M a,,//"n KENT WAS Y11NGT O M 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: Scarseila Bros., Inc. Vendor Dumber: JD Edwards Number Contract Number: PWI � # (, This is assigned by City Clerk's Office Project Name: S, 28"' St. Grade Separation at Union Pacific Railroad Joint Utility Trench Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Gate of the Mayor's signature Termination Date: 60.Orxin9 days Contract Renewal Notice (lays): Number of days required notice for termination or renewal or amendment Contract Manager: Susanne 'Smith department: Engineering Contract Amount: $633,764 9,C Approval Authority: (CIRCLE ONE) Department Director Mayor (City Council Detail: (i.e. address, location, parcel number, tax id, etc.): T�e project consists of the excavation and installation of conduits and vaults for PSE Power,Comcast, PEE has, ` erizon and . ya-farm 720`' Ave. i the 1ni rn Pa c 1.ific -111 Raliroad. As of: 08/2.7/14 KI NG NG_COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. St., Grade Separation at Union Pacific Railroad Project Number:Joint Utility Trench 3022 B I'EIS ACCEPTED UNT I L B 1 D OPENING July 25, 2017 July 2 , 2017 DELIVER TO CITY OF KENT, C I TY HAUL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. ILAPORTE, P.E. PUBLIC WORKS DIRECTOR 0 KENT ASH'IN GTON 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 WSDOT Standard Plans Tab 7 Project Sign Tab 8 Geotechnical Report Tab 9 King County Wastewater Treatment Division General Letter of Authorization Tab 10 Traffic Control Plans Tab 11 Prevailing Wage Rates crry OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S, 2;28 Grade Separation at Union Pacific Railroad Joint Utility Tr�ench Project Number.: 07-3,022 BIDS ACCEPTED UN"FIL BXQ OPENXNG July 25, 2017 July 25,, 2017 DELIVER TO CITY O�F KENT, CITY HALL 2201 4th Avenue S.,, Kent, WA 98032-5895 TIMOTHY 1. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 7/3/17 40! 111"S7 KENT W A 5 H I N G T 0 N 'VC BIDDER'S NAM.E�- CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 228th St. Grade Separation at Union Pacific Railroad Joint Utility Trench 0 Project Number: 07-3022 BIDS ACCEPTED UNTIL BID OPENING July 25, 2017 July 25,, 2017 9*045 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY ALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR T KENT WAS 1-1 1 N GTO 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 WSDOT Standard Plans Project Sign Geotechnical Report King County Wastewater Treatment Division General Letter of Authorization Traffic Control Plans 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 25, 2017 up to 9:45 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 10:00 a.m. for the City of Kent project named as follows: S. 228th St. Grade Separation at Union Pacific Railroad Joint Utility Trench Project Number: 07-3022 The project consists of the excavation and installation of conduits and vaults for PSE Power, Comcast, PSE Gas, Verizon and Zayo from 72nd Ave. S. to the Union Pacific Railroad. The Engineer's estimated range for this project is approximately $550,000 - $600,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Susanne Smith at 253-856- 5553. This contract is subject to the "Buy America" provisions. 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. Dated this 3rd day of July, 2017. BY; -&r Klmberle A. Komoto, City Clerk Published in Daily Journal of Commerce on July 11 and 18. 2017 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #112x,/Zz Date This statement relates to a proposed contract with the City of Kent named S. 2281h St. Grade Separation at Union Pacific Railroad Joint Utility Trench Project Number: 07-3022 I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: `,40 SI ATURE/TITLE / AD- -� ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 July 3, 2017 Project Number: 07-3022 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. 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 agre t fulfill t ive re ents referenced above. By: For: ✓G2l�v �-��' ..�� Title: Dater 228'"Grade Sep at UPRR Joint Utility Trench/Smith 2 July 3, 2017 Project Number: 07-3022 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. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 3 July 3, 2017 Project Number: 07-3022 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of �L, 4 9 ✓' ,.r�. Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as S. 228th St. Grade Separation at Union Pacific Railroad — Joint Utility Trench/Project Number: 07-3022 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunit Policy t was p the before-mentioned contract. By: For: Title: Date: w3^ ';V/7 2281h Grade Sep at UPRR Joint Utility Trench/Smith 4 July 3, 2017 Project Number: 07-3022 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that SCARS' li A b 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 S. 2281h St. Grade Separation at Union Pacific Railroad — .joint Utility Trench/Project Number: 07-3022 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 5 July 3, 2017 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ T7,0)).0)$ 7-7,(ate,0('7 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $1, 5-00.00 $ WSDOT LUMP SUM Per LS 1006 8-28.5 4 Utility Exploration for Future $ 6,0LU,L0 $ 00�©�.,�.�� KSP EACH Bridge Shafts Per EA 1010 2-02.5 150 Remove Existing Asphalt $a0,00 $ 3,0o(3,0Q KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 220 Remove Cement Concrete $XO.007 $ , q0(),00 KSP SQ YDS Sidewalk Per SY 1025 2-02.5 410 Remove Cement Concrete $io,00 $Z//0),00 KSP LN FT Curb and Gutter Per LF 1030 2-02.5 230 Remove Cement Concrete $ 7 50 $ !, 7Z-.00 KSP LN FT Extruded Curb Per LF 1050 2-02.5 520 Sawcut Existing Asphalt $ /0,00 $S,aOU<00 KSP LN FT Concrete Pavement Per LF 1055 2-02.5 100 Sawcut Existing Cement $ o O,W $ d, 000,0() KSP LN FT Concrete Pavement Per LF 1060 2-03.5 200 Roadway Excavation Including $ a5,00 $5- 000.Oj WSDOT CU YDS Haul Per CY 228"Grade Sep at UPRR Joint Utility Trench/Smith 6 July 3, 2017 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1075 4-03.5 50 Gravel Borrow, Including Haul $LIO.00 $ 01 000.00 KSP TONS and Compaction Per TON 1080 4-04.5 70 Crushed Surfacing Top $ 410,00 $a, 800,00 �c KSP TONS Course, 5/8 Inch Minus Per TON 1085 4-04.5 30 Crushed Surfacing Base $40,00 $ 00 KSP TONS Course, 1-1/4 Inch Minus Per TON 1095 5-04.5 220 HMA Class 1/2", PG 64-22 $ Roo,00 $ 414,0oo,00 KSP TONS Per TON 1125 5-04.5 30 Hot Plant Mix for Temporary $ ?570,00 $ -7, 500, CO KSP TONS Pavement Patch Per TON 1210 8-04.5 625 Cement Concrete Extruded $1.5:00 $ 9,3�5, 00 KSP LN FT Curb Per LF 1220 7-05.5 4 Adjust Existing Catch Basin $I,",00 0,000.00 KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1300 8-24.5 180 Remove and Restore Existing $ �5, 00 $ q,,5GO,00 KSP SQ FT WALL Gravity Block Wall Per SFWF FACE 1315 8-28.5 15 Pothole Utilities - as Directed $ 600.00 $9 000. 00 KSP EACH Per EA * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 7 July 3, 2017 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1320 8-30.5 2 Project Sign KS P EACH Per EA 1330 2-07,5 240 Watering )$ WSDOT HOURS Per HR 1355 1-04.4(1) 1 Minor Changes $20,000.00-- $20,000.00 WSDOT FORCE Per FA ACCOUNT ;"z,J`Cornmon 2rice to all bidders 1360 8-21.5 1 Removal and Relocation of $ KSP LUMP SUM Signs at STA 14+80 and Per LS 16+00 Schedule I Total 4o 228'' Grade Sep at LJPRR 3oint Utility Trench/Smith 8 Ally 3, 2017 Project Number: 07-3022 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 900 Traffic Control Labor $ 555,30 $ L19)7�0,00 KSP HOURS Per HR 5010 1-10.5 64 Construction Signs Class A $ 30.00 $ /, 9�o,Do WSDOT SQ FT Per SF 5015 1-10.5 250 Traffic Control Supervisor $ 73,O0 $ 191375,00 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $a,500,0.E $ a,500. 00 KSP LUMP SUM Devices Per LS 5030 1-10.5 120 Portable Changeable Message $ -75,00 $ 9,000- 00 KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 120 Sequential Arrow Sign (SAS) $ 30,X $ �, 600.00 KSP DAYS Per DAY 5060 1-10.5 4 Type III Barricade $ 350.oD $ I, q00,00 KSP EACH Per EA 5080 8-23.5 50 Temporary Pavement Marking $ /0.00 $ 500.00 WSDOT LN FT Per LF 5105 8-22.5 40 Double Yellow Center Stripe $ 15, 00 $ 603. 00 KSP LN FT Per LF 5125 8-22.5 10 Wide Line $ /5.00 $ /5Q,Q0 KSP LN FT Per LF 228'"Grade Sep at UPRR Joint Utility Trench/Smith 9 July 3, 2017 Project Number: 07-3022 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule V Total $ 1�1-74 O f J-. 00 228"'Grade Sep at UPRR Joint Utility Trench/Smith 10 July 3, 2017 Project Number: 07-3022 SCHEDULE VI — ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2 6010 8-32.5 310 Joint Utility Trench $ ".30 ,0(") $ L)D KSP LN FT (3.5 Ft. Wide, 3 Ft. Min. Per LF Cover) 6013 8-32.5 560 Joint Utility Trench $ $ KSP LN FT (5.5 Ft. Wide, 3 Ft. Min. Per LF Cover) 6014 8-32.5 770 Joint Utility Trench $ KSP LN FT (2 Ft. Wide, 3 Ft. Min. Cover) Per LF 6015 4-04.5 1,400 Crushed Surfacing Top Course $ 110,00 $ 5 6 no. -0 KSP TONS 5/8 Inch Minus Per TON 6'0jG = 0 00 6027 8-32.5 1 PSE — Vault Excavation and $�ooj.X KSP EACH Installation (JO1) 4'-8" x 7 -5" Per EA 6028 8-32.5 1 PSE — Vault Excavation and $ 7,50:).cl) $ 7, -5,0J,Oe? KSP EACH Installation (SW2) S'-10" x Per EA 8'-2" x 11'-4" 6029 8-32.5 2 Verizon — Vault Excavation $ 0-0aa.") KSP EACH and Installation (2 -TA) Per EA 6036 8-32.5 700 Sand for Conduit Bedding $ ("9 $ ' -7, (D-) KSP TONS Per TON 6038 8-32.5 70 Foundation Material $ 55).00 $ 2, 06) KSP TONS Class I & II Per TON The description of this bid item is identical to a bid i:tem(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 228"Grade Sep at UPRR Joint Utility Trench/Smith 11 July 3, 2017 Project Number: 07-3022 SCHEDULE VI — ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6040 8-32.5 755 Verizon - Installation and $ 7 00 $ 3, Dao'00 * KSP LN FT Proofing of 4 Inch Diameter Per LF Verizon Conduit 6041 8-32.5 2,770 PSE - Installation and Proofing $ q.00 $ � 00©. 00 * KSP LN FT of 4 Inch Diameter PSE Conduit Per LF 6043 8-32.5 1,330 PSE - Installation and $ 5. -75 $ 6q:7 j0 KSP LN FT Proofing of 6 Inch Diameter Per LF PSE Conduit 6051 8-32.5 4 Comcast - Vault Excavation $a,500,00 $ /01 000 00 KSP EACH and Installation (264-TA) Per EA 6056 8-32.5 1,885 Comcast - Installation and $ �/ 00 $ -7, J1/0,00 * KSP LN FT Proofing of 4 Inch Diameter Per LF Comcast Conduit 6085 8-32.5 2 Zayo - Vault Excavation and $�2,c9C�.l�D $ �{ �00. a� KSP EACH Installation (24" x 36") Per EA 6100 8-32.5 800 Zayo - Installation and $ Ll.00 $ 31XO. 00 * KSP LN FT Proofing of 4 Inch Diameter Per LF Zayo Conduit 6110 2-09.5 50 Controlled Density Fill $ 250.00 $ 10,500,00 WSDOT CU YDS Per CY 6115 2-12.5 48 Non-Woven Geotextile Fabric $ c20-00 $ '760. ()0 KSP SQ YDS Per SY * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 228"'Grade Sep at UPRR Joint Utility Trench/Smith 12 July 3, 2017 Project Number: 07-3022 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUA 4TITY PRICE AMOUNT y' 6155 2-09.5 7,250 Shoring or Extra Excavation $ c) $ WSDOT SQ FT Class B Per SF Schedule VI Total $ >I 415-4 228"' Grade Sep at UPRR Joint Utility "French/Scnith 13 July 3, 2017 Project Number: 07-3022 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.02 Seeding, Fertilizing and $otO,co--),00 $ 9DO,00 KSP ACRE Mulching Per AC 7005 8-01.5 100 Silt Fence with Backup $/5,00 $ 1,S00. 00 KSP LN FT Support Per LF 7010 8-01.5 300 Wattle $%O,00 $31 OJ4. 00 WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $/Z.00 $ /c950 0:) KSP EACH Per EA 7020 8-01.5 800 Straw Mulch $ /, QO $ �00=00 KSP SQ YDS Per SY 7030 8-01.5 200 ESC Lead $/.0d $ ,,200• 00 KSP HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $6,000.00** $6,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 7070 8-01.5 180 Street Cleaning $iS0,00 $C2-;7,-00J.00 WSDOT HOURS Per HR Schedule VII Total $ -Ty, �JO. 00 2280 Grade Sep at UPRR Joint Utility Trench/Smith 14 July 5, 2017 Project Number: 07-3022 SCHEDULE VIII - LANDSCAPE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 250 Topsoil Type A $46,,00 $ A/ 1�-110:00 KSP CU YDS Per CY 8010 8-02.5 1,450 Sod Installation $do.00 $r,2q(00.00 WSDOT SQ YDS Per SY 8015 8-02.5 10 Wood Chip Mulch $Z15 60 $ L/Yf) KSP CU YDS Per CY 8030 8-02.5 1 Landscape Restoration $5,000.00** $5,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 8035 8-03.5 1 Existing Irrigation System $3,000.00** $3,000.00 KSP FORCE Removal, Repair and/or Per FA ACCOUNT Modification **Common price to all bidders Schedule VIII Total $_`to , 700,UO 228"'Grade Sep at UPRR Joint Utility Trench/Smith 15 July 3, 2017 Project Number: 07-3022 BID SUMMARY Schedule 1 Schedule V Schedule VI Schedule VII Schedule VIII #(�01 444'2�� TOTAL BID AMOUNT 228"'Gride Sep at UPRR Joint Utility Trench/Smith 16 JUly 3, 2017 Project Number: 07-3022 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: S. 228th St. Grade Separation at Union Pacific Railroad Joint Utility Trench Project Number: 07-3022 Subcontractor Name �r,T7 , o.gf', .�,✓Al ,✓� . Item Numbers Subcontractor Name ��,✓ ���—�1.�-� ��� C_J' Item Numbers Subcontractor Name Z ✓Gf Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2281h Grade Sep at UPRR Joint Utility Trench/Smith 17 July 3, 2017 Project Number: 07-3022 SUBCONTRACTOR LIST (Contra is over 1 million dollars) Name of Bidder: Project Name: S. 228th St, Grade Separation at Union Pacific Railroad Joint Utility Trench Project Number: 07-3022 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subc ntractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: �zj7 4P-4__rr i .✓ t- NG' . Sign tune of Bidder Date 228'h Grade Sep at UPRR Joint Utility Trench/Smith 18 July 3, 2017 Project Number: 07-3022 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. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 19 July 3, 2017 Project Number: 07-3022 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 inform tion provided her ' is tr and sufficiently complete so aVot be misleadn SUBMITTED BY: ('�ZG.q �1'. f✓e . �.c� L NAME: ADDRESS: PRINCIPAL OFFICE: ;Ar ADDRESS: 74 Z9 l� �• /�10/ -i r PHONE: - -f FAX: -12 d 9 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). 228"'Grade Sep at UPRR Joint Utility Trench/Smith 20 July 3, 2017 Project Number: 07-3022 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? Jay 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: /9Jrg 2.3.2 State of incorporation: k/N 2.3.3 President's name: 2.3.4 Vice-president's name(s): WeV4 SCG4ae"c' 2.3.5 Secretary's name: Da.4 te,7��C<2.3.6 Treasurer's name: port- 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. C/ j? 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?N0 228`h Grade Sep at UPRR Joint Utility Trench/Smith 21 July 3, 2017 Project Number: 07-3022 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.) , rO 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. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 22 July 3, 2017 Project Number: 07-3022 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, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of Cf ` 017. Name of Or an zation 9 By: Title: if 7.2 1/dg"d 7 1 dJZ21-,�96eing duly sworn, deposes and says that the information orovided herein is true and sufficiently comple e so as not to be misleading. Subscribed and sworn before me this / day of Hof , 2017. Notary Public: d �L • aor,�gr r=� My Commission Expires: g = F ; S � A i •�%'�r GtLIC � . 2281h Grade Sep at UPRR Joint Utility Trench/Smith 23 ��i L.,ra Z01�•.Qt-Aly 3, 2017 Project Number: 07-3022 �.,,�� ;A81��'1��•� !l11111111 �,,►►tfltillllr�d ``,�>.�r. ,��,d1£Elf�,A► `fib yy. r'°i��00�EP2 Dqwrurl lit c) ` an 1"adtIstrio IN) Box 44410 ,w„5 409 0 Ain on— � w0 r r' oo i r oA-ew J d A/F p/' ^.,, (kl� BUSINESS LICENSEi I� ry T�Fp �I�,I L:Or �14� WA51-+tls G ON Unified Business ID #: 578035242 Business ID#: 001y Corporation „ Location: 0001 Y 1 SCARSELLA BRCS. INC. Expires: May 31, 2018 �4 4 SCARSELLA BROS., INC. � �I 8404$ 196TH ST td ,. KENT, WA 98031-1884 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE CITY ENDORSEMENTS: � SUMNER GENERAL BUSINESS - ACTIVE r ,{ OLYMPIA GENERAL BUSINESS #26435 (EXPIRES 6/30/2018)-ACTIVE Rt" BELLIN HAM GENERAL BUSINESS ACTIVE FIFE GENERAL BUSINESS - NR (EXPIRES 6/30/2018) -ACTIVE LACEY GENERAL BUSINESS#6172 (EXPIRES 6130/2018) -ACTIVE +? #yv I LICENSING RESTRICTIONS: � 4 Not licensed to hire miners without a 'Minor Work Permit. fry' r I IC I �) de i;y llaic c:ge�cesaru'rrt list tlin registrations, e rtdcttse 6r�rrtts and IicearysNs [�taCl7orezccl for the f usincss yaccepting .S g e licensee certifies the infcarrn atinn nn the application lication ' above. n arr�td fi art xt�aa Choldcrctair�wnt,t�h tvaa a:urvtylet<=,trine, �,nr9 dccite�ate to the hest of his or her krycrwledgv,and ilt,at htr,banr>ss u+n9l be _ . �*.��" ._ ...... . .... �... ...,.._.w _ .,.._.._. h� �'" r:rndea tccllaacornl,)Iiancewith allappiiradslewa liingtonstate,county and cityaegaalations Dirvoor,t.7e,,padr4roce�va�nr, f4m ue �,7e�r�i+�kam.x�ru?��!^.u�,.r.e�„m,ra;kL.d,er5x.�"" �u.Wu�.a Mw'.uo.ms�.,+[rtrmi�A�xmm.mid urrw^w� nirm�„wio�A�d eu rr .rmnm i.wv...��r,ix gun,. d �✓i"�-. ame n.,ia+..,', �,��r. .+v,�, .�.� � �l� ,au,��Mo-�:e�!,.nH Li,n nti r,5xiwi�no',�`.W:1'' o. naomu.,.. .�G bswe�,.3 Heavy-Highway Construction �l �J ' �� An Equal t")ppcammity July 25, 2017 1. ST "1"UA"1'ORY REQUIREMENTS U11 1:,l'V1ENTS 1.4 STATEMENTS To Whom It May Concern: This statement is to certify that Scarsella Bros., Inc. has not been disqualified from bidding can any public works contract under RCW 39.06.010 or 39.12.05(3) in the past three (3) years. Should you have any questions or concerns, please feel free to cull. Sincerely, l 0 ;c c t Sear, las �Jice President 11.'0,Box 68697 Seattle,Wasltingtott 98168-0697 Tel.. (253) 872-7173 Fam (253) 395-12019 AK Lic. #34714 AZ Lic. #ROC249216 . CA Lic. #779354 b ID Liu. , 10394-Un imiled-1-2 m,r Lic.#146627 p ND Uc.#44607 . OR 9..,ic.#'fi1414 - t.T l,ic. 7646917-.5551 • WA laic.#SC.ARSB11413138 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Sinnema Quaale Upper Revetment Reconstruction $6,565,495.00 01/17 06/22/15 Contract No. 97415 King County,201 S. Jackson, Ste. 600, Seattle, WA 98104-3855 Chase Barton, 206-477-4854,chase.barton@kingcounty.gov Type of Work: bank Revetment/Site Work(Prime),Estimated Cost of Prime Work 709/4 BNSF WSDOT ARRA"Task 3 Eavan I Slope Enhanccmcnt $854,652.00 12/16 08/15/16 Contract No. 9986 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave.S.,Suite 2D, Seattle, WA 98134 Ryan Chan,206-625-6423, ryan.ch an(tbbnsf.coin Type of Work: Embankment(Prime), Estimated Cost of Prime Work 90%, Runway 16C•- 34C Reconstruction Project $51,844,012,12 12i16 03/16/15 Contract No. 3 1813 1 Port of Seattle,2529 So. 194"'St., Sea3'ac, WA 98188 Todd Rehm,206-787-5747,rehm.t((i),portofseattle.org Type of Work: Runway Reconstruction (Bid as Scarsella Bros. Inc.—Acme,A Joint Venture), (Prime) Estimated Cost of Scarsella Bros. Inc. Work 40%, West Snoclualmie Valley Rd NE(NE 80"'St. to Ames Lake- $3,8211,901.00 12/16 3/15/16 Carnation Rd N1 ) Contract No. 99415 Icing County,401 Fifth Ave. 3"' Floor, Seattle, WA 98104 Jeff McCarthy,206-423-1086,jeff.iiiecartiiy@kingcotiiity.gov Type of Work: Road Construction,(Prime),Estimated Cost of Prime Work 500/() S. Spokane St. @ 1-5 Seismic Backbone $1,136071.00 1 1/16 09/01/16 Contract No. 2015-080 City of Seattle,P.O. Box 94687, Seattle, WA 98124-4687 Shawlie Cochran, 206-255-6713, Shaunie.cocttrart@scattle.gov Type of Work: Utilities, (Prime), Estimated Cost of Prime Work 80% So. 228"'St Grade Separation (cL UPRR $143,280.00 10/16 09/12/16 Pier 2 Bridge Shaft Construction Contract No. 07-3022 Owner: City of Kent,220 Xh Ave S., Kent, WA 98032-5895 Jason Barry, 253-956-5546,jbarry@keiitwa.gov Type of Work: Site Work, (Subcontractor to SB Structures, LLC) SR518 I/C Restoration at Des Moines Memorial Dr. $982,701.00 10/16 06r20/16 Contract No. 318406 Port of Seattle. P.O. Box 68727, SeaTac, WA 98168 Todd Rhem, 206-787-57,17,relun.t@,,portseattle.org Type of Work: Interchange Restoration (Prime), Estimated Cost of Prime Work 40% 1-90 Mullan to Montana State Line, WB & EB Lanes $6,279,04 3.00 10/16 04/13/15 Contract No. 7875 Idaho Transportation Department,600 W. Prairie Ave., Coeur d'Alene, 11) 83815-8764 John Perfect, 208-772-1224,jahn.perfect,,'itd.idaho.gov Type of Work: Highway (Prime), Estimated Cost of Prime Work 40% Construction Logistics Expansion S2,291,647.00 10/16 02/19/16 Contract No. 19315 Port of Seattle, P.O. Box 68727, Scat ac, WA 98168 Alisa O'Haver-Ayala,206-787-1447, O'Fi aver.A ctportseaulemrg Type of Work: Site Work Wriate), Estimated Cult of l)r inte Work OW'/, 6 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPI.,I:TION DATE START DATE Mellen St. to Blakeslee Junction Stage 2 S49,091,281.00 10/16 08.!05/13 Contract No. 8473 WSDOT, 1411 Rush Rd., Chehalis, WA 98532-8721 Colin Newell, P.E., 360-740-8603,newelle@wsdot.wa.gov Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% I-90 Golf Course Rd-Improve Park & Ride Lot $1 18,474.00 09/16 09/06/16 Contract No. 8956 WSDOT,2809 Rudkin Rd,Union Gap, WA 98903 Scott Golbek, PE 509-577-1880,golbeks@wsdot.wa.gov Type of Work: Site Work,(Prime), Estimated Cost of Prime Work 80% Vicinity MP 88 Slide Slope Stabilization $648,391.50 09/16 08/15/16 Contract No. 8936 WSDOT, 821 Airport Ct. SE, Tumwater, WA 98501 Dewayne Matlock, PH 360-570-6750 rnatlocd@wsdot.wa.gov Type of Work: Emergency Slope Stabilization,(Prime), Estimated Cost of Prime Work 80% South Big Lake Road Realignment S5,449,339.00 09/16 10/10/13 Contract No. 14032 Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer,Alaska 99645 Michael Camptield,907-745-9811,tncarnpfield@matsugov.us Type of Work: I lighway(Prime). Estimated Cost of Prime Work 60% So. 352"d St. Extension(Pacific Hwy. S. to Enchanted Pkwy S.) $2,740,627.00 08/16 02/01/16 Contract No. 15015 City of Federal Way, 33325 81h Ave. S.,Federal Way, WA 98003 Naveen Chandra, O:253-835-2729, C: 253-797-6820,naveen.chandra@cityoffederalway.corrt Type of Work: Highway Construction (Prime), Estimated Cost of Prime Work 40% Nine Canyon Road(Beck Rd. to Mills Rd.) S1,851,295.00 07i16 02/22/16 Contract No.1922 Benton County, P.O. Box 1001, Prosser, WA 99350-0954 Bryan Thorp, 509-786-5611, bryan.thorpe@co.benton.wa.us Type of Work: Site Work(Prime), Estimated Cost of Prime Work 70% Puyallup River Bridge—Bridge Replacement $1,114,003.00 07/16 02/02/15 Contract No. 8685 WSDOT, P.O. Box 47354, Olympia, WA 98504-7354 Dan Selby,(Selby Bridge-Contractor) 360-696-2675,DBSelby@msn.com Type of Work: Bridge Replacement(Subcontractor to Selby Bridge) HSIP: Parks Hwy. Grade Separation 2014 Design Build- $1,132,006.00 06/16 03/07/16 Montana Crossing Contract No.102938 Alaska DOT,41 1 1 Aviation Ave., Anchorage, AK 99519-6900 Kyle Johnson, (Kiewit Infrastructure West Co.-Contractor)360-693-1478,kyle.johnson(tP;kiew it.coin Type of Work: Site Work (Subcontractor to Kiewit Infrastructure West Co.) ST2 (rack Improvement Project- Easement 3 $6,289,839.00 06116 06/29/15 Contract No. 8161 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Chuck Moore,206-625-621 1, Cltuck.Moore(rbhnsCcom Type of Work: Track Embankment, Bridges& Retaining Walls(Prime), Estimated Cost oC Prime Work 52% 7 COMPLT:TED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE SR99/W Fork Hylebos Creek-fish Passage $1,340,282.00 06/16 06/01/15 Contract No. 8698 WSDOT, 6431 Corson Ave. So., Seattle, WA 98108-3445 Mike Askarian, 206-768-5862.askarini@;wsdot.wa.gov 'Type of Work: Creek Realignment(Prime), Estimated Cost of Prime Work 60% Bogard Road Extension East $19,436,852.00 06/16 06/18/14 Contract No. 14121 Matanuska-Susitna Borough, 350 Fast Dahlia Ave., Palmer, AK 99645 Pierre Stragier, P.E.,907-861-7727,pierre.stTagier@iiiatsugov.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Tumwater Auto Dealership Project $186,700.00 05/16 05/02/16 Contract No. 16-04 BJR Holdings, LLC,2225 Carriage Dr. SW,Olympia, WA 98502 Lorenz_Schock,(Schock&Co.-Contractor)360-918-6204, Lorenz@schockandco.com Type of Work: Site Work (Subcontractor to Schock&Co.) Retreat Meadows -356'"St. Sewer S136,605.00 05/16 03/21/16 Contract No. 2016.01 Landmark Homes, Inc., P.O. Box 26116, Federal Way, WA 98093 David Litowitz,253-927-61 16,djlito(q,)comcast.nct Type of Work: Sewer(Prime), Estimated Cost of Prime Work 1.00% Spencer Creek Business Park Site Pre-Load $1,039,900.00 05/16 02/01/16 Contract No.2015-47 Port of Kalama, 110 W. Marine Dr., Kalama, WA 98625-9500 Eric Yakovich, 360-673-2337, eyakovich@portofkalama.com Type of Work: Site Work, (Prime), Estimated Cost of Prune Work 100% I-405,NE 6"St.to 1-5 Widening& Express Toll Lanes $16,977,701.00 04/16 07/16/12 Contract No. 3800 WSDOT, P.O. Box 47354, Olympia, WA 98504-7354 Billy Gaynor, (Flatiin-Prime Contractor)760-916-9100, bgaynor@flatironcorp.com "Type of Work: Highway(Subcontractor to Flatiron) BNSF WSDO"T ARRA 'Task 17 Slope Stabilization $3,716,271.00 03/16 8/17/15 Contract No. 8259 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S„ Suite 2D, Seattle, WA 98134 Ryan Blumer, 206-625-6146,james.hlumer@bnsfconi Type of Work; Slope Stabilization (Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US2.0 PMF: UPRR-Eddyville(Ph. 3) Corvallis-Newport Hwy. $41,567,739.00 03/I6 05/05/14 Contract No. 14670 Oregon DOT,3700 SW Philomath Blvd.,Corvallis, OR 97333 Steve SCIIL147., P.M., 541-757-4104, steven.schultz(u),udot.stale.or.us Type of Work: Highway(Prime), Estimated (::ost of Prime Work 40%, Snohomish River 13ridg.e to US 2 Vic-Widening& Sal"ety S77.188,081.00 03,116 06/27/1 1 Contract No. 8128 WSDOT,9029 El Capitan Way, Everett, WA 982108-3637 Tim Nau.,425-225-8726, naut a;wsdot.wa.I;ov 'Type of Work: Highway& Bridge Wurk(Prime), Estimated Cost of Prime Work 40% 3 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Shore Rd. to Kitchen-Dick Rd Widening $28,037,718.00 02/16 01/07/13 Contract No. 8376 WSDOT, 1707 South C Street, Port Angeles,WA 98363-7456 Jerry Moore, P.E.,360-565-0620, niooreje@wsdot.wa.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 35%, OHOP Vicinity Slide— Emergency Slope Stabilization $552,252.00 01/16 08/25/15 Contract No. 8792 WSDOT, 921 Airport Ct. SE,Tumwater, WA 99501 Steve Fuchs, PE,360-570-6752,ftichss@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime), Estimated Cost.of Primc Work 9011% Denali Highway MP 120 River Encroachment $416,743.00 12/15 1 1/20/15 Contract No. 750 Alaska Department of"Transportation&Public Facilities,2301 Peger Rd.,Fairbanks,AK 99709-5316 Scott Woster,907-45 l-5461, scott.woster q,alaska.gov Type of Work: Embankment Stabilization(Prime), Estimated Cost ol'Primc Work 901/o SR6, Rock Creek Bridges-Replace Bridges 6/102&6/103 $1 1,745,407.00 12/15 04/23/14 Contract No. 8572 WSDOT, 1411 Rush Rd.,Chehalis, WA 98532-872I Colin Newell, P.E.,360-740-8603, newellc@wsdot.wa.gov Type of Work: Highway/Bridge(Primc'), Estimated Cost of Prime Work 40% Task 4--Kelso to Martins Bluff $9,625,968.00 12/15 01/05/15 Contract No.7164 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave.S., Suite 2D,Seattle, WA 98134 William Dombrow,206-625-6386, William.Dombrow(cr�,bnsf.com Type of Work: Site Work(Primc), Estimated Cost of Prime Work 100% Bayside Revisions Phase I11 $2,446,033.00 11115 8/10115 Contract No. 8278 Burlington Northettit&Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 2D,Seattle, WA 98I34 Taylor Smith,206-625-6386 taylor.sniith@bnsf',com Type of Work: Site Work(Prime), Estimated Cost OI'Prime Work 800/o 2013 Federal Way Downtown Sewer'Trunk Upgrade-Ph. 1 $1,689,889.00 11/15 02/10/14 Contract. No. 131 170 Lakehaven Utility District, P.O. Box 4249, Federal Way, WA 98063 Tim Osborne, District PM, 253-945-1582, tosborne@lakeliaven.org Type of Work: Sewer Main Installation (Prime), Estimated Cost of Prime Work 75% SR 532 Davis Slough Bridge Replacement Widening for Mood Prevention $1 1,848,671.00 08/15 08/04.14 Contract No. 8623 WSDOT, 1109 F. I-lickox Rd., Mount Vernon, WA 98274-7775 Shane Spahr, P.F.,360-757-5856, spahrs(�wsdot.wa.gov Type of Work: Site Work!Rridge Replacement (Primc), Lstimated Cost ol"Prime Work ,lW,'0 Judy WTP to Sedro-Wool ley Transmission line, Ph. 1 $899,613.00 08/15 05/26/15 Contract No. 15359001 Skagit County PUD No.], 11.0. Box 1436, Mount Vernon, WA 98773-1436 Mike Beaton, 360-848-44s9, Benton(ri; kagitpucl.Org, Type of Work: Water"Transniission Pipeline (Prime), I:stitnated Cost of Prime Work 60�,0 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE S'T'ART DATE Spokane Int'I Airport,Taxiway Reconfiguration Ph 11 (2015) $2,020,414.00 07/15 04/07/l5 Contract No. 1211 Spokane International Airport, P.O. Box 19186,Spokane, WA 99219-9186 Robert Scghetti(Prime Contact) 509-242-1234 Type of Work: Site Work(Subcontractor to Acme Concrete Paving, inc.) Williarn R. Fairchild Int'l Airport GA Development-Access Rd lmpr. $985,483.00 07/15 06/09/14 Contract No. 35300 Port of Port Angeles, P.O. Box 1350, Port Angeles, WA 98362 David Williams(Consultant: WH Pacific, Inc.),425-951-4876,dwilliams@whpacific.com Type of Work: "taxiway Site Work(Prime), Estimated Cost of Prime Work 50% South of Laurel-RR Overpass $9,877,043.00 07/15 09/30/13 Contract No. 3913 Montana DOT, P.O. Box 201001, Helena, MT 59620-1001 Suzy Price,406-444-6215,suprice@mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% Reddington Levee Setback $7,773,980.00 06/15 06/10/13 Contract No. 81713 King County,401 Fifth Ave., CNK-ES-0340, Seattle, WA 98104 Erik Peters,206-477-4797, erik.petci-. a@kingcounty.gov Type of Work: Levee Improvements (Prime), Percent Complete 98%, Estimated Cost of Prime Work 80% US 95, Garwood to Sag[e, Athol Interchange $28,470,384.00 06/15 09112/1 1 Contract No. 7589 Idaho Transportation Department, District I, 600 W Prairie Ave.,Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253, marvin.fenn@itd.idalto.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Pothole&Fix Water Leak Adj. to Fed-Ex Bldg. $41,114.18 05/15 04/22/15 Contract No. 15002 Port of Seattle, P,O, Box 68727, Sea'Tac, WA 98168 Anna Lear,253-627-8155, alcar(�generalmechanical.com Type of Work: Water Leak Repair(Subcontractor to General Mechanical) Delta Yard Revisions-Phase 11B, Everett, WA $1,094,861.00 05/15 11/17/14 Contract No. 6852 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 21), Seattle, WA 98134 Taylor Smith, 206-625-6386,Tay[or.Smith(a�bns1.corn Type of Work: Site Work(Prime), Percent Complete 95%, Estimated Cost of Prime Work 100% Sonoma Villero Drainage Improvements $600,935.00 04/15 05/27/14 Contract No. 3 80200 1 Sonoma Villero Homeowners Association, 1 121 l Slater Avc. NE, Ste, 150, Kirkland, WA 98033 Michael Allen,206-321-9184,coaclimallen(i)gmail.com "Type of Work: Drainage improvements(Prime), Estimated Cost of Prime Work 100% Dike 3 Seepage & Seismic Mitigation Project $493,520.30 03/15 12/08/14 Contract No. 54694 Cascade Water Alliance, 520— 1 12'r' Ave, NE, Suite 400, Bellevue, WA 98004 Jon Shimada,425-283-0367,jshimadir(a�,cascadewater.org Type of'Work: Dike Seepage & Seismic Mitigation(Prime), Estimated Cost of Prime Work 909'0 ;0 COINM1'LL E,I)CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Penstock Replacement Protect $3,601,01 1.00 03/15 t0/30/14 Contract No. 3013 Legrow Water Company, P.O. Box 1601,Pasco, WA 99301 Gary Weatherly(Consultant-JUB Engineers), 509-783-2144,gweatlierly@jub.conr Type of Work: Install 20,000' of 72"&54"&7,000' 44"Welded Steel Transmission Pipe(Prime),Estimated Cost of Prime Work 75% Kentview Sanitary Sewer Interceptor $898,328.00 12,114 08125/14 Contract No. 10-3003 City of Kent,220 Fourth Ave.So.,Kent, WA 98032 Phil McConnell,253-856-5542,prneconnell@kcntwa.gov Type of Work: Sanitary Sewer Pipe Installation(Prime),Estimated Cost of Prime Work 70% So. 251"St_ Slide Repair S195,594.00 11/14 10/27/14 Contract No. 3 1961 1 City of Des Moines,21630 1 1`r'Ave S.,Ste. A,lies Moines, WA 98198 Tommy Owen,206-870-6870,tower@desmoineswa.gov Type of Work: Slide Repair(Prime), Estimated Cost of Prime Work 60% Upper Carlson Floodplain Restoration $1,932,782.00 11/14 06/16/14 Contract No. 89214 King County,201 S. Jackson St., Ste. 600,Seattle, WA 98104 Dart Eastman, P.E.,206-477-4684,dan.eastrnan(ti),kingcounty.gov Type of Work: Floodplaui Restoration(Prime), Estimated Cost of Prime Work 70% Re-Regulation Reservoir: Embankment Const. & Mass Exc. $8,423,767.00 11/14 06/02/14 Contract No. 209407 Roza Irrigation District, P.O. Box 810, Sunnyside, WA 98944 Wayne Sonnichsen,509-837-5141,wsonnichsen(7roza.org Type of Work: Mass Excavation(Prime), Estimated Cost of Prime Work 100% 1-5, Portland Avenue to Port of'racoma Rd-NB HOV Stage 1 $15,774,492.00 10/14 08/03/10 Contract No. 7946 WSDO-r,7912 Martin Way,Suite E,Lacey, WA 98516-5703 Neal Uhlmeyer,P.E., 360-412-3421,uhlrrteyn@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 55% Parks Highway Connection Machen Rd. Ext. $3,045,043.00 10114 04/28/14 Contract No. 14118 Matanuska-Susima Borough, 350 E. Dahlia Ave., Palmer, Alaska 99645 Michael Campfield,907-745-981 L meampFiield@nratsugov.us Type of Work: Highway(Prime), Estimated Cost of Prince Work 50% Coal Creek Culvert Replacement $3,395,568.00 9/14 04/08/13 Contract No. 13016 Cijy of Bellevue Utilities, P.O. Box 90012. Bellevue, WA 99009-9012 Bruce.Jensen, P.G. 425-452-7240,hjensen@jbellevuewa.gov Type of Work: Culvert Replacement (Prime), Estimated Cost ol'Primc Work 60% US 95, Garwood to Sagie, Chitco Sty& US-95 Garn%ood 5'14,628,550.00 09/14 08/01,1 l to Sagle Silverwood tits;. Contract No. 7584 Idaho Transportation Department, District 1,600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253. mar vin.Jenn�iJitd.idaho.gov Type of Work: Highway(Prime). Estimated Cost of Prime Work 4094, I1 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Deer Park/US 101 Intersection Improvement S5,110,321.00 08/14 08/05/13 Contract No. 1202 Clallam County, 223 E. Fourth St., Ste. 6, Port Angeles, WA 98362 Joe Donisi, PH, 360-417-2404,jdonisi(aco.clallum.wa.us Type of Work: l lighway(Prime), Estimated Cost of Prime Work 40% Index Galena Road MP 5.8 $195,280.70 8H14 09/04/14 Contract No. 914 Snohomish County, M/S 9507, 3000 Rockefeller Ave., Everett, WA 98201-4046 Charles Mathison,425-388-3488, Ext. 6673, charles.mathison@snoco.org Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% Lauridsen Boulevard Bridge Replacement $4,685,578.00 08/14 07/29/13 Contract No.4299 City of Port Angeles, 11.0. Box t 150, Port Angeles, WA 98362-0217 Jim Mahhtm, P.E., 360-417-4701,jmahlum@cityofpa.us Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Trunk Road Reconstruction, Phase 11 S14,233,817.00 08/14 04/23/12 Contract No. 51 132 Alaska Department of Transportation, Y.O. Box 196900, Anchorage, Alaska,99519-6900 John Waisanen, P.E., 907-244-4511,john.waisanen@alaska.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Kent/AUbunl Conveyance System Improvements $4,522,861.00 08/14 03/18/13 Contract No.42009 King County,201 S. Jackson St., Rm. 508, MS: KSC-NR-0508, Seattle, WA 98104-3855 Sue Hildreth, Capital Project Manager 111,206-477-5537,susan.liildreth@kingcounty.gov Type of Work: Pipeline(Prime),Estimated Cost of Prime Work 75% Sand to Lind Double Track Project $2,434,107.00 06/14 09/16/13 Contract No.4950 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg,206-625-6264, donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 84%, Estimated Cost of Prime Work 60% Cunningham to MP 101.3 Double Track Project $2,403,201.00 06/14 09/16/l3 Contract No.4951 Burlington Northern&Santa Fe Railway Co., 2454 Occidental Ave.S., Suite 2D,Seattle, WA 98134 Don Omsberg, 206-625-6264,donald.onisberg@bnsf.coin Type of Work: Site Work(Prime), Percent Complete 96%, Estimated Cost of Prune Work 60% Westof'Richey West $9,805,086.00 05/14 08/12/13 Contract No. 13513 Montana DOT, P.O. Box 201001, 1 lelena, MT 59620-1001 Suzy Price,406-444-6215, suprice(rz)rnt.gov 'type of Work: Highway(Prime). Estimated Cost of Prime Work 75% Middle Nemah River Bridge, Replace Bridge $1,198,541.00 04/14 06/03/13 Contract No. 8344 WSDOT, 2400 Talley Way, Kelso, WA 98626 Contact: Denys Tak, 360-442-1341. takdeny@wsdot.wa.gov Type of Work: Site Work, (Subcontractor to SB Structures. LLC) 12 COMPLETED CONSTRUCTION PRO.IECTS CONTRACT AMOUNT COMPLETION DATE START DATE Jack and Bore $48,700.00 06/14 06/02/14 Contract No. 13597 Town of Lind, P.O. Box F, Lind, WA 99341 Joseph Pessutti, 509-998-6650,jpessiitti@.hughes.net Type of Work: Install 16" Steel Casing& 8" DI Pipe(Prime), Estimated Cost of Prime Work 65% SR105 Heather Rd& US101 0.5 Miles N or Raymond-Cult' Rehab $315,758.00 03/14 09/30/13 Contract No. 8515 WSDOT,2400 Talley Way, Kelso, WA 98626 Lori Figone, P.E., 360-442-1370, tigonelnwsdot.wa.gov Type of Work: Highway(Prune), Estimated Cost of Prime Work 70% Smith Creek&North River Replace Bridges $16,017,104.00 02/14 10/17ii2 Contract No. 8345 WSDOT,2400 'Palley Way, Kelso, WA 98626 Paul Harrison, P.E., 360-442-1370,harrisp@wsdot.wa.gov Type of Work Highway (Prime), Estimated Cost of Prime Work 40% SE of Dupuyer—SE $6,771,275.65 11/13 04/08/13 Contract No. 12812 Montana Department of'I'ransportation, P.O. Box 201001, 1 lelena, MT 59620-1001 Mike Klette, P.E.,406-278-7078, mklette@nit.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 65% BP/OPL Coal Creek Culvert Replacement $67,454.00 11/13 09/16/13 Contract No. 1761 Owner: BP/Olympic Pipe Line Company Prime: Snelson Co., 601 W. State St.,Sedm Woolley, WA 98284,Contact: Dave Walker,360-661-3535,dwalker@snelsonco.com Type of Work: Traffic Control, (Subcontractor to Snelson Companies) Custom Plywood Site-Ph. 11 Interim Remedial Action $1,800,981.00 11/13 07/15/13 Contract No. 1300198 Washington State Dept. of Ecology, P.O. Box 47600, Olympia, WA 98504-7600 Prime Contractor: Orion Marine. Group, 1 1 12 E. Alexander Ave.,Tacoma, WA 98421 Stuart Moore,, 253-552-1 140,smoore(i-,)orionmarinegroup.com Type of Work: Excavate/Load/Furnisli/Place Material (Subcontractor to Orion Marine Group) Alder Canyon Slide Fmergency Slope Stabilization $527.946.00 10/13 07/08/13 Contract No. 8474 WSDOT,6610 16`r'St. E., Ste. A, Fife, WA 98424 Jon Deffenbacher, 253-365-6700,deffenj@wsdot.wa.gov Type of Work: Emergency Slope Stabilization (Prime), F,stirnated Cost of Prime Work 40% Totem Lake Twin 42"Culvert Replacement S2,262,1 17.00 10i13 05/13/13 Contract No. 213 City of Kirkland, 123 Fifih Ave., Kirkland, WA 98033 Noel Hupprich, P.E.425-587-3829, Nhupprich(ir)kirklandwa.gov Type of Work: Culvert Replacement (Prime), Estimated Cost of Prime Work 40% NE. Novelty Hill Rd., Phase I $18,384,893.00 10/13 03/28/1 l Contract No. 52510 King County,401 Fifth Ave. 3`1 Floor, Chinook Bldg., Seattle, WA 98104 Jeff McCarthy, 206-423-1086,jefCmccartliyCt)kitigcounty.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% 13 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE US-30, S Main St to Jet SH-34,Soda Springs $732,027.00 07,113 05/13,113 _ Contract No. 7715 Idaho Transportation Dept., 3311 W. State St., Boise, ID 83703 Tom Cole 208-239-3377,tom_cole@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 30% M Street SE Grade Separation $11,827,023.00 07/13 02/21/12 Contract No. 1101 City of Auburn,25 West Main St., Auburn, WA 98001-4998 Ryan Vondrak,P.E.,253-931-3086,rvondrak@auburnwa.coni Type of Work: Grade Scparatioa/Bridge Underpass(Prime), Estimated Cost of Prime Work 50% Cashmere Mill Site Remediation $1,047,655.00 06/13 03/18/13 Contract No. 208020 Port of Chelan County,238 Old Station Rd.,Ste. A, Wenatchee,WA 98801 Laura Jaecks, 509-661-3118, Laura@ccpd.coni Type of Work: Site Remediation(Prime), Estimated Cost of Prime Work 80% Well 1 Transmission Main $1,512,092.00 05113 10/10,112 Contract No. 1204 City of Auburn,25 West Main St.,Auburn, WA 98001-4998 Robert E. Lee 111,253-804-5071,i-lee@aubuinwa.gov auburnwa.gov Type of Work: Water Transmission Main(Prime), Estimated Cost of Prime Work 70% McAllister'lansmission Main $3,150,176.86 05!13 10/01,112 Contract No. 37 City of Olympia, P.O. Box 1967,Olympia, WA 98507-1967 Tim Richardson, P.E., 360-753-8749,trichard@ci.olympia.wa.us Type of Work: Welded Steel Water Transmission Main(Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US20 PME: UPRR-Eddyville Corvallis-Newport Hwy. $7,545,029.00 04!13 06/29/12 Contract No. 14473 Oregon DOT, 3700 SW Philomath Blvd.,Corvallis,OR 97333 Steve Schultz, 541-757-4104,steven.schultz@odot.state.or.us `type of Work: Highway(Prime), Estimated Cost of'Prime Work 45% Wahkiakum County Run-Off Rd& Intersection Safety $45,507.80 03/13 01/07/13 Contract No.42011 Wahiakum County, P.O. Box 97,Cathlamet, WA 98612 Carl Stewart, (Frank Gurney, Inc.-Prime Contractor)509-535-3069, fgumey(a)corn cast.net Type of Work: Site Work(Subcontractor to Frank Gurney, Inc.) Fermin to Wister, CA on Railroad's Yuma Subdivision S27,391,918.50 02i13 04/04/1 1 Contract No.47637 Union Pacific Railroad Company,631 S. 7''' St.. Phoenix, AL 85034 Danny King,971-404-6022,dking,a;up.coni I ype of Work:Grading Subbailast for 22 Miles of New Main Track dlrime), Estimated Cast of Prime Work 75% SR 410, White River Bridge-Bridgc Scour S217,:137 00 011'13 0706!1 1 Contract No. 8087 WSDOT, 11203 Bridgeport Way SW, Lakewood, WA 98499 Jon Deffenbacher, PE. 253-589-6100, deflcnj`rhvsdot.wa.gov Type of Work: Bridge Scour(Prime), Estimated Cost of Prime Work 70% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Region 2 (PML) Rock Production _ $3,537,470.00 12/12 10/17/12 Contract No. 30512 3700 SW Philomath Rd., Corvalis, OR 97333 Gene Wilborn, 11U., 541-757-4156,gene.wilborn(a!odot.state.or.us Type of Work: Rock Production (Prime), Estimated Cost of Prime Work 70% Siding Extension at Senter, Idaho, Nampa Subdivision $833,605.00 12/12 09/17/12 Contract No. 53265 U FIR R, 280 S. 400 W., Suite 250, Salt Lake City, UT 84101 Erin E. Cully, 502-320-8547, eeeully@up.com Type of'Work: Siding Extension(Prime), Estimated Cost of Prime Work 90% 'thunder Hills Creek Mitigation Fish Barrier Retrofit $3,309,650.00 11/12 07/02/12 Contract No. 8260 WSDOT, 600 1081h Ave. NE, Suite 405, 13cllcvue, WA 98004-5101 Gil McNabb, P.l?. 425-456-8643,mcnabbggwsdot.wa.bov 'hype of Work: Fish Barrier Retrofit(Prune), Estimated Cost of Prime Work 80% Runway 10-28 Crown Conversion& Longitudinal Gradient Adj. $8,881,126.00 11/12 07/02/12 Contract No. 1028 Port ol'Skagit, 15400 Airport Dr., Burlington, WA 98233 Matt Cavanaugh, P.C.,(Consultant-Precision Approach Engineering)425-417-5010,mcavanaugh@prcappinc.com Type of Work: Airport Site Work(Prime), Estimated Cost of Prime Work 35% Frontage Rd. Jet. S11-53 to Chilco $3,478,842.00 11/12 06/15/12 Contract No. 7601 Idaho Transportation Dept., District 1, 600 W Prairie Ave., Coeur d'Alene, 1D 83815 Marvin Fenn, P.E., 209-772-1253,marvin.fenn@itd.idaho.gov itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% SR 522, US 2 Interchange Flyover Ramp $16,243,358.00 06/15 07/06/10 Contract No. 7938 WSDOT, 9029 El Capitan Way, Everett, WA 98208-3637 Amir Ahmadi, P.E., 425-225-8700, ahmadia(i,wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Grapeview Loop Road $3,590,214.00 10/12 04/30/12 Contract No. 1379 Mason County Dept. of Public Works, 100 W. Public Works Dr., Shelton, WA 98584 Melissa McFadden, P.E., 360-427-9670, Ext.452,melissam@co.mason.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Port of Tacoma Rd to King Co Line Floodplain Mitigation Site $505,583.00 09/12 08/13/12 Contract No. 8325 WSDOT, 6610 16"'St. E_; Ste, B, Fife, WA 98424-1568 MaryLou Nebergall, P.E.,253-365-6750,nebergm,�Pwsdot.wa.gov Type of Work: Highway(Prime), Estimatcd Cost of Prime Work 60`,,v Parks Road Rcconstruction—Schedule: 1 $440,358.00 09112 06/25/12 Contract No. 2012.02 Lakes Highway District, 11341 N. Ramsey Rd., llayden, ID 83835 Eric Shanley, P.E., 208-772-7527, cricr�?lakeshighwaydistrict.com Type of Work: Highway(Prince), Estimated Cost of Prime Work 1001,10 i CCIMPLETEI) CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Siding Extension at Wapi, Idaho $737,740.15 09/12 05/14/12 Contract No. 50720 UPRR, 280 S. 400 W., Suite 250, Salt Lake City, UT 84101 I-Erin E. Cully, 502-320-8547, eecuIIy(h up.coin Type of Work: Siding Extension (Prime), F.,stimated Cost of Prime Work 90% Hawks Prairie Park& Ridc facility Construction $2,912,912.00 09/12 04/09/12 Contract No. 1203 Intercity Transit, P.O. Box 659,Olympia, WA 98507-0659 Robert Holcomb, P.E. (Consultant-KPFF Engineers)360-292-7230,bob.holcomb@kpf'.com Type of Work: Site Work(Prime), Estimated Cost of Prune Work 50% Site Preparation& Water System Extension $1,794,058.01 08/12 04/16/12 Contract No. 1201 City of Palmer,231 W, Evergreen Ave.,Palmer, AK 99645 Ton.Cohenour, Public Works Director 907-745-3271,tcohenour@palmerak.org Type of Work: Site Prep.& Water Sys. Ext.(Prime), Estimated Cost of Prime Work 90% Construct Roadbed for Switching Lead in the Pocatello Subdivision $995,99T20 08/12 10/01/I 1 Contract No.49 14 3 Union Pacific Railroad Company, 5424 SE McLoughlin Blvd., Portland, OR 97202 Ken Bobert, 503-702-6973,kabobert@up.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 95% Portncuf River Bridges $22,286,580.00 08/12 05/04/09 Contract No. 7217 Idaho Transportation Department, P.O. Box 4700,Pocatello, ID 83205-4700 Joe Pilttaja, P.E.,208-239-3337,joe.pihl,-ija@itd.idahc).gov itd.idaho.gov Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Southcenter Parkway Extension $16,906,318.00 07/l2 07/01/10 Contract No.2508 City of Tukwila,6200 Southcertter Pkwy., Tukwila, WA 99188 Bob Giberson, Public Works Director,206-433-0179, publicworks@tukwilawa.gov 'type of Work: Road Construction(Pritne)Estimated Cost of Prime Work 50% Sultan Basin Road Phase 111 $1,578,329.00 06/12 08/01/11 Contract No.6824 City of Sultan, :>19 Main St.,#200, Sultan, WA 98294 Sam Richard (Consultant-WH Pacific)425-951-4860,srichard@whpacific.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Sylvester Road Bridge it1052A $196,320.00 06/12 07/13/11 Contract No.C00617C 1 1 King County,201 S. Jackson St., Room 700, Seattle, WA 98104 Jeff McCarthy,206-423-1086,jeff.niccarthy@kingcounty.gov Type of Work: Site Work(Subcontractor to SB Structures I.I,C) Chilco West Waterline Extension Project $284,051.00 06/12 04/23/12 Contract No.41070 North Kootenai Water District, 1841 W. Hayden Ave., Hayden, 11.) 83835 Mike Galante, 208-772-3619, mikeg@.nkwsd.com 'hype of Work: Waterline Extension (Prime), Fstimated Cost of Prime Work 90% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Pour Corners Commons Excavation 2012 S1,280,903.00 06/12 04/16/12 Contract No. 2012.01 CIRI Land Development Co., 2525 "C"St.,Anchorage, AK 99503 William Prosser, Project Manager 907-240-8015, wprosser(ri)rntaonline.net Type of Work: Earthwork Improvements(Prime), Estimated Cost of Prime Work 95'Y6 lbpaz Bridge N/S $6,012,637.00 06/12 05/04/09 Contract No. 7223 Idaho Transportation Department, P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja, P.}:., 208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: Earthwork, Drainage& Wall Construction(Subcontractor to Idaho Construction Co., Inc.) Peola Road Reconstruction MP 1.57 to MP 7.84 $3,957,244.00 05/12 05/31/11 Contract No. 3654 Garfield County, P.O. Box 160, Pomeroy, WA 99347 Kevin Poole(Consultant, Riedesel Engineer),208-743-3818, kpooleng riedeseleng.com Type of Work: I lighway(Prime), Estimated Cost of Prime Work 60% Vancouver Bypass Seg, 101), Sewer Line Relocation $491,147.00 04/12 05/23/11 Contract No. 1401 Burlington Northern & Santa Fe Railway Co,,2454 Occidental Ave. S., Suite 213, Seattle, WA 98134 Mike Powrie 206-625-6144, michael.powric@bnsf,com Type of Work: Utility Work(Prime), Estimated Cost of Prime Work 90% Ritchie Bros., Inc.New Check-In and Auction Building S4,662,31 1.00 04/12 05/16/1 1 Contract No. 2159 Mountain Construction(Prime Contractor), 7457 So. Madison St.,"Tacoma, WA 98409 Jeff Stroud,253-284-0402,jeff@,M0L1ntainconst.com Type of Work: Site Work(Subcontractor to Mountain Construction) .Apple Tree Crossover-Vancouver Bypass $522,645.00 04/12 02/13/12 Contract No. 2328 Burlington Northern & Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Mike Powrie 206-625-6144,michael.powrie@bnsf.com Type of Work: Site Work (Prime), Estimated Cost of Prime Wotk 70% So. Kingston Rd. NF. Carpenter Creek Bridge @ MP 3.70 $605,923.00 02112 06/20/11 Contract No. 1573 Kitsap County,614 Division St., MS26, Port Orchard, WA 98366-4699 Jonathon Brand, P.E. 360-337-7121,jbratid@co.kitsap.wa.us "Type of Work: Roadway Improvements(Subcontractor to SB Structures, LLC) 185`1' Ave. N.E. Extension Project $1.567,933.22 021i12 03/0711 I Contract No. 101 197 City of Redmond, MS: INI'W, P.O. Box 97010, Redmond, WA 98073-9710 Steven Gibbs, P.E.,425-556-2729 Type of Work: Highway(Prime)Estimated Cost of Prime Work 50% Emergency levee Restoration, PL, 84-99 S1.100,625.00 02i12 01/05,112 Contract No. 120020 t1S Army Corps of'Engincers, ',cattle District,4735 E. Marginal Way So., Seattle, WA 98134-2388 Gene tiultan, 206-761-3649, ;ene.t.sultun�iT�usaccarmy.mil i'ype of Work: Levee Restoration ('Prime), 1_stintated Cost of !'rime Work I00'io 17 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Chilco East Waterline Extension Project $169,859.80 02/12 12/19/11 Contract No.41052 North Kootenai Water District, 184I W. Hayden Ave.,Hayden,ID 83835 Mike Galante;208-772-3619 Type of Work: Waterline Extension (Prime), Estimated Cost of Prime Work 90% Lincoln Avenue Grade Separation $21,617,648.00 02/12 08/24/09 Contract No. 68036 Port of Tacoma, P.O. Box 1837,Tacoma, WA 98401-1837 Trevor Thornsley,253-383-5841,tthornsley@portoftacoma.com Type of Work: Highway/Bridge(Prime),Estimated Cost of Prime Work 40% 18 Construction An Equal Heavy-Highway Opportunity Employer pg t a Experience .6 Constw-ii .tlo1L � orir 11 tit' lflltlLvLd I µ A, Searsella Bros., Inc. has Worked. With the City of Dent on several projects. l3, T`he following is a list of Scarsella Tiros. Inc. supervisory ffirce, along with their calrrent position/exilicrience and current commitments that may be valuable for the work on the S. 228"' St, Grade Separation at Union Pacific Railroad Joint Utility Trench project. 1. Don Scarsella„ Secretary 45 Years' experience, current project commitment 5-7 projects. 2. Robert Scarsella, Vice President 40 Years' experience, current project commitment 5-7 projects. 3. l�ichaard Scarsella, Vice President 35 Years' experience, current project commitment -7 projects. 4. Dick Krier, Project Manager 35 experience on various City, County and Metro projects. CurrentCommitment: None at this time P.O. Box 68697 . Seattle,Washington 98168-0697 • Tel. (253) 1172.7173 • Ia",= (253) 395-1209 AK Lic, #34714 ®. AZ Lic, #ItOC249216 + CA Lic..#779354 . ID Lic. /H0394-1. nliniited-1.-.2 NIT Lic.#146627 - ND Lic.#44607 . Olt Lic.#96384 UT Lic.#7646917-5551. . WA Lic.a SCARSBI183B8 Heavy ttart,hwapyr An E i al �kdaaa ihi '�I Employer Nlajor Equipment List 6 �"�n � tf. d.aV�:�,t�d7drrC1'7F„Y'y i Qly N' a rir4iofl _(Ij C r!sr ri1)ti n~t Track Dozers, Rubber Tiretriock Loaders 7 Cat IT 2R, 930G 2 4'ew«at gar.JD 450D, G YCLT 1 3U 644E 2 Cat or JD 550G, L.GP 3 Trojan 1500, 170 12 Caat C.6D, G, G LCaP, H, H LGP, R or 3D550 4 Cat 95C a Cat D-7H, R 1 Cat 956E 14 Cat D-8H, K, Fai, R 3 Caat.980C, F, F=, 11, G (-'at D-9H, N, R 6 Cat 9885, F, FH 7 Cat D-ION, R 2 Cat 992B, C flubb r Tire o rs Rubber T"re L ader/ aackh oes 3 Cat 82 B, C 12 Case 580C, E, Super E, Supor K, L, SE Scrapers Track Excavators rs Cat 62. E, F 3. Kornaatsu PC:7 5 Cat 631D 2 Kornaatsu PC128US-2 1.4 Cat 551E 3 Kcarraaatsr.r PC160LC 4 t C 3 7D, E C twtaralaatSU PC20OLC-5,7 Kcar"raaatSU PC22 LC-SY U'SLC-3, US-2 Water Wagons 5 Korraaatsu PC3,001.C-5,7 2 Cat 521B, C S Cat 920CL 6 Kcarnatsar PC40OLC-5,5,7 Motor Graders 2 Cat 24.5, B, 5 Mass Excavator, F3 Series II 1 Cat 120E 3 Kcarriaatsu PC60OLC-7 (2005) 2 Cat 130G 2 Komatsu PC750t.C""-G (2000) Cat 140G, 1-i 1. Kraraaaatsrr PC1CtOOLC-1 , (1,991) 7 Cat 14G, H 1. Komatsu PC11001_C-6 (1999) -S Cant 16 R iiers/Co�rr pa to rs Off Roaad` ruck Tractors 10 Harnm 6 01 Mack CL71:3 S Dynaapaac CA 3G2D Vibratory 2 01 Maack CL715 `Fri..Drivaa 2 Cat 825C Compactor n. O, Box 0l697 �vaaf€rrr, ll'vadfingWn 98168-0697 °frr. (2�3) Sr72 7173 , rmc: l253a395-1209 AK L.is &'"',17'I 1r � r7 77�f Ac. aa7 U7r.r��,,CFE�9?.1 ri� � CA Lic. �r7 7'7a:'�.y4 - H) �Lic. a�'.a�.,1'ac' x�a"r+�( ,4,') - ND Lic,.#4460'/ m CM Ira..a79W""M a UT l aa. �"Vl';k+4ta')17-555I - "VVA I.aa..,JSa..AR:mBI183B8 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 sixty (60) consecutive 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 I 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, requiremen and representations listed in the bid documents whether set forth by the City or by he Bidder. DATE: li,Gc ,�- O/7 L� J', ^rC NAME OF Signa2-2e Authoriz Representative G r7l✓'!re Cl� (Print Name and T ) Address 228`h Grade Sep at UPRR Joint Utility Trench/Smith 24 July 3, 2017 Project Number: 07-3022 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, . _Scarsella Bros. Inc. as Principal, and Liberty Mutual Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of live Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for S. 2281h St. Grade Separation at Union Pacific Railroad — Joint Utility Trench/Project Number: 07-3022 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance, thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall: be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 2 Scarsellia s. Inc PRE CIPAL LJttFrty Mutpl Insurappe ornpany Cynthia L. Jay, Atto ey-in-Fact f__P ------­­­­- ---------- --------- 2 0- Received return of deposit in the Sum of .......... 228"'Grade Sep at UPRR Joint Utility Tronch/SrTifth 25 July 3, 2017 Project Number: 07-3022 ............ THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits,the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No. 7778292 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS.That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty IfAutual Insurance Company is a =poratron duly organized under the laws of Ire State of Massachusetts. and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A.Kellner Annelies M. Hichie;Brandon K. Bush; Brent E.Heilesen;Carley Espiritu-Christopher C r!t�jq L.Jay, spne.M�Harcl , uric _._ Snas _Swanson;22L_y P_ sl-� A,Zimmerman; Heather L.Allen;James B. Binder;Jamie Diemer;Jon J.Oja;Julie R.Truitt; Karen C. J.Comfort all of the city of Tacoma state of WA each incfivldually if there be more than one narned,its true and lavAul atlorney-m-fact to make,execute,seal,acknowledge and colliver,for and on,its behalf as surely and as its act and deed,any and all undertakings,I recognizanres,and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been(July signed by the president and allested by the secretary of the Companies in lheirown proper persons, IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of One Companies and the corporate scais of the Companies have been affixed thereto this 23rd day of May 2017 N The Ohio Casualty Insurance Company N,A Liberty Mutual Insurance Company as C WesAmerican Insurance Company By: STATE OF PENNSYLVANIA ss David M.Carey',�ssistanl Secretary ro 47 COUNTY OF MONTGOMERY :6 Ina 0 Onthis 23rd daVof May 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberly I'Auturill Insurance U o) Company, The Ohio Casualty Company, and West Arnericin insurance Company, and that lie, as such, beirg aumorIzed so to do,execute the foregoing instrument for the Purposes 1 >,U) 4 � 0)W 0.2 therein contained by signing on behalf of the corporations by himself as a duty authorized officer. "(D > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my nolanat sell at King of Prussia,Pennsylvania,on the(lay and year lirst above written. 0 C1 Z 0 '®� AS�N C0MM0,N,WE1AL'TI-4 OF I`FNNSYu1VANIA r Ery� 0 Uppor'A,�irwn'rwp, �r�-sa-P,a smel ki",-No-i'a'ry-'Pu-b-i 0 My Cornwi ian Expiras Mwch 2��,2D21 60 M�nnbw. 0 E a) 0 CL M a na flus Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty IVI(ItUal to 0 insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 4— ARTICLE IV-OFFICERS-Section 12.Power ol'Allorne.y Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 r- to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf oftlie Corporation to make,MCI.Ile,seal, a) .M'I 0 acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective lrz E powers of attorney,shall have fuH power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so C) 0 M executed,Such instruments shall be as binding as If signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman.the President or by the officer or officers grunting such power or authority. ARTICLE XIII-Execution of Contracts-SECTION 5 Surely Bonds and Undertakings Any officer of the Conticany authorized for that purpose in writing by the chairmanE orthe president, OC) , ,� > and subject to such limitations as the chairman or the president may probcd1be shall ap point such altorneys-in-facil,as may ces y be nesaiy to act in behall'of[lie Compa 'x cc ny to make,v uI c, o seal,acknowledge and deliver as surely any and oil undertakings,Lerida,recognizances and other surety obligations. Such attorneys in-fact subjecl to the limitations set forth in their 4-00 respective powers of attorney,shall I full power to bind the Company by their signature and execution of such instruments and to attach thereto the seal of the Cornipany. When so 06 executed such instruments shad be as binding as if signed by the president and attested by the secretary. cp 0 Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint Such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,boinds,recc,T)izances and other surely obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with safety bonds,shall be valid and binding upon the Company with the sane force and effect as though raani,Mlly affixed. I. Renee C. Llewellyn, the undersigned, Assistant Secretary, The 011110 Casualty Insurance, Company, Liberty 'Aritual Insurance Company, and 'West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a Iull, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 20 17-- By� Renee C.Llew I ssistaant Secretary 40901800 LMS)2873022017 . .......... .......... CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. S. 2281" St. Grade Separation at Union Pacific Railroad Joint Utility Trench Project Number: 07-3022 NAME OF P OJECT =tcA� RM SIGNATUR F AUTHORIZED REPRESENTATIVE OF BIDDER 228`' Grade Sep at UPRR Joint Utility Trench/Smith 26 July 3, 2017 Project Number: 07-3022 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 11, 2, 3, etc.] NAME OF CONTRACTOR: rInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Proiect #, 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 $ 228'h Grade Sep at UPRR Joint Utility Trench/Smith 27 July 3, 2017 Project Number: 07-3022 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 ]. 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 228'"Grade Sep at UPRR Joint Utility Trench/Smith 28 July 3, 2017 Project Number: 07-3022 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 ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Unitprices are correct ................................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Subcontractor List (contracts over $1 million).....................................El Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ AllAddenda 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) Combined Declaration Form .................................................................❑ Signature....................................................................................❑ ChangeOrder Form..............................................................................0 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. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 29 July 3, 2017 Project Number: 07-3022 400 PAYMENT AND PERFORMANCE BOND #023040179 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, _Scarsella Bros, Inc. as Principal, and .Liberty Mutual Insurance Company .............................. a Corporation! organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $_ together with any adjustments, uip 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 S. 228 th St. Grade Separation at Union Pacifi ilroad — Joint Utility Trench/Project Number- 07-3022 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, IN WITNESS WHEREOF, 'the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pUt-SUant to authority of its governing body. 228"'Grade Sep at IJPRR JoiM Utility "rrench/Sn,flth 30 July 3, 2017 Project NUTTIL)er: 07-3022 TWO I I NE,S`ES� Scarsella Bros. Ing. PRINCIPAL rrt rit.i1>aI` nw3rnq a ov,.. r , �F 1 L:r " I TLE: .;. . jf DATE: DATE: CORPORATE SEAL �....-._._ -. ._. jekn � PRINT NAME DATE: /� { / Liberty SURETY Mutual Insurance Company �_. .o ..�. CORPORATE SEAL: BY: %f DATE: 8/4( '7 TITLE; Cynthia L. Jay, Attorney-in-Fast ADDRESS: Propel Insurance 928 4th Ave. 43200, Seattle, WA 98104 CERTIFICATE AS TO CORPORATESEAL I hereby certify that II am the (Assistant) Secretary of the Corporation named as Principal in the within Pond; that ._ Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested For and in behalf of said Corporation by authority of its governing body, SECRETARY CAR ASS I STANT SECRETARY 22B'u"Grade Sep at UPRR.Jolnt UtHfg:y'T"'C11ctt/SMi1A1 31 July 3, 2C11 P t�e;ct NUr°nbe;r. 07-302 .... ...... ... ............ THIS'POWER OF ATTORNEY IS NOT VALID UNLESS I ........ ....... T IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7778318 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The OHO Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts. and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Coni pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A. Kellner;Annellies.M..Richie;..Brandon K.Bush; Brent E.Heihasen Carle V Espirilu;Christopher Kin on;Cynthia L.Jay;Diane M.Hardin g; Eric A.Zimmerman;Heather L.Allen;James B. Binder;Jamie Diemer;Jon J.Oja;Julie R.Truitt;Karen C. Swanson;Kyle J.Howat; Mary S. Norte"; Peter J.Comfort all of the city of Tacoma stale of WA each individually if[here be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and an its behalf as surety,and as its act and deed,any and all undertakings,bonds,recognizances and other surely obligations,in pursuance ofthese presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of May 2017 44 The Ohio Casualty Insurance Company Liberty Mutual Insurance Company as 19 12 1991 West American Insurance Company By: STATE OF PENNSYLVANIA ss David M.Carey',Assistant Secretary COUNTY OF MONTGOMERY 0 :3 07 On this 23rd day of May 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance C13 w Company, The Ohio Casualty Company, and West American Insurance Company, and Rhat he, as such, being authorized so to do,execute the foregoing instrument for the purposes LU 0.2 therein contained by signing an behalf of the corporations by himself as a duly authorized officer. cc E 01 > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 CL COMMONWEALTH OF PENNSYLVANII C Nozanol Spo By: 0 Tore PisW!13,Nouiry PVAhllc ......... ............... ................------------------------ 0 Teresa Pastella,Notary Public Ul NJ�'i ion Twr'r Monlqorni�ry C'm pt My Commisson xores March 28.2021 0 Memhor PcrinsyNano Assvcnflnn of Nntarius 0 E 0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty insurance Company, Liberty Mutual .0 CD Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: !E 4— ro ARTICLE IV—OFFICERS—Section 12,Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >1 0,,�� acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,Subject to the limitations set forth in their respective i'5 3: powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >-0 CD the provisions of this article may be revoked at any time by the Board,the Chairman.the President or by the officer or officers granting such power or authority. (1) ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, C 0? C14 > a) and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact.as may be necessary to art in behalf of the Company to make,execute, 0 seal,acknowledge and deliver as surely any and all undertakings,bonds,recognizanoes and other surety obligations. Such attorneys-in-fact Subject to the limitations set forth in their 00 Z respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 Certificate of Designation—The President of the Company�acting pursuant to the Bylaws of the Company,authorizes David M,Carey,Assistant Secretary to appoint Such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other Surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced Signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Cc d West American Insurance Company do on any, a' ' hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney execul,Za'by &d Companies, is in full force and effect and has not been revoked. 1 —7 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of '201 V By: 1912 99 1 Renee C.LIDA ssistant secretary 435 of 800 LM,912873022017 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Scarsella Bros. Inc organized under the laws of the State of Washington located and doing business at 8404 S. 196th Street Kent WA 98031 ("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: S. 228th St. Grade Separation at Union Pacific Railroad -- Joint Utility Trench/Project Number: 07-3022 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) consecutive working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 228"'Grade Sep at UPRR Joint Utility Trench/Smith 32 July 1 2017 Project Number: 07-3022 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL_ INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as 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, 228"'Grade Sep at UPRR Joint Utility Trench/Smith 33 July 3, 2017 Prcject Number: 07-3022 CITY 0F KEN__ KE, AYOR DAw !, -.. AT E KIMBERLEY A MOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR PRINT NAME: Bob ScerseHa TITLE: Vice President DATES 228"' cif .'top �" P)PHR JollI[ €,ylPW'y I�(tdlr.C�l,F^Ylil�fl x� Allya 3, y!W 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 $4�, 07GGG $5,000,000 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 $5,0001.,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85, The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 1 Automobile Liabillit 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 000 5,000, 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 $5,0100,000 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. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 35 July 18, 2017 Project Number: 07-3022 EXH I B I T 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. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 36 July 3, 2017 Project Number: 07-3022 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANI L 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. II'-B. 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. 2281'Grade Sep at UPRR Joint Utility Trench/Smith 37 July 3, 2017 Project Number: 07-3022 Client#: 111013 SCARBROS1 MIDOrY ACORD. CERTIFICATE OF LIABILITY INSURANCE 8104/2017 DATE(MMiDDNYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona Propel Insurance x FAX253.310.4047 , 866 577-1326No Et I: Tacoma Commercial Insurance E-MAIL ADDRESS: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1 OOO INSURERIS)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Liberty Mutual Fire Ins Co 23035 INSURED INSURERB:Navigators Specialty Insurance 36056 PO Box 6rsella 8697 INSURER c: Pan Bros.Inc. Allied World Assurance Company 19489 PO Bo Y INSURER D:Axis Surplus Insurance Company 26620 Seattle,WA 98168-0697 INSURER E:Travelers Property Casualty Co 25674 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UB POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDONYYY MM/DDNYYY A X COMMERCIAL GENERAL LIABILITY X X TB2Z91454734107 5/01/2017 0510112018 EACH OCCURRENCE $1 000 000 CLAIMS-MADE �OCCUR PREMISES EaE'n..nce $1 000 000 X BI/PD Ded:$15,000 MED EXP(Any one person) $5 000 PERSONAL BADVINJURY $1,000000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 JECOT LOC PRODUCTS $2,000,000 POLICY� OTHER: $ A AUTOMOBILE LIABILITY X X AS2Z91454734037 5/01/2017 05/01/201 COMBINED SINGLE LIMIT Ea accident 1 r000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) S NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS Per accident X CA000104113 $ B UMBRELLA LIAB N OCCUR X X SE17EXC7496231C 5/01/2017 05/01/2018 EACH OCCURRENCE s3,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s3,000,000 DED I X RETENTION sn/a $ A WORKERS COMPENSATION TB2Z91454734107 5/01/2017 05101/2018 IPER OTH- AND EMPLOYERS'LIABILITY N STAT ANY PROPRIETOR/PARTNERlEXECUTIVE — WA STOP GAP ONLY E.L.EACH ACCIDENT S1,000,000 OFFICERIMEMBER EXCLUDED? N/A -- (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S7 000000 If yes,describe under DESCRIPTION OF OPERATIONS below __ _ _ E.L.DISEASE-POLICY LIMIT $1,000,000 C Contr Pollution X 03083387 6/01/2017 05/01/2019 $3,000,000/$25,000ded D Excess Liability X ELU793928012017 5/01/2017 05/01/2018 $2,000,000(XS of$3mm) E Install Floater QT6605C528273TIL17 5/01/2017 05/01/2018r $1,000,000 1$1,000 ded DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Project 07-3022-S.228th St.Grade Separation at Union Pacific Railroad Joint Utility Trench. City of Kent is included as an additional insured per the attached forms and/or endorsements. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2807649/M2744621 KTR00 - �7• l A This.page hasteenleft blank intentionally. 4; y t E 4 ; i f POLICY NUMBER:TB2-Zg1-454734-107 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who is An Insured is amended to 1. All work. including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only with work, on the project (other than service, respect to liability for "bodily injury". "property maintenance or repairs) to be perforrned by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused,in whole or in part,by location of the covered operations has been 1. Your acts or omissions:or completed;or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf: injury or damage arises has been put to its in the performance of your ongoing operations for intended use by any person or organization the additional insured(s) at the location(s) other than another contractor or subcontractor engaged in performing operations for a designated above. principal as a part of the same project However. C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law;and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured will amount of insurance: not be broader than that which you are required 1. Required by the contractor agreement;or E by the contract or agreement to provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage" occurring after: Declarations. f i SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Organization(s): I Any person or organization whom you become All locations as required by a written contract or obligated to include as an additional insured as a result agreement or permit entered into prior to a loss of any written contract or agreement you have entered occurring. into, provided no other specific additional insured endorsements apply to such additional insured under this policy prior to a loss occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 0 Insurance Services Office, Inc.,2012 Page 1 of 1 POLICY NUMBER:TB2-Z91-454734-107 CONNERCIAL GENERAL LIABILITY i CG 20 37 0413 I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. i } j ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS i This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSlCOMPLETEDOPERATIONS LIABILITY COVERAGE PART i A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section 111—Limits Of Insurance: with respect to liability for 'bodily injury' or if coverage provided to the additional insured is "property damage° caused, in whole or in park by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the'products-completed operations hazard". 1. Required by the contract or agreement;or However: 2. Available under the applicable Limits of 1. The insurance afforded to such additional Insurance shown in the Declarations: insured only applies to the extent permitted by whichever is less. law;and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is Limits of Insurance shown in the Declarations. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) i Or Organization(s): Location And Description Of Completed Operations jAny person or organization whom you become All locations as required by a written contract or i obligated to include as an additional insured as a result agreement or permit entered into prior to a loss of any written contract or agreement or permit you have occurring. entered into prior to a loss occurring, provided no other specific additional insured endorsements apply to such additional insured under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. i i i I 1 CG 20 37 0413 ®Insurance Services Office, Inc..2012 Page 1 of 1 k Policy Number TB2-Z91-454734-107 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEIVENTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. i f COMNERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS i I This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: i Item 1. Reasonable Force Item 2. Non-Owned Watercraft Extension Item 3. Damage To Premises Rented To You—Expanded Coverage Item 4. Bodily Injury To Cc-Employees Item 5. Health Care Professionals As Insureds 1 Item 6. Knowledge Of Occurrence Or Offense Item 7. Notice Of Occurrence Or Offense i item 8. Unintentional Failure To Disclose Item 9. Bodily Injury Redefined Item 10. Supplementary Payments—Increased Limits Item 11. Property In Your Care,Custody Or Control Item 12. Mobile Equipment Redefined Rem 13. Newly Formed Or Acquired Entities Rem 14. Waiver Of Right Of Recovery By Written Contract Or Agreement Rem 15. Contractual Liability—Railroads Item 1. Reasonable Force Exclusion a. of Section I—Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or 'property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage' resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I--Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge: Item 3. Damage To Premises Rented To You—Expanded Coverage { A. The final paragraph of 2. Exclusions of Section I—Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: i LC 04 43 01 17 ®2016 Liberty Mutual Insurance Page 1 of 6 t Includes copyrighted material of Insurance Services Office,Inc.,with its permission. }t f Exclusions c.through n. do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III—Limits Of Insurance. B. Paragraph 6. of Section III—Limits Of Insurance is replaced by the following: i 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage'to any one premises. while rented to you, or in the case of damage by fire,lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of"insured contract"in Section V— Definitions is replaced by the following: M a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies, any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; D. The paragraph immediately following Paragraph (6) of Exclusion J. of Section I — Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1). (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2. of Section II—Who Is An Insured is amended to include: i Each of the following is also an insured: Your "employees' (other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limted liability company) or your managers (if you are a limited liability company)) or'volunteer workers' are insureds while In the course,of their employment or while performing duties related to i the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members(if you are a limited liability company); or (4) To a co=employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Paragraph 2.a.(1)(a) of Section it— Who Is An Insured does not apply to 'bodily injury" for which insurance is provided by this paragraph. LC 04 43 01 17 ®2016 Liberty Mutual Insurance Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. i 1 { IB. The insurance provided by this Rem 4. for"bodily injury" to a co=employee' or"volunteer worker'will not apply if the injured co-"employee's" or"volunteer worker's" sole remedy for such injury Is provided under a workers' compensation law or any similar law. ! C. Other insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 5. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d) of Section 11—Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or"volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a "designated health care provider" is an insured with respect to "bodily injury'and "personal and advertising injury"that: j () Arises out of the providing of or failure to provide professional health care services;and a (i) Occurs in the course of and within the scope of such"employee's" or'volunteer worker's" employment by the Named Insured. B. With respect to "employees" and "volunteer workers" providing professional health care services, the following } exclusions are added to Paragraph 2. Exclusions of Section I — Coverage A— Bodily injury And Property Damage Liability and Paragraph 2. Exclusions of Section I — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract"or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law: (3) Liability arising out of the providing of any professional health care services while in any degree under the E influence of intoxicants or narcotics; s (4) Liability arising out of any dishonest fraudulent, malicious or knowingly wrongful act or failure to act; or { (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V—Definitions: "Designated health care provider' means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Otherinsurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Or Offense i Knowledge of an"occurrence" or offense by your agent, servant or"employee" will not in itself constitute knowledge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the "occurrence' or offense. i LC 04 43 0117 ®2016 Liberty Mutual Insurance Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. ff I i Item 7. Notice Of Occurrence Or Offense a For purposes of Paragraph 2.a. of Section IV — Commercial General Liability Conditions, you refers to your "executive officer" or 'employee"that you have designated to give us notice. 1 Item 8. Unintentional Failure To Disclose I Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this policy shall not be a basis for denial of any coverage afforded by this policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Item 9. Bodily Injury Redefined The definition of"bodily injury"in Section V—Definitions is replaced by the following: j "Bodily injury"means: i a. Bodilyinjury, sickness or disease sustained b a person, including death resulting from an of these at an time; and J ry� Y P 9 9 Y Y b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional illness or distress. i Item 10. Supplementary Payments—Increased Limits Paragraphs t.b. and 1.d. of Section I — Supplementary Payments — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Bodily Injury Liability Coverage applies. We do not have to fumish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigation or defense of the ! claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. Item 11. Property In Your Care.Custody Or Control A. Paragraphs (3) and (4) of Exclusion j. of Section I—Coverage A— Bodily Injury And Property Damage Liability E are deleted. I B. Additional Exclusion Coverage provided b this endorsement does not apply to"property dama e"to property while in transit. 9 P Y PPY g P P Y C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section III— Limits Of Insurance, the most we will pay for insurance i provided by Paragraph A.above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one "occurrence" regardless of the number of persons or organizations who sustain damage because of that"occurrence". i ' I-C 04 43 0117 ®2016 Liberty Mutuallnsurance Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. i i Z The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. D. Other Insurance l This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance j was specifically purchased by the insured to apply in excess of this policy. ftem 12. Mobile Equipment Redefined The definition of"mobile equipment"in Section V— Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primanly designed for: 1 (1) Snow removal; i (2) Road maintenance,but not construction or resurfacing; or (3) Street cleaning. Item 13. Newly Formed Or Acquired Entities A. Paragraph 3. of Section II—Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain majority ownership or majority interest, will qualify as a Named Insured if there is no other similar f insurance available to that organization. However i a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period whichever is earlier; b. Section I—Coverage A—Bodily Injury And Property Damage Liability does not apply to 'bodily injury" or "property damage"that occurred before you acquired or formed the organization; and c. Section I — Coverage B — Personal And Advertising Injury Liability does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. I B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insured endorsement attached to this policy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section N — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this policy for injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or"property damage" occurs, or offense giving rise to"personal and advertising injury"is committed subsequent to the execution of the written contract or agreement. 3 LC 04 43 01 17 ®2016 Liberty Mutual Insurance Page 5 of 6 includes copyrighted material of Insurance Services Office,Inc.,with its permission. Item 15. Contractual Liability—Railroads j Paragraph 9. of Section V—Definitions is replaced by the following: ( 9. "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; I b. A sidetrack agreement; c. Any easement or license agreement; I d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; 1 f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability i of another party to pay for"bodily injury" or"property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. e Paragraph f. does not include that part of any contract or agreement: i (1) That indemnifies an architect engineer or surveyor for injury or damage arising out of. (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications;or F i (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or f damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failing to render professional services, including those listed in Paragraph(1) above and supervisory, inspection,architectural or engineering activities. i i E t I LC 04 43 01 17 ®2016 Uberty Mutual Insurance Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. E r Policy Number T132-Z91-454734-1 07 i Issued by Liberty Mutual Fire Insurance Co. { THIS ENDORSEWNT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. OTHER INSURANCE ANENDNENT—SCHEDULED ADDITIONAL INSURED r r t This endorsement modifies insurance provided under the following: } COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART i tf you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy.this policy moll apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Conditions will not apply. if the applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of Paragraph 4. Other Insurance of Section IV-Conditions will govem. However,this insurance is excess over any other insurance available to the additional insured for which ft is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same `occurrence', claim or"suit". schedule i Person or Organization: i i As required by written contract or agreement entered into priorto loss. ti 1 t i f i i I i LC 24 20 0213 0 2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I r 'This pageIas been left blank intentionally. i i POLICY NUMBER:AS2-Z91-454734-037 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR I COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM x 3 With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement Identifies person(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. 4 SCHEDULE Name Of Persons Or Organizations : Any pperson or organization whom you,agreed in writing as an additional insured,but only for the coverage and minimum limits of insurance required by-the written agreement,and in:no event to exceed either the scope of coverage or the limits of Insurance provided in this policy. i I i i Information required to complete this Schedule,if not shown above,will be shown in the Declarations. i Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage,but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured provision contained in Paragraph A.I. of Section li - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2.of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. I I 4 0 CA 20 48 10 13 O Insurance Services Office,Inc.,2011 Page 1 of 1 1 This page has been left blank intentionally. jf i. e Policy Number Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor-Additional Insured and Loss Payee IV. Supplementary Payments- Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible-Single Deductible XI. Physical Damage Deductible- Glass XII. Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage-Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage-Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXII I. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy,the words you and your also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period,whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by II. EMPLOYEES AS INSUREDS Paragraph A.1.Who Is An Insured of SECTION II -LIABILITY COVERAGE is amended to add: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any 'leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any 'leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the 'leased auto"whichever occurs first. B. For any `leased auto" that is a covered "auto" under SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the `leased auto". However, the lessor is an "insured" only for"bodily injury" or"property damage" resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a `leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto"for loss"to the covered "leased auto". 2. The insurance covers the interest of the lessor of the 'leased auto" unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a 'leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any"temporary substitute"of such 'leased auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 2 of 11 Includes copyrighted material of Insurance Services Office,Inc., with its permission. Policy Number Issued by "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto"is out of service because of its breakdown, repair, servicing, "loss"or destruction. IV. SUPPLEMENTARY PAYMENTS- INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for the cost of bail bonds(including bonds for related traffic law violations)required because of an"accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured"at our request, including the actual loss of earnings up to$500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion 6.5. of SECTION II- LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.S. of BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II-LIABILITY COVERAGE for a covered "auto"is amended to add: This exclusion does not apply to "property damage"or"covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph AA.a. of SECTION III -PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to$50 per day and to a maximum limit of$1,000. B. Paragraph A.4.a.of SECTION III -PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership,we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III- PHYSICAL DAMAGE COVERAGE is amended to add: This exclusion does not apply to the accidental discharge of an airbag. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 3 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion BA.a.of SECTION III -PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio,visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member;and (2) Are in a covered "auto"at the time of"loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE -SINGLE DEDUCTIBLE Paragraph D. in SECTION III- PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss"caused by fire or lightning. When two or more covered "autos"sustain 'loss" in the same collision, the total of all the 'loss"for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE-GLASS Paragraph D. in SECTION III-PHYSICAL DAMAGE COVERAGE is amended to add: No deductible applies to"loss"to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE-VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a.and A.2.b.of SECTION IV-BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident', claim, "suit" or 'loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident', claim, "suit'or 'loss". Such notice must include: (1) How,when and where the "accident' or"loss"occurred; AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 4 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the"accident", claim, "suit"or"loss"from your agent, servant or"employee". b. Additionally, you and any other involved "insured"must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's"own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery XV. WORLDWIDE LIABILITY COVERAGE- HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to include the following: For"accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or"suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit"and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 5 of 11 Includes copyrighted material of Insurance Services Office,Inc., with its permission. Policy Number Issued by b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto"at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total"loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph AA.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto'; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 6 of 11 Includes copyrighted material of Insurance Services Office,Inc., with its permission. Policy Number Issued by However, the most we will pay under this coverage is$30 per day,subject to a maximum of$900. XVII. AUTO MEDICAL PAYMENTS COVERAGE- INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the"accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE- BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II-LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto"for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: a. Any"auto"owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any"auto"owned by that individual or by any"family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto"owned by that individual or by any member of his or her household; or AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 7 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of$900 in any one period. D. This coverage does not apply: 1. While there are spare or reserve"autos"available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph AA. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX.NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s)and address(es)shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 8 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule;or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limit of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy;and 2. Any: a. Overdue lease/loan payments at the time of the "loss'; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1500 for each covered "auto". XXII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY- NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 9 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by A. Coverage 1. Paragraph B.7. of SECTION IV- BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The"accidents"or"loss"occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV-BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a `loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto"must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such 'loss"at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto"is not principally garaged and principally used in the United States. 2. To any"insured"who is not a resident of the United States. XXIII.WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident",to waive rights of recovery against such person or organization. AG 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 10 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by Schedule Premium Liability Physical Damage Total Premium V. Fellow Employee Schedule of Employees: XVIII. Drive Other Car LIAB MP UM UIM COMP GALL Name of Individual XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days ABC 84 07 07 13 C 2013 Liberty Mutual Insurance.All rights reserved. Page 11 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. t � t 1 . t. r C •±r f ,t � SZ,� r KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1 -01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-14 1-07 Legal Relations and Responsibilities to the Public................. 1-18 1-08 Prosecution and Progress ................................................. 1-24 1-09 Measurement and Payment .............................................. 1-28 1-10 Temporary Traffic Control ................................................ 1-29 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation...................................................... 2-3 2-07 Watering ....................................................................... 2-3 2-12 Construction Geosynthetic................................................ 2-4 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 7 DRAINAGE STRUCFTURE, STORM SEWERS, SANITARY SEWERS WATER MAINS AND CONDUITS................ 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 8-03 Irrigation Systems .......................................................... 8-11 8-04 Curbs, Gutters, and Spillways........................................... 8-11 8-21 Permanent Signing.......................................................... 8-12 8-22 Pavement Marking .......................................................... 8-13 8-24 Restoration of Gravity Block Wall ....................................... 8-15 8-28 Pothole Utilities — Encountered But Not Shown on Bid Plans .. 8-16 8-30 Project Sign ................................................................... 8-17 8-32 Undergrounding of Electrical Facilities................................ 8-18 228`h Grade Sep at UPRR Joint Utility Trench/Smith July 3, 2017 Project Number: 07-3022 KENT SPEC I AL PROV 1 S I ONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-2 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 PROJECT SIGN................................................................................ A-3 GEOTECHN 1 CAL REPORT................................................................. A-4 KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER OF AUTHORIZATION .......................................................... A-5 TRAFF I C CONTROL PLANS .............................................................. A-6 PREVA I L I NG WAGE RATES.............................................................. A-7 2281h Grade Sep at UPRR Joint Utility Trench/Smith July 3, 2017 Project Number: 07-3022 KENT SPEC 1 AL PROV I S I ONS 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 REOU I REMENTS 1-01 DEF I N I T I ONS 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 SFWF Square Feet of Wall Face 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; 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 1 July 3, 2017 Project Number: 07-3022 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (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 SYADDING 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 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 2 July 3, 2017 Project Number: 07-3022 City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 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 2281" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 3 July 3, 2017 Project Number: 07-3022 (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 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: 1-02.1 O 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. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 4 July 3, 2017 Project Number: 07-3022 SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 5 July 3, 2017 Project Number: 07-3022 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. 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 228`" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 6 July 3. 2017 Project Number: 07-3022 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. SECTION 9-04.6 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 1-04.17 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 2280'Grade Sep at UPRR Joint Utility Trench/Smith 1 - 7 July 3, 2017 Project Number: 07-3022 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. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1 -05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 8 July 3, 2017 Project Number: 07-3022 survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 9 July 3, 2017 Project Number: 07-3022 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the 2261h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 10 July 3, 2017 Project Number: 07-3022 preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $270/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 11 July 3, 2017 Project Number: 07-3022 Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected, 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work 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. 2281" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 12 July 3, 2017 Project Number: 07-3022 SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED 1N 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 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: 2281" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 13 July 3, 2017 Project Number: 07-3022 Puget Sound Energy (PSE), CenturyLink and AT&T may be relocating utilities. The Contractor shall coordinate with these contractors. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any 228`h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 14 July 3, 2017 Project Number: 07-3022 manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the 30 original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1 . Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 228«Grade Sep at UPRR Joint Utility Trench/Smith 1 - 15 July 3, 2017 Project Number: 07-3022 SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 2281" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 16 July 3, 2017 Project Number: 07-3022 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 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: 228`'Grade Sep at UPRR Joint Utility Trench/Smith 1 - 17 July 3, 2017 Project Number: 07-3022 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sale 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(9) 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 226t" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 18 July 3, 2017 Project Number: 07-3022 The City has obtained the following permits: None 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(l) 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. 1-07.11 Requirements for Nondiscrimination (July 18, 2016 APWA GSP, Option C) SUPPLEMENT THIS SECTION WITH THE FOLLOWING: Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE) Participation General Statement Voluntary goals for minority, small, veteran and women business enterprises are included in this Contract. The Contractor is encouraged to utilize MSVWBEs in accordance with these Specifications, RCW 39.19 and Executive Order 13-01 (issued by the Governor of Washington on May 10, 2013). No preference will be included in the evaluation of the Contractor's Proposal or Bid; no minimum level of MSVWBE participation is required as a condition of award or completion of the Contract; and a Proposal or Bid will not be rejected or considered non-responsive on that basis. The goals are voluntary and outreach efforts to provide MSVWBEs maximum practicable opportunities are encouraged. Non-Discrimination Contractors shall not create barriers to open and fair opportunities for all businesses, including MSVWBEs, to participate in the Work on 2281'Grade Sep at UPRR Joint Utility Trench/Smith 1 - 19 July 3, 2017 Project Number: 07-3022 this Contract. This includes the opportunity to compete for subcontracts as sources of supplies, equipment, construction or services. The Contractor shall make Voluntary MSVWBE Participation a part of all subcontracts and agreements entered into as a result of this Contract. Voluntary MSVWBE Participation Goals Goals for voluntary MSVWBE participation have been established as a percentage of Contractor's total Bid amount. The Contracting Agency has established the following voluntary goals: Minority 10% Small 5% Veteran 5% Women 6% Amounts paid to an MSVWBE will be credited to every voluntary goal in which they are eligible. In other words participation may be credited for participation in more than one category. If the Contractor is a MSVWBE their Work will be credited to the voluntary goals in which they are eligible. Definitions Minority Business Enterprise (MBE) — A minority owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified by the Washington State Office of Minority & Women's Business Enterprises. Small Business — A business meeting the Washington State requirements for a "Small business", "Minibusiness" or "Microbusiness as defined in RCW 39.26.010 and included on the WSDOT Office of Equal Opportunity list of Small Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Veteran Business — A veteran owned business meeting the requirements of RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list of Veteran Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Women Business Enterprise (WBE) — A women owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified by the Washington State Office of Minority & Women's Business Enterprises. MSVWBE Inclusion Plan A MSVWBE Inclusion Plan shall be submitted to the Engineer prior to the start of Work on the project. The plan is submitted for the Contracting Agency's information. Approval of the plan is not 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 20 July 3, 2017 Project Number: 07-3022 required; an incomplete plan will be returned for correction and resubmittal. The plan shall include the information identified in the guidelines at http://www.wsdot.wa.gov/EqualOpportunity/MSVWBE.htm. MSVWBE Reporting An end of project Report of Amounts Paid to MSVWBEs shall be submitted to the Engineer after Physical Completion of the Contract. The end of project report is due 20 calendar days after the physical completion of the project has been issued. The end of project report shall include payments to all eligible businesses regardless of their listing on the MSVWBE Inclusion Plan. If the Contractor is a MSVWBE the amounts paid by the Contracting Agency for Work performed by the Contractor shall also be reported. MSVWBE Payment All costs for implementation of the requirements for Voluntary MSVWBE Participation shall be included in the associated items of Contract Work. 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 1S REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION. 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.17 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. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 21 July 3, 2017 Project Number: 07-3022 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 I nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Century Ly ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 22 July 3, 2017 Project Number: 07-3022 Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Hong Nguyen 253-395-6926 253-395-6904 425-559-4647 (cell) 425-449-6609 (cell) Verizon Zayo Scott Christenson Joe Morton 425-636-6046 206-832-4861 425-471-1079 (cell) 253-255-1917 (cell) Olympic Pipeline AT&T Derek Martin Louie Van Hollebeke 206-510-9147 (cell) 360-772-5340 (cell Dan McGeough 425-896-9830 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 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23 Construction Under Traffic Driveway construction shall be staged to provide vehicle ingress/egress at all times. Following demolition of a driveway, the Contractor shall construct a complete and fully functional driveway within 15 working days. This includes restoring all adjacent pavement areas disturbed during the driveway reconstruction. The Contractor shall not close more than one lane of traffic in either direction. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 23 July 3, 2017 Project Number: 07-3022 construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 2281h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 24 July 3, 2017 Project Number: 07-3022 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.7(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. 228`"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 25 July 3, 2017 Project Number: 07-3022 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 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. 228`"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 26 July 3, 2017 Project Number: 07-3022 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. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WI TH 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 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 27 July 3, 2017 Project Number: 07-3022 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. 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 228t" Grade Sep at UPRR Joint Utility Trench/Smith 1 - 28 July 3, 2017 Project Number: 07-3022 the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. 1-10.2 Traffic Control Management 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: 228`h Grade Sep at UPRR Joint Utility Trench/Smith 1 - 29 July 3, 2017 Project Number: 07-3022 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 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures and Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3) Traffic Control Devices 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, businesses open during construction signs, 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 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.30) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be 2281^ Grade Sep at UPRR Joint Utility Trench/Smith 1 - 30 July 3, 2017 Project Number: 07-3022 limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "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." The unit contract price for "Type I I I Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The 2281"Grade Sep at UPRR Joint Utility Trench/Smith 1 - 31 July 3, 2017 Project Number; 07-3022 Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23 of the WSDOT Standard Specifications. 2281'Grade Sep at UPRR Joint Utility Trench/Smith 1 - 32 July 3, 2017 Project Number: 07-3022 DIVISION Z - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: 228th Grade Sep at UPRR Joint Utility Trench/Smith 2 - 1 July 3, 2017 Project Number: 07-3022 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk and driveways including any reinforcing steel encountered as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications, The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be saw cut which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity 228`h Grade Sep at UPRR Joint Utility Trench/Smith 2 - 2 July 3, 2017 Project Number: 07-3022 For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2281h Grade Sep at UPRR Joint Utility Trench/Smith 2 - 3 July 3, 2017 Project Number: 07-3022 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 !Nest Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. 228"'Grade Sep at UPRR Joint Utility Trench/Smith 2 - 4 July 3, 2017 Project Number: 07-3022 SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Non-Woven Geotextile Fabric" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. 228cn Gracie Sep at UPRR Joint Utility Trench/Smith 2 - 5 July 3, 2017 Project Number: 07-3022 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 228`" Grade Sep at UPRR Joint Utility Trench/Smith 4 - 1 July 3, 2017 Project Number: 07-3022 SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 228`h Grade Sep at UPRR Joint Utility Trench/Smith 4 - 2 July 3, 2017 Project Number: 07-3022 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. 5-04 HOT M I X ASPHALT SECTION 5-04.3(3)A IS DELETED IN ITS ENTIRETY. 5-04.3(3)A Material Transfer Device/Vehicle SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500t tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing 2281^Grade Sep at UPRR Joint Utility Trench/Smith 5 - 1 July 3, 2017 Project Number: 07-3022 Asphalt concrete Class 112" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. 2281"Grade Sep at UPRR Joint Utility Trench/Smith 5 - 2 July 3, 2017 Project Number: 07-3022 In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2 Inch, PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for roadways, driveways, permanent utility patches, sidewalk ramps, raised/thickened edge at old curb locations, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Hot Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, 228`h Gracie Sep at UPRR Joint Utility Trench/Smith 5 - 3 July 3, 2017 Project Number: 07-3022 removing and disposing of Hot Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 228`" Gracie Sep at UPRR Joint Utility Trench/Smith 5 - 4 July 3, 2017 Project Number: 07-3022 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS. SAN 1 TARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.5 Payment "Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 7 - 1 July 3, 2017 Project Number: 07-3022 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. 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 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 (TESL) 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. 2281" Grade Sep at UPRR Joint Utility Trench/Smith 8 - 1 July 3, 2017 Project Number: 07-3022 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 BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 2281h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 2 July 3, 2017 Project Number: 07-3022 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 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 3 July 3, 2017 Project Number: 07-3022 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. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 4 July 3, 2017 Project Number: 07-3022 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 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)6. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise 2281" Grade Sep at UPRR Joint Utility Trench/smith 8 - 5 July 3, 2017 Project Number: 07-3022 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 BYADDING 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 BYADDING 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 228`h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 6 July 3, 2017 Project Number: 07-3022 injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No 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 BYADDING 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 2281"Grade Sep at UPRR Joint Utility Trench/Smith 8 - 7 July 3, 2017 Project Number: 07-3022 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 "Silt Fence with Backup Support" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 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). 228ch Grade Sep at UPRR Joint Utility Trench/Smith 8 - 8 July 3, 2017 Project Number; 07-3022 Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 5-02.1 IS SUPPLEMENTED BY ADDING 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 5-02.2 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 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 5-02.3(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 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. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 9 July 3, 2017 Project Number: 07-3022 SECTION 8-02.3(l 1) 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 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per force account for "Landscape Restoration" constitutes complete compensation for all labor, materials, tools and equipment necessary for replanting those areas where landscaping was removed or damaged to facilitate the construction. This item includes, but not limited to shrubs, deciduous or coniferous trees and ground cover for the restoration. A list of those plant material items requiring replacement, due to the construction activities by the Contractor, shall be coordinated with the property owner, provided by the Contractor, and give to the Engineer for approval prior to installation. 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 2281"Grade Sep at UPRR Joint Utility Trench/Smith 8 - 10 July 3, 2017 Project Number: 07-3022 includes but is not limited to the labor required for raking the wood chip mulch and cleanup. 8-03 1 RR 1 GAT I ON SYSTEMS SECTION 8-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.1 Description This work shall consist of identifying the irrigation system prior to construction and verifying system is operational, removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems exist at various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item "Existing Irrigation System Removal. Repair and/or Modification" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. This bid item shall include all costs associated with relocating existing irrigation boxes and valves. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways 2281h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 11 July 3, 2017 Project Number: 07-3022 The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment The unit contract price per linear foot for "Cement Concrete Extruded Curb" shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-21 PERMANENT S 1 GN 1 NG SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall be removed by the Contractor and reinstalled as noted on the plans. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band all aluminum signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 2401h Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Removal and Relocation of Signs at STA 14+80 and 16+00" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, and relocate existing business signs and traffic signs, or deliver the traffic signs shown on the plans and described in the specifications. 228`h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 12 July 3, 2017 Project Number: 07-3022 8-22 PAVEMENT MARK I NG SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from 228`"Grade Sep at UPRR Joint Utility Trench/Smith 8 - 13 July 3, 2017 Project Number: 07-3022 freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white wide line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. 2281'Grade Sep at UPRR Joint Utility Trench/Smith 8 - 14 July 3, 2017 Project Number: 07-3022 Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1 , for each of the following bid items that are included in the Proposal: "Double Yellow Center Paint Stripe," per linear foot. "Wide Line," per linear foot. SECTION 8-24 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24 RESTORAT I ON OF GRAV I TV BLOCK WALL 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall reconstruct the gravity block wall in accordance with the engineered details shown on the plans, or obtained from the supplier and as specified herein. Exact limits shall be determined in the field during construction. SECTION 8-24.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.3 Construction Requirements Block walls shall be started by excavating the existing ground as staked by the Engineer and providing a bury depth for the bottom block not less than one inch, for each block row, below the subgrade. Gravity block walls shall be started and constructed in accordance with the approved plans. Block walls less than 4 foot in height will not be required to be engineered. Portions of walls which are greater than 4' high will require engineered stamped drawings. All excavation for the block wall shall be completed before beginning placement of sections. Initial block placement shall be such that each unit is level side to side and back to front. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. Before beginning any excavation for the wall, the slopes of the adjacent embankments shall be dressed true to the lines and grade required by the plans. Each horizontal row of blocks shall be seated and bedded by tamping and compacting the backfill material behind the row to provide a stable condition for the entire wall. Each block shall rest firmly on previously 228`h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 15 July 3, 2017 Project Number: 07-3022 placed courses and shall be keyed into previous block course by utilizing the manufacturer's recommended process. Blocks shall be individually placed. Placement by mechanical methods will not be permitted. No payment shall be made for improperly placed blocks. Underdrain pipe and gravel backfill for drains shall be placed in accordance with the plans. The Contractor shall follow the manufacturer's construction standards, the construction requirements as stated in this section and the geotechnical report included in Appendix A-7 of these specifications, and the Construction Guide notes on the construction plans. SECTION 8-24.5 15 SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.5 Payment The contract price per square foot of wall face for "Remove and Restore Existing Gravity Block Wall" constitutes complete compensation for furnishing all labor, engineered designed plans if required, materials, tools, supplies and equipment necessary to remove and reinstall portions of the existing gravity block walls in accordance with these plans and specifications and the manufacturer's plans and specifications. The cost also includes but is not limited to excavation, backfill with gravel backfill for walls, additional blocks if required, and construction. The Contractor shall provide the City with Shop drawings for the restoration of the Gravity Block Retaining Walls prior to constructing any block retaining walls. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UTILITIES — AS DIRECTED 8-28.1 Description This work shall consist of identifying unknown subsurface utilities encountered during construction of the trench, water line, or future bridge shafts. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. 2281" Grade Sep at UPRR Joint Utility Trench/Smith 8 - 16 July 3, 2017 Project Number: 07-3022 Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Utility Exploration for Future Bridge Shafts" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to excavate and restore an area 10'x10'x10' deep at the locations shown on the plans and described in the specifications in order to ascertain the existence of utilities. The contract price per each for "Pothole Utilities — Encountered but Not Shown on Bid Plans" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGN 8-30.1 Description This work shall consist of furnishing (based on the project sign proof in the Appendix), installing and maintaining project sign(s) where shown on the exhibit in the traffic control appendices or where directed by the Engineer. All project sign(s) become property of the City and are to be returned to the City Maintenance Shop at 5821 S. 2401" St., Kent, WA (telephone 253-856-5600) at the end of the project. 8-30.2 Materials Sign dimensions shall be 4 feet high by 8 feet wide with a laminated vinyl face, securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4 inch x'4 inch x 10 foot long Douglas Fir. 2281" Grade Sep at UPRR Joint Utility Trench/Smith 8 - 17 July 3, 2017 Project Number: 07-3022 8-30.3 Construction Requirements 8-30.3(1) Installation Three horizontal 2 inch x 4 inch Douglas Fir braces shall be attached horizontally and evenly to the back of the sign board, one on the top, one on the bottom, and the third in the middle. Post shall be of break- away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Sign to be mounted on posts so that top is 8 foot above existing ground. Attachment of sign and bracing to posts shall meet with the approval of the Engineer. 8-30.4 Measurement Project sign(s) will be measured per each sign required and installed per the plans. 8-30.5 Payment The unit contract price per each for "Project Sign" constitutes complete compensation for furnishing all sign(s), labor materials, installation, maintaining of project sign(s) and the removal and delivery of sign(s) to the City Shops at the end of the project. Failure to adequately maintain and/or return project sign(s) to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-32 UNDERGROUND I NG OF ELECTR 1 CAL FAC I L I T I ES 8-32.1 Description The work to be performed shall consist of excavating the joint trench for installation of conduits, and vaults as required for the installation of PSE, Zayo, Verizon and Comcast facilities. Removal of obstructions, bedding the conduit and vaults, installation of PSE, Zayo, Verizon and Comcast furnished conduit, installation of PSE, Zayo, Verizon and Comcast furnished vaults and pedestals as shown on the City's plans. Work shall include, but not be limited to: 1 . Pothole all locations of utility crossing shown on the plans, prior to the excavation of either joint trench or vaults to verify the adequacy of the selected location, and actual depth of utility. 2. Saw cut concrete pavement as required by the plans and excavate for conduit and vault installation. 3. Excavate the trench and vault locations, and dispose of material offsite. 4. Protect and support all exposed utilities. 5. Coordinate with PSE to support poles during excavation. 2281h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 18 July 3, 2017 Project Number: 07-3022 6. Coordinate with PSE, Zayo, Verizon and Comcast for the delivery of conduit and vaults. Contractor shall provide secure area to store materials provided by the utility companies. 7. Install PSE, Verizon, Zayo, and Comcast furnished conduit, bends, connections, pole risers, handholes and vaults as shown on the plans. 8. Furnish, place and compact conduit and vault bedding. 9. Install identification tape as provided by utility. 10. Connect conduits to new and existing vaults, including all bends and fittings required. 11 . Installing PSE ground rods, ground plates, conduit risers and other electrical hardware as required by the plans and specifications. 12. Cutting and capping of conduit as required to provide temporary and permanent terminations. 13. Proofing of conduit by blowing clean with compressed air and pulling a cleaning mandrel correctly sized for each conduit to ensure that no deformities are present in the conduit. 14. Furnish, place and compact backfill, surface restoration for trenches. 15. All other work as required to provide a complete system as shown on the Plans and Specifications. 16. Keep 200 feet of trench open for PSE Gas. PSE, Zayo, Verizon, and Comcast will be furnishing and installing cable, conductors and other electrical and cable equipment. Contractor is responsible for coordinating with PSE, Zayo, Verizon, and Comcast for their installation of cables. Contractor is responsible for reviewing PSE drawings and determining the quantity of each conduit size required in the trench. Contractor shall anticipate that water will be found in the excavation for the trench and vaults and shall include costs for dewatering in his unit bid prices. The Contractor shall use the existing utility vertical information obtained from potholing to generate a profile for the joint trench, showing the depths needed at the various utility crossings. This profile is to be provided to the City's representative before any excavation of the trench. The profile may be generated by hand or with the help of available programs such as Trimble's Business Center — HCE or Terra Model. Reference Section 1-05.14 "Cooperation With Other Contractors" of the Kent Special Provisions for additional requirements. 8-32.2 Materials Conduits, elbows, bends, vaults, handholes and manholes shall be furnished by PSE, Zayo, Verizon, and Comcast. 228`"Grade Sep at UPRR Joint Utility Trench/Smith 8 - 19 July 3, 2017 Project Number: 07-3022 The backfill material for trench and vault excavations shall conform to the requirements of Crushed Surfacing Top Course 5/8 Inch Minus. See Section 9-03.9(3) of the WSDOT Standard Specifications. Sand for conduit bedding shall meet the requirements of Section 9- 03.13 (backfill for sand drains) of the WSDOT Standard Specifications. Foundation material to replace unsuitable material removed from unstable trench bottoms as directed by the Engineer shall conform to the requirements of Section 9-03.17 of the Kent Special Provisions. 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation, disposal offsite and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications, 8-32.3(2) Trench Excavation and Backfill for Electrical, Communications, Gas and TV The excavation required for the installation of electrical, communications, gas and TV conduit shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV, communications, or gas appliances. Locations of conduit and vaults shown on the plans are approximate. The Engineer, utility company, representative and the Contractor will coordinate actual location of vault handholes, manholes and conduits as necessary to avoid conflicts with shown existing utilities and appurtenances. Contractor shall adjust the depth and width of the trench as required at all shown utility crossings where minimum depth is not maintained. Use CDF. 2281'Grade Sep at UPRR Joint Utility Trench/Smith 8 - 20 July 3, 2017 Project Number: 07-3022 The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use crushed surfacing top course, 5/8 inch minus for backfill unless otherwise directed by the engineer and shall dispose of all excess trench material at a permitted offsite disposal area. It shall be the Contractor's responsibility to coordinate his work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-32.3(3) Trench Bottom Stabilization Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. 8-32.3(4) Backfill for Electrical, Communications, Gas and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is deemed not suitable for compaction as backfill by the Engineer, the trench shall be backfilled with crushed surfacing top course, 5/8 inch minus. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(7) Conduit Installation Contractor is responsible for the installation of PSE, Zayo, Verizon, and Comcast-furnished conduit. Conduit shall be installed by the Contractor in accordance with NEC and these specifications. Contractor shall be responsible for all coordination work between PSE, Verizon, Zayo and Comcast. The Contractor shall provide Comcast at least 10 days notice to provide materials to the site. All conduit shall be proofed by being blown clean with compressed air and pulled with a mandrel correctly sized for each conduit. The Contractor shall furnish and install 1/4" diameter nylon rope in all City conduit runs. PSE, Zayo, Verizon, and Comcast shall supply all conduit material including all bends, radius conduits, brackets and collars for stacking the conduit. The Contractor shall coordinate with PSE Gas for the installation of the 1 R gas pipe within the joint trench. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 21 July 3, 2017 Project Number: 07-3022 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Joint Utility Trench (2 Ft. Wide, 3 Ft. Min. Cover" "Joint Utility Trench (3.5 Ft. Wide, 3 Ft. Min. Cover)" "Joint Utility Trench (5.5 Ft. Wide, 3 Ft. Min. Cover" The unit contract price per lineal foot for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate, dispose of material, and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: the potholing of all utilities shown on the bid plans including those located within easements on private property, for the preparation of a profile of the joint trench as it crosses the shown utility, trench excavation, shoring, unsuitable material excavation, hauling, disposal, dewatering, backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-32 of the Kent Special Provisions. Cost to coordinate with utilities to place their facilities in the trench and to obtain utility supplied conduit shall be included in this bid item. Installation of conduits shall be paid for under separate bid items. "Verizon — Vault Excavation and Installation (25-TA)" "PSE — Vault Excavation and Installation 001) (4'-8" x 7'-5"�" "PSE — Vault Excavation and Installation (SW2) (5'-10" x 8'-2" x 11'-4") "Comcast — Vault Excavation and Installation (264 TAY "Zayo — Vault Excavation and Installation (24" x 36") The unit contract price per each for the above items of the size specified shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to excavate, and install the utility vaults as shown on the plans and as described in the specifications. The bid price includes, but is not limited to: excavation, haul and disposal, backfill and compaction (when native material is to be used), shoring, dewatering, and clean up and all other work described in Section 8-32 of the Kent Special Provisions. "Verizon — Installation and Proofing of 4 Inch Diameter Verizon Conduit" "PSE — Installation and Proofing of 4 Inch Diameter PSE Conduit" "PSE — Installation and Proofing of 6 Inch Diameter PSE Conduit" "Comcast — Installation and Proofing of 4 Inch Diameter Comcast Conduit" "Zayo — Installation and Proofing of 4 Inch Diameter Zayo Conduit" The unit contract bid price per linear foot for the above items shall constitute full compensation for all materials, supplies, labor, equipment and tools required to install the utility company supplied conduit as shown on the plans. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32 of the Kent Special Provisions. 228`^Grade Sep at UPRR Joint Utility Trench/Smith 8 - 22 July 3, 2017 Project Number: 07-3022 The unit contract bid price per ton for "Sand for Conduit Seddina" shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. The unit contract price per ton for "Foundation Material. Class I & II" constitutes complete compensation for all labor, materials, tools and equipment necessary to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping and compacting. 228'h Grade Sep at UPRR Joint Utility Trench/Smith 8 - 23 July 3, 2017 Project Number: 07-3022 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 1 nch 100% 5/8 1 nch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class 1 Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. 228'Grade Sep at UPRR Joint Utility Trench/Smith 9 - 1 July 3, 2017 Project Number: 07-3022 Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. 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 2281h Grade Sep at UPRR Joint Utility Trench/Smith 9 - 2 July 3, 2017 Project Number: 07-3022 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. 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. SCHECULE 9-14.1(1) 1S SUPPLEMENTED BY ADDING THE FOLLOWIN GNEW 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: 2281"Grade Sep at UPRR Joint Utility Trench/Smith 9 - 3 July 3, 2017 Project Number: 07-3022 Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 90% 0.5% 10% Colonial Bent grass 92% 85% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight 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 228`h Grade Sep at UPRR Joint Utility Trench/Smith 9 - 4 July 3, 2017 Project Number: 07-3022 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. 228'b Grade Sep at UPRR Joint Utility Trench/Smith 9 - 5 July 3, 2017 Project Number: 07-3022 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. STREET 6-33M Cement Concrete Extruded Curb 6-71 Roadway Barricades 6-74M Typical Thermoplastic Lane Markings 6-81 M Left-Turn Pocket End of Two-Way Left-Turn Lane 2281"Grade Sep at UPRR Joint Utility Trench/Smith A - 1 July 3, 2017 Project Number: 07-3022 12" 6" 9 10" 512" z 21/2" 5" F21/2" S ✓� ti u \ LL iD rp ti �"� 7 1 a, EPDXY f- ADHESIVE .ti r� o FOR FRESH ? ti �+P Lu CONCRETE w 1'R 3'4L COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18° 30 LB ROOFING FELT,6 MIL PLASTIC COMBINED CURB AND GUTTER OR APPROVED EQUAL 10" 2" 3 1/2' 5'-0"HAND TROWELED _ 1.5% TAPER SECTION 1%MIN• - � 2%� °v 6" " ROLLED CURB SIDEWALK kZ 12" MAINTAIN EDGE 24„ OF CONCRETE CURB. ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL OpE' LIP BETWEEN GUTTER AND CURB *1/2"OR**1" ZD 12" 6" 12" 6" ADA RAMP DRIVEWAY NOTES: NOTE: 1. CONCRETE CLASS 3000. TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. '-,"--"_ ---- - NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD �J THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE 8„ ADJACENT PAVEMENT SLOPE. { 1 1/2" 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%• r2- ti��� "' ,VARIES 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT %� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE / ��` 'RAY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT OF wA5'I�rr�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL �� �, 00 CITY OF KENT ENGINEERING DEPARTMENT U Z • KENT CEMENT CONCRETE � +38296 �� `"•�"'•°T°• CURBS 0- `FIST DESIGNED COK DRAWN SPS SCALE NONE STANDARD PLAN SSIONAL � CNECKED 0 DATE - 6-33M APPROVED E[dH� VARIES 45° TYPE OF 6" T�6" SUPPORT 6 VARIES ^? in TYPE I BARRICADE TYPE II BARRICADE SANDBAGS FOR ADDED STABILITY MOVABLE(TEMPORARY) TYPE III BARRICADE BOLTS: 2 PER JOINT 1/2"X 3"LAG SCREWS BOARDS: NOTE: GALV. 8"X 1"OR 12"X 1" FOR DIMENSIONS NOT SHOWN,SEE TABLE. 0 N i � 45° c C `` N 611 ` `, 6" Ln V ri 1' VARIES 2'MIN. (TYP.) POSTS:4"x 6"MIN. PRESSURE TREATED BARRICADE NOTES: OR CEDAR PAINTED WHITE. TYPE I II III FIXED(PERMANENT) WIDTH OF RAIL 8"MIN. 8" MIN. 8"MIN. TYPE III BARRICADE 12"MAX. 12"MAX. 12"MAX. LENGTH OF RAIL 2'MIN. 2'MIN. W MIN. HEIGHT 3'MIN. 3'MIN. 5'MIN. DEMOUNTABLE LIGHT"A" POST OR TYPE OF FRAME STRIPE NOTES: OR HEAVY"A" FRAME SKIDS FLEXIBILITY MOVABLE PORTABLE MOVABLE OR ORANGE&WHITE IF TEMPORARY.RED I PERMANENT &WHITE IF PERMANENT. QSEPr,. S 17 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT -REFLECTORIZED �"� of WAS y AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1p ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT -SLANT DOWNWARD,RIGHT OR LEFT,IN O >rP z O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. DIRECTION TRAFFIC WILL PASS.SLANT ' "t CITY OF KENT BOTH DIRECTIONS FROM MIDDLE IF ENGINEERING DEPARTMENT TRAFFIC PASSES BOTH ENDS.WIDTH 6" EXCEPT 4"IF RAILS ARE LESS THAN 3' 4'F S73R�.0 21493 KENT ROADWAY BARRICADES LONG. FG�\ WAGHI"OTO" -SLANT DOWNWARD TO MIDDLE AT END �NAL EN OF CLOSED ROAD. DRAIWNEo 8sa SCE NONE STANDARD PLAN CHECKED DATE - C�� SEE MUTCD SEC.6F.63 APPROVED eoowm V September 2009 aMMOra AM a3AOHddV h VL-9 £0oZ-ZO 31Va 03NO3HO 3 'IVAIOI S NVId CIMINV1S NON5j 03N 31VJ5 SdS NM OIS35S30 •OlOM,M4YM .� 96Z8£ Cf'a TZ-6 ONV Z'9Z-6'(8)1'ZO-6 SONDIMI 3Ndl Id01d U 1N3�1 '60-8 SNOUVDI3IJ3dS ObVONV1S Z lOOSM aid 0311tl1SNI 38 IIVHS LN3YIlad'd3a ONIN33NIJN3 17, w Uj (S,Wdd)Si DIJVW 1N3W3AVd 03SItld IZHax 30 AMID �0 �y :S310N l� �M 3NIl'd3IINVO ��A 3NI1 3NV1 d02i0 N0I133103 JId3VM1 WdIJ MZ 3dAl 03JVdS k-nvna3 S.Wdb AZ 3dAl-n8T 9NI131IHM.8 I I IDi 3NI-I d3I1NV9 MOl13A d81 �NMZ ,6 ��II ,£ NOLORIO JI33VU 3NIl 30IM 03110a 3NIl 3903 3NI1 31IHM„8 dV9 b 3NI131IHM„? Wda MZ 3d U aTo o _ 0 8 a �r 9 `I 9NIl 2131N30 dI IS 3NIl 3NVI N011032IIO JI33VSI NOI1J31IIO JIA"I 3NIl M0113A„b 3NIl 31IHM„b Wd'd AZ 3dAl Wdil MZ 3dA1 o ❑ o 0 0 0 ,T I ,0£ T ,TT � � ,0£ ,IT T NOI1032II0 JI33VMl NO11J32iIO JI33VNl 3NIl 30IM 3NI1 d31N3D M0113A 31anoo NOIJ:)3bI0 Jld3tlill NOLL031810 JI3dVMl 3NI1 MOl 13A ub dtl9„b dV9„b ,oz a Wda AAZ 3du�o Wda MZ 3du ❑ o 3NIl 31IHM„8 I — ` I ,OZ NOI103bi0 JI33Vdi NOI133bI0 JIddVU S3NI1 Ndni-w31 At1M OMl NOI1J3'dIO JId3Val 0 0 0 0 0 0 0 0 0 3NVl N21f111i31 AVM OMl ,S'Z ('XVW.000 y S9I'dVA dV9„y 0 O 0 0 O a NOIlDMO JIddV211 �r ,0£ ,OT I,T O .-1 O W in W J < Z Lo g W W s W z c g o C4 N ONLY NOTE: o SEE STANDARD PLAN 6-73 OR 6-74 FOR LANE MARKING DETAILS. J W W z r-J LU J � m l- O W 0 U O O W z g z ui J Q N NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S�y W SY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF h�I f� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. _ ao CITY OF KENT ENGINEERING DEPARTMENT U Z • LEFT TURN POCKET AT END KENT OF TWO WAY A� 38296 w4 Ww""'"°.o" LEFT TURN LANE LAYOUT 0�� "IST��` ��� DESIGNED D� SCALE NONE STANDARD PLAN AL�`SfON �'L� DRAWN ea — CHECKED DATE 6-8 1 M APPROVED ade�x WSDOT STANDARD PLANS SITE PRESERVATION AND EROSION CONTROL 1-30.10-02 Silt Fence with Backup Support 1-30.30-01 Wattle Installation on Slope 1-40,20-00 Storm Drain Inlet Protection 2281" Grade Sep at UPRR Joint Utility Trench/Smith A - 2 July 3, 2017 Project Number: 07-3022 m v c Ziff J c z o f . a Z o d C ° n. aN a�ww e - 12 °aE m �a o zffie Zd = uxi e �•� c Hr-� c Q v �N43[1 LL0 N $ W i OR �m a o m o a5 a 'n F Z 3 $ E c l W m Qf(//n $ b a 4 $ N s vvvGGGlll 3 f ,� zz b'E a e m aaa rcw my F wx CD Fa b t�, Z h w°C =_ w 1 Uf- �� o m w y LU mA .c 8� m N w Wa H 5 m 6m. z _w 90, J � fV cY7 v \ Nwm U.cw Q° 0 JEOJ YVn Ja Z = a W \\ 0mw °y r 01- crt 0 yr O LLI UN \\ Qng LL=\ wa Q � U a 5\ w0 Z 0 C yJ,S ir O Z w O p 0. ``\ • �Q N 2 LU U N a.0 J0. N mH- N7 w N e5� N 10 JY MO MP. u9 L :1wu. i 5 5 i 5 \ 1 t \ O= 5 \ �p z 5 1 1�t�[ 2Lh 5 A l a0 w 'NfW.O-,L t 5 N� „4: 5 \ i 1 5 l fir�eC T••"� =pF L OO(w(��O I C7N2~ FOU I 1 �� I aK�10 Z mmq� Q w LCL o 0 p LLzy Z m y'NN U OV100uzf O w jRw3 �xtF1 dU Nan¢4 Zp 1-rzo m mF ¢g` 0o 7 qu1� R' J N a gS' ¢¢Oz arygg N fLLJ n. > zJ3 tan 4 �zooz F °0: 6 N 0� F pMEL z z womm-rne uswavaa e o_ 91 == z u >Qc Q 3 cLr, E W� S 20i uoq� ZZ _o H o o11-72 �z� N zo F Q z gp 2 m7 =^8 a T p E'mE 08 O a g, CL OS 8 fg 8mm JO m� ss� a 'rnm Eq �` `, �o m Gm oT c m p w2c5i cc H SY Fit, = N w � m BE �2 t � Ea�b �_ umiw �� m e }s N c'S G $ O ® U Q C �N cv a C IC 5�N O �pQ xaw.o� ?�3 �NIW.£ ��•r--. � f ti � d r 4 � � o � o � rp W z N Z o " W a s m o tW z°d a to J Wx O r J b t- Z{� \- Ja Q end � Ca Ar � z / t n z w b b b b ul 53�� s'go W oV Lau Sd � `w a 0 a W n n N N moon tm:i!AS NMVW z � ~ 2 g W J Q !r | 2 d 6 - \ 0 § ■Ike » w gill ` # s $ `2§§ a \§ 9■ ■ \ « — ) ; 2 % = & 66 01— E �_ ( \/ § � k§ k t to� o ( k/ k ) IM e - \ ` 7 CD § | E \ t § { f M_ CMo �k tE k CD 2 )§ E CO) j\ / ƒ% ) s 2 w m vi . & ..% � tu IL § \ §( § .§ 9 § (& § § k k K « , \ , 2 � o | } \ \ § e <[�� @§ . uj § E _ §« �` © & � � ) � $ § _JAO_ a__ PROJECT SIGN 2281h Grade Sep at UPRR Joint Utility Trench/Smith A - 3 July 3, 2017 Project Number; 07-3022 a m a w li I w� GE®TECHN 1 CAL REPORT 228`h Grade Sep at UPRR Joint Utility Trench/Smith A - 4 July 3, 2017 Project Number: 07-3022 Ge©technical Engineering Services Report South 22801 Street UP Overcrossing Storm Drain Improvements Kent, Washington for City of Kent June 2, 2017 Geotechnical Engineering Services Report South 2281h Street UP Overcrossing Storm Drain Improvements Kent, Washington for City of Kent June 2, 2017 GMENGINEERS� 1101 South Fawcett Avenue, Suite 200 Tacoma, Washington 98402 253.383.4940 Geotechnical Engineering Services Report South 228thStreet UP Overcrossing Storm Drain Improvements Kent, Washington File No. 0410-162-04 June 2, 2017 Prepared for: City of Kent 220 Fourth Avenue South Kent,Washington 98032 Attention-, Mark Madfai Prepared by: GeoEngineers, Inc. SE 1101 South Fawcett Avenue,Suite 200 Tacoma,Washington 98402 253.383.4940 7— Jac". Letts, LG, LHG AL Senior Hydrogeologist Lyle J. one, PE Associate, Geotechnical Engineer JML:US:tt Disclaimer:Any elocuonic form,facsimile or hard copy of tho original document(email,text,table,and/or figure),If provided,and any attachments are only a copy of the original document,Tire adginal document Is stored by Goo Engineers,Inc.and will serve as the official documeataf record, GWENGINEER�� Table of Contents 1.0 INTRODUCTION...............................................................................................................................................1 2.0 SCOPE OF SERVICES......................................................................................................................................1 3.0 SITE CONDITIONS............................................................................................................................................1 3.1. Geologic Setting..........................................................................................................................................1 3.2. Surface Conditions......................................................................................................................................2 3.3. Subsurface Conditions...............................................................................................................................2 3.4. Groundwater...............................................................................................................................................2 4.0 CONCLUSIONS AND RECOMMENDATIONS...................................................................................................3 4.1. Temporary Shoring and Dewatering.......................................................................................... ......3 4.1.1. General.............................................................................................................................. ......3 4.1.2. Excavation Shoring.....................................................................................................................4 4.1.3. Temporary Dewatering...............................................................................................................6 4.2. Subgrade Preparation and Backfill............................................................................................................6 4.2.1. Subgrade Preparation.................................................................................................................6 4.2.2. Pipe Bedding and Backfill ..........................................................................................................7 4.2.3. Reuse of On-Site Soil..................................................................................................................7 5.0 LIMITATIONS...................................................................................................................................................7 LIST OF FIGURES Figure 1.Vicinity Map Figure 2.Site Plan APPENDICES Appendix A. Field Explorations and Laboratory Testing Appendix B. Report Limitations and Guidelines for Use GEOENGINEER� June 2,2017 ! Page i File No.0410-162-04 1.0 INTRODUCTION This report presents the findings and recommendations of our geotechnical study of the proposed South 2281h Street Grade Separation at Union Pacific Railroad (UPRR) Storm Drain Replacement in Kent, Washington. We understand that an existing 72-inch corrugated metal pipe (CMP) storm sewer will be replaced with a combination of 60-inch and 72-inch concrete pipe. The storm drain connects from the existing storm system at 4th Avenue South to a drainage ditch near the interurban trail.A Vicinity Map and Site Plan are provided as Figures 1 and 2,respectively.The proposed pipe alignment is about 950 feet long and is located in the south portion of the South 228th Street right-of-way(ROW). There is very little grade on the proposed pipe and the invert elevation is anticipated to be at about Elevation 25 feet.All elevations referenced in this report are NAVD 88 and based on topographic data provided by City of Kent. The pipe will cross under the UPRR through an existing 84-inch reinforced concrete casing.This work is expected to be completed before the construction of the grade separation embankments. 2.0 SCOPE OF SERVICES The purpose of our services is to provide geotechnical design and construction recommendations for the pipe installation.Our services are being provided in accordance with our services agreement dated May 11, 2017. The scope of services authorized under this agreement also includes providing analysis and recommendations for improvements to be constructed after the storm drain is installed. These additional recommendations will be provided separately. The specific scope of services addressed in this report include the following: 1. Reviewing existing soil and groundwater information including in-house reports and published geologic maps. 2. Providing recommendations for pipe bedding, pipe support, and trench backfill. We provide recommendations for imported fill, reuse of on-site soil as appropriate,and compaction requirements. 3. Providing a discussion of shoring and dewatering.The dewatering and shoring system will be designed by the contractor. We provide a general discussion of shoring and dewatering issues at the site and comment on the feasibility of different shoring and dewatering methods. 3.0 SITE CONDITIONS 3.1. Geologic Setting The site is located in the Kent Valley.The "Geologic Map of King County,Washington" (D. B. Booth, et al., 2002) classifies the soils in the project area as Alluvium (Qal) deposited by the Green River. The map describes this unit as"Moderately sorted deposits of cobble gravel, pebbly sand,and sandy silt along major rivers and stream channels."Typically,alluvial deposits in the Kent Valley include younger alluvial deposits in the upper 30 to 40 feet consisting of loose to medium dense sand to silty sand and soft to medium stiff silt. Older alluvial deposits are located below about 30 to 40 feet and generally consist of medium dense to dense sand and silty sand. In some areas layers of organics (peat)or organic silts are present between the younger and older alluvial deposits. In our experience,some fill is present in nearly all developed areas of the Green River Valley. GE0ENGINEERS� June 2,2017 Page 1 File No.0410-162-04 3.2. Surface Conditions The site is located in a commercial and industrial area of Kent, Washington. Grades along South 228th Street are generally flat;the ground surface varies from about Elevation 39 at the UPRR crossing to about 35 feet at 4th Avenue South. The properties surrounding the road are at about the same grade or a few (about 1 to 2)feet lower. At the west end of the proposed alignment the storm drain will cross the UPRR,the Interurban Trail, and a utility corridor carrying large overhead powerlines and other below ground utilities. The storm drain will connect to a ditch that runs north to south, parallel to the Interurban Trail. The bottom of this ditch is at about Elevation 25 feet, about the same elevation as the proposed storm drain invert. 3.3. Subsurface Conditions We reviewed 11 select explorations performed between 2002 and 2016 for the South 228th Street Grade Separation at UPRR project, six borings and five Cone Penetrometer Tests (CPTs). Two of the borings included groundwater monitoring wells. These explorations are provided as Appendix A. The approximate location of these explorations are shown on the Site Plan, Figure 2. The explorations at the site indicate an upper layer of fill over native sand and silt alluvium. Along South 228th Street we typically encountered 7 to 9 feet of fill over native alluvial soils.Two feet of fill was observed in the one exploration advanced off of South 228th(B-06).The fill was observed to vary from gravel roadway fill to what appeared to be reworked alluvium with some gravel. All fill was observed to be medium dense to very dense. In our opinion the CPTs do not provide an accurate representation of the fill soils because the fill soils were predrilled to advance the probe. The native soils observed in our explorations consist primarily of interbedded layers and lenses of loose to medium dense silty fine to medium sand, sandy silt and silt. This is consistent with Kent Valley alluvium. Some organic silts were observed in the alluvium; however,these were observed below Elevation 25 feet, the proposed storm drain invert elevation. The site soils, both fill and alluvium, are heterogeneous. Silt and sand lenses and layers were observed to vary significantly in the explorations. Based on our understanding of the geology of the area and our experience in Kent and the Green River Valley,we anticipate that there will be considerable variation in the depth, horizontal extent, and thickness of silt and sand layers across the site. 3.4. Groundwater Groundwater was measured in the wells MW-2 and P-3 at elevations between Elevations 27 and 30 feet. In the borings groundwater was observed during drilling to be between Elevations 28 and 30 feet. Groundwater observations made during drilling are not as accurate as measurements made in installed wells after the groundwater has had time to come to equilibrium. The CPTs completed in the vicinity generally indicate the groundwater table to be at greater depths than the groundwater levels indicated in the borings or the wells.CPTs measure pore water pressure directly.As the probe advances it causes spikes and drops in the pore water pressure,which are measured and used to evaluate the soil conditions. We do not consider these dynamic measurements to be as accurate as observations from the borings or the wells. In CPT-01 (2002) the probe was stopped so the pore water pressure could equilibrate at depth. This GEoENGINEERs� June 2,2017 Page 2 File No.0410-162-04 VO?9 1 1)1 tpo ON D�lj C00e,j J7OZ'Z9L111f O—S d33NIDN303S) `SjU9W,9Aojdwi peoi pue sail!l!ln �uipnjout SJU@WaAoidwi luooe.fpe loaloid of pue Al@;es AW�IoAA 109loAd of pGjinbai aq lj!m�UIAOLJS ' UlAeO WOJJ SOP!S @Ljj JU9Aejd of pajoqs jo padols aq of paau Ipm suoileAeox3 IBJOUO!O-T-T-17 �IuijajomaCj pue,'JupoqS AAejodme.L 'T'V SNOIIVGN3WWO338 aNV SNoisn13NO3 017 -@oelins punoj aLp olui aleillpi pue puod Al!pe@A ueo Aalem @oelins OJO,qM SOqOl!p 0;3eUleJp @qj Je@U IU@IeA@Ad lsow aq 01 SIGAGI jalempunoj� uo uoijelidiowd jo lo@4@ oql logdxa @M ,uoilel!dio@jd 01 @SLIods@j ui pue Alleuoseas @jenjonjj of jajempunoj�loadxa am'AOIIeA AE)Ald U09JE)JUOA OLIJ U1 @ou@ij@dxa ino pue SUO1jeAJasqo as@qj Lio pries Z*LZ Eo/-Vz/g Z'zZ 60/6Z/9 9,8Z co/zz/t? 8"8Z CO/Tc/c 9*K so/Tz/z; 8,8z COAUT 0,8z ZO/6T/Z1 T'L Z ZO/TZ/TT T'LZ ZO/Z T/OT 6,9z ZO/ZT/6 T'LZ ZO/ZT/8 S*LZ Z70/9T/L Z'8?, zo/oc/g 9,8z m/6/g 8'8i,7 zo/gz/-v O'6Z MAT/V 8'66 ZO/6Z/8 (ssaAVN wnwa) awa (4,001)U014CA013 S-d 1131 IV 81N3W3unSV3W1 831VMONnoeo DIHOISIH 'T 318VI -1@@4 g of do to U01jelAeA JRUOSeGS e POMOqS coic aqj ui s1lam joqlo -la@j C jo AGp,jo aqj uo @q pnoo jajempunoj� leuoseas ul SUQ1jeueA '11@M S1qj UO paseq @unr pue ZOOZ '6,Z qOJeN u@,omlaq puuosiod lu@NA to 41!0 Aq pajolpow @jam sham jaqjo qjlM �L]Oje fl9M S1q I 'aopljao t,19ZZ qlnoS 9q1 LJOJP Apnjs snOIA@Ad e jo lied sem E-d le P911el'sul 1Pm OU °s upoq pue S110M OL11 U1 GUOljeAJGGqO GLIJ ql!M IU@ISISUOO WOLU S' qDlqm 10@J LZ LJOIleA913 Inoqe le p@IL-001 SeM JOAGi JOJeMPLMOA OL11 1eqj P@jeO1PU1 ILIc)w@jnse@w Dewatering will be required to provide a safe excavation and a stable subgrade for construction. Shoring and dewatering systems are interdependent and their design must be coordinated. Excavations deeper than 4 feet must conform to the provisions of Title 296 Washington Administrative Code (WAC), Part N, "Excavation, Trenching and Shoring" if workers are required to enter. Shoring, trench boxes or sloped sidewalls will be required under Washington Industrial Safety and Health Act(WISHA). The contract documents should specify that the contractor is responsible for selecting excavation and dewatering methods, monitoring the excavations for safety and providing shoring, as required, to protect personnel and structures. We recommend that all shoring be designed to accommodate at least 2 feet of overexcavation of the subgrade. Excavation shoring should be designed by a qualified engineer in general accordance with Washington State Department of Transportation (WSDOT) Standard Specification 2-09.3(3) D "Shoring and Cofferdams." We recommend that we review the proposed shoring and dewatering plan before construction. Shoring design must consider the effects of surface loads. We recommend a minimum 250 pounds per square foot(psf)surface surcharge be considered for all areas except where prevented from entering with construction fencing or other physical barriers. Excavations near the UPRR must consider the effects of railroad loading. We recommend the railroad loading be considered for any excavation that is located with two times the depth of the excavation from the closest rail.We understand the UPRR will review all shoring plans for work near or within their right-of-way and may have more stringent requirements. 4.1.2.Excavation Shoring We considered two general methods to accomplish trench excavation and provide worker protection: (1) passive shield systems and(2)positive shoring systems.Shields are systems such as trench boxes that are placed in an excavation to protect workers from cave-ins. Positive shoring systems are structures that are designed to provide lateral support to the sides of the excavation and prevent cave-ins. With shield systems, the excavation is completed before the shield is in place and the shield is removed before the excavation is backfilled. The excavation sides are unsupported and prone to sloughing during construction. Even if the sides of the excavation do not slough, the sidewalls may squeeze and move laterally towards the trench. Typically, the potential for movement is limited to areas directly adjacent to the excavation within a distance equal to the depth of the excavation. Trench boxes or other shield systems will only be suitable where there are no settlement sensitive structures or utilities adjacent to the excavation. Where lateral movement of the adjacent soil is a concern(i.e.,where nearby settlement sensitive structures or utilities run parallel to the excavation) we recommend that a shoring system that can resist side wall movement be used.This could include sheet pile or soldier pile walls. Braced sheet pile or soldier pile walls can be used to reduce the amount of lateral movement of adjacent soils and improvements. Unbraced, or cantilevered,sheet pile or soldier pile walls can also be considered for temporary shoring but have a greater potential for lateral movement and adverse impact to adjacent utilities. For unbraced systems,we estimate lateral movement of the adjacent soil could be on the order of 0.5 to 1 percent of the depth of the excavation or about 1 to 2 inches for a 15-foot excavation.This potential movement could be reduced to some degree by increasing the stiffness of the shoring system elements. GEOENGINEERS� June 2,2017 Page 4 File No.0410.162 04 The soil pressures against a shoring wall are dependent on the type of wall, the soil retained, the method of construction and the extent of dewatehng. For pre0minary purposes, we suggest that loads against shoringsystembe estimated usingthe soil properties in the following table,These values are based unour experience in the Kent Green River VaNey. TABLE 2. PREU8A1NARY SOIL PARAMETERS Soi|Type ` � ' �' '� � Friction Angle ' � /� Total (pwf)� ' Silt to Sandy Silt 27 - 30 115 Silty Sand toSand 31- 34 120 These values are for preliminary planning purposes. 3ni| and water pressures used in final design should be determined by a qualified engineer and be based on the spe6fic shori ng system that will be constructed, The fill soils observed in the upper 2 to 9 feet are consistently denser and more compact than the alluvium. We recommend that the potential to encounter this denser and stronger layer be considered when evaluating the ability to instal� shoring elements. However, we do not recommend that shoring be planned or designed for the potentially higher strength fill soils unless the location and extent of the fill can be confirmed in the field during construction. Traditional soldier pile walls typically consist ofsteel H-piles with wood lagging. The H'pi|es are instaUed with either vibratory or impact hammer. As the excavation progresses the space between the piles are supported with wood lagging. Because the soil between the H-piles must support itself for a short period of time while the lagging is installed, this method is generally not suitable for sandy goi�s below the water table. Using a traditional soldier pile shoring system with lagging would require complete devvateringofthe area from the outside of the excovotiom. Sheet pile walVs may be instaNecl without first dewatering or without lowering the water table outside of the excavation provided that the shoring is designed for the full hydrostatic condition.Water that seeps through the sheet pile connections would need to be controlled and removed from the excavation during construction. If the excavation is completed without lowering the water table outside the excavation, the difference in pressure between the inside and the outside of the excavation could result in ~quink" or boiling sand conditions in the subgrade. This condition should be considered in the design. Methods to counteract this include: (1) extending the sheets further below the base of the excavation or (2) installing deeper dawaLarimgwe||a around the excavation perimeter or additional wells in the interior of the excavation to reduce excess water pressure. Heave of the excavation subgrade must also be considered in the design. Heave occurs where the weight of the retained soil approaches orexceeds the bearing capacity of the soil at the bottom of the excavation. This condition is more prone to occur with braced sheet pile shoring in sift depnsits, but could also occur under other conditions as well. Methods to counteract this include: (1) extending the shoring further below the base of the excavation, (Z) reducing the width uf the excavation where practical, or (3) reducing water pressure with additional dewater|ngwml[s. GsoEws|mseo-�r ]uoo2.28l7 Page 4.1.3.Temporary Dewatering The excavation for the proposed storm drain alignment will have different dewatering considerations based on the expected depth of excavation and the groundwater elevation at the time of construction. Different approaches to dewatering will be appropriate in different materials,and the contractor may need to change approaches and dewatering rates as construction progresses to account for fluctuations in the water table during construction. We anticipate that dewatering for the proposed sewer line alignment can be achieved through a combination of sumps and pumps and a vacuum well point system. Dewatering trench excavations will likely require dewatering with closely spaced well points or dewatering wells to control seepage or heaving and boiling of the subgrade. Dewatering with deep, widely spaced wells could leave perched groundwater above silt lenses and may not fully dewater the excavation.This is less likelyto occur with a series of closely spaced well points. We estimate that dewatering the excavation with closely spaced well points could require a pumping rate of 30 to 40 gallons per minute per 100 feet of open trench,though it may take up to 24 hours at a higher pumping rate to initially draw down the water table. This estimate is based on dewatering during the assumed seasonal high water table(Elevation 30 feet)to a depth of 3 feet below the bottom of excavation (about Elevation 22 feet), which would require about 8 feet of drawdown. If dewatering occurs when the water table is low,such as during the summer or fall, pumping rates would be less. If the extent of dewatering is not controlled and localized the subgrade water volumes could be significantly higher. For example, if vacuum well points are installed and operated to their full practical depth,to about Elevation 7 to 11 feet,the quantity of water expected to be two to three times greater than if the dewatering is limited to a few feet below subgrade. 4.2. Subgrade Preparation and Backfill 4.2.1.Subgrade Preparation The pipe subgrade should be in a firm and unyielding condition prior to the placement of pipe bedding. In areas where the subgrade is soft or yielding, overexcavation and replacement of soft or yielding soil or subgrade amendment may be required. For overexcavation and replacement we recommend that fill placed in the overexcavated subgrade consist of angular rock with few fines. In our opinion, material conforming to WSDOT Standard Specification 9- 03.9(2)"Permeable Ballast' is suitable for this purpose.The rock should be placed in lifts and tamped with an excavator bucket.A geotextile may be required between the rock and the pipe bedding to prevent pipe bedding material from being lost into the voids in the rock. Alternatively,where soft subgrade soils are present and no existing utilities are located below the subgrade, the subgrade may be amended by pushing or tamping quarry spalls into the soft subgrade to provide a firm surface.Quarry spalls should conform to WSDOT Standard Specification 9-13.6"Quarry Spalls"and should be placed in lifts about one spall or rock thick. This method can raise the subgrade as soft material is displaced. Accordingly, some overexcavation prior to placing quarry spalls may be required to maintain subgrade elevation. GEOENGINEERS� June 2,2017 Page 6 File No.0410462-04 This level of subgrade preparation is intended to amend soft silts or loose sands to create a uniform bearing surface for the pipe. It may not be adequate to repair subgrades softened or loosened by heaving or boiling. If heaving or boiling conditions occur, excess water pressures must be controlled before the subgrade is overexcavated or amended. 4.2.2.Pipe Bedding and Backfill The trench should be backfilled with structural fill compacted to at least 95 percent of the maximum dry density(MDD) as determined by ASTM International (ASTM)Test Method D 1557.We recommend that the initial lift of fill over the pipe be thick enough to reduce the potential for damage during compaction but generally should not be greater than about 18 inches. In addition,rock fragments greater than about 1 inch in maximum dimension should be excluded from this lift. In our opinion, material conforming to WSDOT Standard Specification 9-03.14(1)"Gravel Borrow" is suitable for trench backfill with the exception that the maximum particle size should be limited to 1 inch in the first lift. Pipe bedding should consist of granular material with a maximum particle size of 3/4 inch and less than 5 percent passing the U.S.Standard No.200 sieve.The pipe bedding should be a material that will conform to the shape of the pipe when the pipe is seated in the bedding.The pipe manufacturer should be contacted for additional bedding and backfill requirements. 4.2.3.Reuse of On-Site Soil Soil excavated from the site can be considered for reuse as structural fill or backfill provided that it meets the recommended gradation requirements outlined above and can be compacted as recommended. Soil excavated from below the groundwater table will likely be over the optimum moisture content for compaction and will need to be moisture conditioned before it is placed.Reusing excavated soil will require a place to stockpile the soil temporarily and could impact site access and shoring. Asphalt can be considered for reuse in backfill provided that it is only used in the upper 3 feet of backfill to avoid placement below the groundwater.Asphalt must be blended into the soil fill to create a homogeneous mixture and must not exceed about 20 percent of the total fill by weight.Asphalt pieces larger than 3 inches must be removed or crushed into smaller pieces fill prior to reuse. 5.0 LIMITATIONS We have prepared this report for the exclusive use of the City of Kent and their authorized agents for the South 228th Street UP Overcrossing Storm Drain Improvements project in Kent,Washington. Within the limitations of scope,schedule and budget, our services have been executed in accordance with generally accepted practices in the field of geotechnical engineering in this area at the time this report was prepared. No warranty or other conditions, express or implied,should be understood. Please refer to Appendix B titled "Report Limitations and Guidelines for Use" for additional information pertaining to use of this report. GEOENGINEER� June 2,2017 Page 7 Pile No.0410-I62-04 M °x SIMth"ut. rPJ lr''& rN�JPb iY „�.. w. ."r!'I '"A V�JI�al4'�' InNY4 wn Y,,Prl4{1"�G".'� pV �r tm„ PkA ,'7.,°cis rk :,,Y720' r mmF a O"&RIHM b " �> awe" � r 99akagV 'ror .r�Vl tOs o� .>'TE rYr."Br .,tV7�&kr"�tl „, 7, & 1067 b,a7°� eA, rt ^tV4 N.iepst Nvwaa NFb��aa4 " ,� f 70Pet Vy,,"6W Rem,^aFm A ktw NA u IM. ar9vu ^IE1 F a a7�s "•"��%�rr�a `� Wci i G r^uargr.0 Nbr ua^P,T b Nor 14 ITCCG a 9,Pr,rrr Jr4. M,. 667 u 411 tit t rq� r, ^r. 'ip ST w y„G d ^aM I.es a d:3Ru,N -,t hrrl`+ e� S'4 4 4, 1160,"A .R .e ra �" z t67) 3� r2 Oft w, � ,yycu"wu'.: ddrv�rW.. t ,t f.�enarvrr."xG a �" P,N!Id CB W 14@1Narod w ,. 60 � Will k?,worwrv„y r r Ey d 1ACNa'u dutoN�B,nfrra,rN: d b[c P, r /� //� A�wdS �Cd^ivr N1v Nrt r°"uar,Yr br .� Bent b,rw ehy ,. rc AWti,Pl V � r ;vyclla ad railA' yR r f b 41 f�"® dWd M;� IP'ra 9�.r fr F4 d 'nV CF tN �l � Mr>a dxrc lY 5^ u Jin % W er P Vrcl a v, y, x a U a W S nton 2„000 0 2,000 Feet To ................. Vicinity Map €D� Notes: m' 1.The locations of all features shown are approximate. .......... a, 2.This drawing is for information purposes.It is intended to assist in 228th Street UP Overcrossing a showing features discussed in an attached document.GeoEn'gineers,Inc. Storm Drain Improvements cannot guarantee the accuracy and content of electronic files.The master {<entV(ashlnt'Cfn a fife is stored by GcoEngineers,Inc.and will serve as fhe official record of this communication. ur Data Source:Mapbox Open street map,2016GWENGINEER�'' Figure c� 9 Projection:NAD 1983 UTNI Zone 10N _._.__........._............. 6 _ �Xe ry a�C X Q �MfM�MI ° MGM m 0 n I, 4, FD � Hai r i f ca i m r , na 0 � o � a � � a '' tea ro RI U4 � G N APPENDIX A Field Explorations and Laboratory Testing . SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYMBOLS TYPICAL JGALETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS CLEAN GW WELL-GRAVELR-ADED SAND MIXTURES AC Asphalt Concrete GRAVEL GRAVELSANDGRAVELLY (LITTLEOR NO FINES, GPPOORLY-GRADED GRAVELS.SOILS GRAVEL-SAND MIXTURES /�/� � CC Cement Concrete COARSE SILTY GRAVELS,GRAVEL-SAND GRAINED MORE THAN 50k GRAVELS WITH p GM SILT MIXTURES Crushed Rock/ OF COARSACTION FINES CR Quarry Spalis SOILS FRACTION RETAINED ON NO ,APPRECIABLE AMOUNT a SIEVE OF FINEST (�`(�` CLAYEY GRAVELS,GRAVEL- O SAND-CLAY MIXTURES Topsoil/ TS Forest Duff/Sod CLEAN SANDS SW GRAVELLY SANDSMORE NDS. RETAINED AN NO SAND Groundwater Contact RET200 SIEVE VE NO AND (LITTLE OR NO FINES) 200 SIEVE SANDY SP POORLY-GRADED SANDS, SOILS GRAVELLY SAND Measured groundwater level in exploration,well,or piezometer MORE THAN 50% SANDS WITH SM SILTY SANDS,SAND-SILT OF COARSE FRACTION FINES MIXTURES Measured free product in well or PASSING NO.4 piezometer SIEVE (APPRECIABLE AMOUNT sc CLAYEY SANDS,SAND-CLAY OF FINES) MIXTURES INORGANIC SILTS,ROCK Graphic Loci Contact MIL FLOUR,CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO Distinct contact between soil strata SILTS LIQUID LIMIT CL MEDIUM PLASTICITY,GRAVELLY FINE AND LESS THAN SO CLAYS,SANDY CLAYS,SILTY GRAINED CLAYS CLAYS,LEAN CLAYS Approximate contact between soil SOILS I ORGANIC SILTS AND ORGANIC / strata OL SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS,MICACEOUS Material Description Contact PASSING 0 MORE THAN S200 ( I MH SORT DIATOMACEOUS SILTY .20 SIEVNE SILTS LIOUIDLtM1T INORGANIC CLAYS OF HIGH Contact between geologic units AND GREATER THAN 50 CH PLASTICITY CLAYS Contact between soil of the same OH ORGANIC CLAYS MEDIUM TO HIGH PILASTICIT OF ____ PLASTICITY geologic unit HIGHLY ORGANIC SOILS PT PEAT,HUMUS,SWAMP SOILS -= WITH HIGH ORGANIC CONTENTS Laboratory/Field Tests NOTE: Multiple symbols are used to indicate borderline or dual soil classifications %F Percent fines Sampler Symbol Descriptions %G Percent gravel AL Atterberg limits ® 2.4-inch I.D.split barrel CA Chemical analysis CP Laboratory compaction test Standard Penetration Test(SPT) CS Consolidation test DS Direct shear ■ Shelby tube HA Hydrometer analysis MC Moisture content ® Piston MD Moisture content and dry density OC Organic content Direct-Push PM Permeability or hydraulic conductivity ® Bulk or grab PI Plasticity index g PP Pocket penetrometer ® Continuous Coring PPM Parts per million SA Sieve analysis TX Triaxial compression Blowcount is recorded for driven samplers as the number UC Unconfined compression of blows required to advance sampler 12 inches(or VS Vane shear distance noted). See exploration log for hammer weight and drop. Sheen Classification NS No Visible Sheen A"P"indicates sampler pushed using the weight of the SS Slight Sheen drill rig. MS Moderate Sheen HS Heavy Sheen A"WOH"indicates sampler pushed using the weight of NT Not Tested the hammer. NOTE:The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS GMENGINEERS FIGUREA-1 Rev.02/16 Start End Total 76.5 Logged By SJW Driller Holocene Drilling,Inc. Drilling Mud Rotary Drilled 2/8/2016 2/8/2016 Depth(ft) Checked By US Method Surface Elevation(ft) 37 Hammer Autohammer-73%Efficiency Drilling BK-81 Vertical Datum Data 140(lbs)/30(in)Drop Equipment Easting(X) System Groundwater Northing(Y) Datum Depth to Date Measured Water(ftl Elevation(ft) Notes: See Remarks FIELD DATA N e o .`s MATERIAL w ° Z °' J `°U DESCRIPTION a REMARKS a7 0 Q$ N % 2 O A2 C 4. w 0 X m? ci (:9 (D U 2 U o 0 AC \Asphalt concrete o Crushed rock base course �_CR Drill chatter GP-GM Brown fine to coarse gravel with sand and silt (very dense,moist)(fill) 0 5 6 54 (66} .y0 a Groundwater observed at 8 feet bgs in drill casing j sm Gray silty fine to medium sand(loose,wet) Drill chatter stops 10 0 2 (alluvium) (2) b I i i 15 5 10 F 30 34 (12) 24 a 38 Dry Density=83 pcf cs With silt interbeds 20 10 10 q 33 46 (12) %F o - NI --- w SP Gray fine to medium sand(loose,wet) 5 (alluvium) 25 10 9 5 63 5 (11) m z SM Gray silty fine to medium sand(medium dense, wet)(alluvium) 30-112 15 ¢ — 30 19 m (18) %F E � h MUSM Gray interbedded silty sand/sandy silt(stiff to o medium dense,wet)(alluvium) a' 35 10 12 7 30 32 24 (15) %F SO Note:See Figure A-1 for explanation of symbols. n Log of Boring B-01 Project: South 228th Street/UPRR Grade Separation Project Location: Kent, Washington 8 GMENGINEER� FigureA-2 IL Project Number: 0410-162-02 Sheet 1 of 2 FIELD DATA d s o MATERIAL REMARKS DESCRIPTION z 'Q y d d a I.N =C d m �+ 7i'� N N O N y C ll tL O pip? U F (7 UU �C1 0 ao a 19 SM Gray silty fine to medium sand(medium dense, 30 (23) MC wet)(alluvium) h I SM Gray silty fine to medium sand(dense,wet) 45 - 13 34 34 - (alluvium) 28 (41) MC 24 11 ML Gray silt with sand(very stiff,wet)(alluvium) 50 1 16 12 (19) �5 24 13 55 12 14 58 AL(LL=47;13I=15) (15) AL Grades to stiff SP-SM Gray interbedded silty sandlsand with silt 60 12 21 15 (medium dense,wet)(alluvium) (26) ,yh SP-SM Gray sand with silt(dense,wet)(alluvium) 65 13 37 16 t 148) o n�0 rc o � 4 N I U ul O 0. 70 ' 12 41 17 (50) O U' N Q' Z z 1_. 18 (29) u 0 75 - 13 24 0 Grades to medium dense E 8 E m O n' t) z z Note:See Figure A-1 for explanation of symbols. a Log of Boring B-01 (continued) Project: South 228th Street/UPRR Grade Separation s G M E N G I N E E R 5 Project Location: Kent,Washington Figure A-2 Project Number: 0410-162-02 Sheet 2 of 2 $= End Total 151 5 Logged By SJW Driller Holocene Drilling,Inc. Drilling Mud Rotary Drilled 2/9/2016 2/11/2016 Depth(ft) Checked By USMethod Surface Elevation(ft) 39 Hammer Autohammer-73%Efficiency Drilling BK-81 Vertical Datum Data 140(lbs)130(in)Drop Equipment Easting(X) System Groundwater Northing(Y) Datum Depth to Date Measured Water M1 Elevation Ott Notes: See Remarks FIELD DATA m 06 a `s MATERIAL REMARKS DESCRIPTION LD (0 L a Q. Z U d E'N a 7 y y 2pp C W C1 C ou 2V 3e 0 AC _ Asphalt concrete Air knife used 0 to 7.5 feet CR Crushed rock base course GP Brown fine to coarse gravel with sand and cobbles(dense,moist to wet)(fill) �y 5 J 5 5015" SM Gray silty fine to medium sand(medium dense, Groundwater obsecas gat 9 feel bgs in drill 10 1 wet)(alluvium) 9 10 12 1 (15) - I tih 15 - 11 14 2 (17) ryo I li - SP-SM Gray fine to medium sand with silt(medium 20 ' 8 15 s dense,wet)(alluvium) — (18) 0 a a z Z Q ML Gray silt(medium stiff,wet)(alluvium) 0 OF 25 16 3 4 49 AL(LL=49;PI=11) m (4) AL a 0 24 s 54 Dry Density=68 pcf N W Z p SM Gray silty fine to medium sand(medium dense, 30 14 14 e — wet)(alluvium) - (17} E h ML Gray silt with sand and some organics(grass) (soft,wet)(alluvium) 35 - 13 6 — 46 AL(LL=36;PI=4) (7) AL S 24 e 8 - F z Note:See Figure A-1 for explanation of symbols. 8 n 5 Log of Boring B-02 Project: South 228th Street/UPRR Grade Separation G M E N G I N E E R S Project Location: Kent,Washington Fi ure A-3 Project Number: 0410-162-02 Sheet 1 of 4 FIELD DATA d m m y > o `s MATERIAL REMARKS o m o �, DESCRIPTION H Z > JE G q y G N l9 2 ! c li '� a w ❑ � M mz 20 a SM Gray silty fine to medium sand with layers of 40 -' 13 7 n silt(loose,wet)(alluvium) 46 AL(Non-plastic) (9) h ML Gray silt with sand(stiff,wet)(alluvium) 45 12 26 MC - - 35 (32) 24 11 sa 50 16 21 12 - - (26) 12 13 �h 1 SM Gray silty fine to medium sand(medium dense, wet)(alluvium) 55 _ 13 4 14 MH Gray silt with sand(medium stiff,wet) - 26 AL(LL=52;PI=18) (5) AL (alluvium) 24 15 60 15 11' 16 - (13) tih SP-SM Gray fine to medium sand with silt(medium dense,wet)(alluvium) 6A 8 24 u 26 11 (29) N U U 70 10 30 18 Grades to dense (37) Ll U' O to W Z 0 Z 0 75 11 26 19 {32) e E p� m 80 10 38 20 - - (46) 0 o_ z S2 s Note:See Figure A-1 for explanation of symbols. 9 a Log of Boring B-02 (continued) Project: South 228th Street/UPRR Grade Separation Project Location: Kent, Washington I GEOENGINEERS FigureA-3 Project Number: 0410-162-02 Sheet 2 of 4 FIELD DATA m a y CL o `s MATERIAL REMARKS o g DESCRIPTION io r Z ' y m c La ay 0m O M m 10 N G/0 O U. ❑ c Ofm? U U) 0U'�U 20 a h ML Gray silt with sand(soft,wet)(alluvium) 85 5 3 M 38 (4) 0 SP-SM Gray fine to medium sand with silt(dense,wet) (alluvium) 90 -J 10 38 22 (46) yy ML Gray sandy sill(very stiff,wet)(alluvium) 95-1 10 13 me 23 36 (16) 100 6 14 25 - (17) SP-Sm Gray fine to medium sand with silt(dense,wet) (alluvium) 105 10 26 26 - (32) Ml Gray sandy silt(soft,wet)(alluvium) 110 - 11 21 2-735 (26) MC SM Gray silty fine to medium sand(medium dense, ° wet)(alluvium) a I a I - m x U 0 115 10 18 (22) 36 1 ML Gray sill with sand(very stiff,wet)(alluvium) 36 - MC o - w i 3 120 sP-SM Gray sand with silt(medium dense,wet) o is za (alluvium) u (34) 3 0 E - a — - ML Gray sandy silt(very stiff,wet)(alluvium) m 125 - ° 10 21 30 (26) MC u F o Note:See Figure A-1 for explanation of symbols. 8 n Log of Boring B-02 (continued) Project: South 228th Street/UPRR Grade Separation o G M E N G I N E E R 5 Project Location: Kent, Washington Figure A-3 Project Number: 041 D-162-02 Sheet 3 of 4 FIELD DATA d M E �, i3' s MATERIAL REMARKS 8 Z J J DESCRIPTION N� 0 J t > u c s 5 d c > a Z chi 3 m F.N ii 'c LL a� 12 00 SM Gray silty sand(medium dense,wet)(alluvium) 130 11 15 31 (18) ay MI- Gray silt with sand(stiff,wet)(alluvium) 135 --' 10 10 MC 38 (12) °o SM Gray silty sand(dense,wet)(alluvium) 140 13 30 33 (37) I - SP•SM Gray sand with silt(dense,wet) w 145 14 28 34 (34) 0 150 - 12 44 35 Grades to very dense (53) 0 N 2 U O w O O d' W z -U' 2 W O w O 5 E r fi m 0 'a O Z� 0 S F z s Note:See Figure A-1 for explanation of symbols. 8 s a Log of Boring B-02 (continued) Project: South 228th Street/UPRR Grade Separation 8 G M E N G I N E E R S Project Location: Kent,Washington Figure A-3 Project Number: 0410-162-02 S e et 4 of 4 bio L I904S ZO-Z96-OLt O :jagwnN IoafoJd -y aan6lj uo;6u14SeM`;ua){ :uol)eoo-)}oafald U 3 3 N I J N 3 03 uol�eledaS ape�O abdnneejlS 4j8ZZ 43noS :1oafoid V0-8 Blupo8 10 BO-1 FF -slogwl(s to uo!leueldxe joi 1-y em6!j aaS:aION o i� Z o (9z) g LL 6 S£ m (wmAnlle) - a (lam'asuep wn!pow)ills 4llm puss aug dejE) NS-dS 3 3 (OL) L 91 4 OE 0 m 2 (wnlnnlle) m —__— (lam'asuap AJBA)pues aug XII!s ABBE) WS m — Or v (6L=1d 69=11)1W OL IV (6) m 9 9 OL SZ (wmAnlle)(Is!ow o g!ls wn!pow)lanel6 aug leuo!se000 pue i (sassej6)jailew ope6ao eoeil ql!m ills Aeje HW --—— -- — — n z 0 C�� A O (BL) s6u!llno u!swa!d pooh _ ' 9 zt o [—oz (9L) (wn!Anpe)(lam'esuep wn!paw) v ZL ZL 91 (poom)so!ue6io ,Q gllm pues augl!s AejE) WS £ 0 oti (9) Z 9 0 1-01 sdols jallego II!j0 (wmAn!le)(is!ow'llgs w!paw)Ills Apues AejE) IN 0 0 6ulseo 0 pup u!s6q laal L le peAjasgo jalempunwo 0 OF 0 (09) 0 L ££ m 9 0 0 0 (pg)()slow'asuap) o pues pue Ills 4i!m laneJ6 asJeoo 01 aug umw8 w�d� cF asmoo aseq)low p9gsnjO 2!0 0 Jalle4o 111Ja alaaouoo lle4dsy OV _ 0 n 00 no Nm c Zo m M m aw m m e N.a 3 N 3 '" < Z m S�12it/W32! N NOIldRiOSEO o 0 � y o a CD CD gjewgaj aes :56ION y u l n ! TOO M painse� wnlea 00 61114uoN al 4idad mp naO wals/S (X)6ugse3 luawd!nb3 doaa(ul)O£/(Sql)Oti6 elep wnlep l8Dlvall L9-Ne 6ulll!,a Aoualol}13%l,6-aawwe4olny JawweH L£ (Il)uogenal3 ooeynS tieloa pnlN Po418Nl 'oul'6ulllua auaooloH �all!�O Sf'l AS palloe40 5 6S 6 (1))qlc o0 91OZ/111Z 960Z1511Z Palled 6ulll!j4 �9 A9 pa66ol I l 1 � TIM FIELD DATA m 1�_ m o MATERIAL s ° REMARKS U DESCRIPTION a 2 pp> `w m y c CL d> y U 3 in N O W LLW m? V �: a (DU 20 o 40 1 0 32 9 Grades dense !49) h ML _ Gray sandy sill with trace organics(grass) (stiff,wet)(alluvium) 45 12 10 42 70 AL(non-plastic) (15) AL 33 �O %F SP-sae Gray fine sand with silt(medium dense,wet) (alluvium) 50 1 14 19 11 (29) �5 MH Gray silt with sand(soft,wet)(alluvium) 55 ' 9 2 >2 55 AL(LL=54;P1=19) (3) u ry0 sP-SM Gray fine to medium sand with silt(dense,wet) 16 13 (alluvium) 60 9 23 14 (35) ,1h - 65 17 30 15 (46) - a z m� V W O _ 70 ' 7 18 15 7 Angular gravel in sampler(slough) (27) 2- �h N W 2 V W 0 75 17 14 30 ' (46) 90 E a 0 a' 80 ' 12 46 16 �? (70) 0 i3 ML Gray silt with sand(very soft,wet)(altuvium) Note:See Figure A-1 for explanation of symbols. a Log of Boring B-04 (continued) Project: South 228th Street/UPRR Grade Separation eG EO E N G I N E E R S Project Location: Kent,Washington Figure A-4 Project Number: 0410-162-02 Sheet 2 of 4 FIELD DATA m a v o MATERIAL DESCRIPTION N REMARKS CX y �m c W d m C O N N O ' %C IL m? u H C7 (7 U U 3E 85 15 WOH 19 MC yo 90 18 2a 20 (42) SP-SM Gray fine to medium sand with silt(medium dense,wet)(alluvium) 95 16 25 21 (38) 100 16 31 22 (47) h SP-SM Gray fine to medium sand with silt,organics (wood pieces)and occasional layers of sandy silt(dense,wet)(alluvium) 105 - 14 26 23 (39) .,o 110 6 32 24 (49) - o z i u 0 115 3 so zs Grades to very dense (91) I �o 0 WSM Gray silty fine sand with organic matter(grass) and trace gravel(dense,wet)(alluvium) u 0 120 2 49 26 0 (74) ro E 0h i sPSM Gray fine to medium sand with silt and E stratifications(approximately 1 to 3 inches thick)of sandy silt(dense,wet)(alluvium) 0 125 12 32 27 (49) 9P 0 M F L Gray silt with sand(stiff,wet)(alluvium) Z ti m 2 Note:See Figure A-1 for explanation of symbols. 8 a Log of Boring B-04 (continued) Project: South 228th StreeUUPRR Grade Separation G M E N G I N E E R 5 Project Location: Kent, Washington Figure A-4 Project Number: 0410-162-02 Sheet 3 of 4 FIELD DATA m V E E c y > J o MATERIAL REMARKS DESCRIPTION w " a s as 'ate c > a W 3^ � a co o c iL W O o m? t0i CD 0U 2L) o 130 18 12 M 36 {18) 9h 135 ' 11 19 29 (29) 00 140 7 31 30 (47) 145 -� 6 8 31 37 (12) MC .,O -- -------- -- ML Gray sandy silt with layers of silly fine sand {hard,wet} 1 501-1 15 25 32 D a ¢ D z N 2 U O W K Z V' 2 W D W E e� 3 E m D a' 0 zz t7 Note:See Figure A-1 for explanation of symbols. 0 a Log of Boring B-04 (continued) Project: South 228th Street/UPRR Grade Separation s G M E N G I N E E RS g Project Location: Kent, Washington Figure A-4 Project Number: 0410-162-02 Sheet 4 of 4 Drilled 9123/3/016 9/223 2016 Total 61 Logged By BK Driller Holocene Drilling,Inc. Drilling Hollow Stem Auger Depth(ftJ Checked By US Method Surface Elevation(ft) Hammer Autohammer-91%Efficiency Drilling Vertical Datum 34 Data 140(Ibs)/30(in)Drop Equipment 8-61 Mobile Truck Mount Easting(X) System Groundwater Northing(Y) Datum Depth to Date Measured Water fftf Elevation fftl Notes: See Remarks FIELD DATA N z J MATERIAL o REMARKS o S _ � DESCRIPTION Z. L > m s L COE j C c i'_ O N O. 7 y as .21 N w � S IY m z UZ H � 0 o U 0 ii ci 0 _AC Asphalt concrete pavement CR Crushed rock base course l Drill chatter-to 2 feet sM Brown silty fine to coarse sand with gravel (medium dense,moist)(fill) SM Gray silty fine to medium sand with occasional y° silt lenses(loose,moist)(alluvium) 5 ' 17 3 1 (fi) Groundwater observed during drilling at 6 fee by I 10 - 14 s 2 - (9) 3 I ii 15 12 6 4 I i — (9) I i 20 14 8 5 - a (12) 0 m sP-sm Gray fine to medium sand with silt(medium dense,wet)(alluvium) 0 25 18 20 6 d (30) m a w --- - - li MC Gray silt(medium stiff,wet)(alluvium) v h w 30 8 4 Z _ ___ _____ _ 57 -4 (6) T 1 SM Gray silty fine to medium sand with occasional 28 36 tl i F silt layers and trace organic matter(grass) (loose,wet)(alluvium) i a _ __ __ _ _ __ _ __ _ _ o SP-SM _ Gray fine to medium sand with silt,occasional o lenses of silt and trace organic matter 0 35 12 26 9 (wood)(medium dense,wet)(alluvium) (37) 0 g F z (7 Note:See Figure A-1 for explanation of symbols. S a L Log of Boring B-06 a Project: South 228th Street/UPRR Grade Separation G EO E N G I N E E RS Project Location: Kent,Washington Figure A-6 Project Number: 0410-162-02 Sheet 1 of 2 FIELD DATA N M s MATERIAL ;, o a „0, �_ DESCRIPTION �F � REMARKS c0 t Z p on_ u d G 7 N J y .0 G1 N N O 8 o N N f0 t0a O` M W c W m? U H C7 C7U 2U iiU h SM Gray silty fine to medium sand with occasional silt lenses,trace organic matter(grass) 40 14 9 10 (loose,wet)(alluvium) (19) 11 o ML Gray sandy silt(soft,wet)(alluvium) 0 45 - 14 11 37 (17) MC 1y - 50 -' 18 1 13 37 59 (2) ]4 61 MC sM Gray silty fine to medium sand with trace organic matter(grass,wood)(loose,wet) 55 -' 16 5 15 — (alluvium) (6) 16 I ; �y SP Gray fine to medium sand with trace silt (dense,wet)(alluvium) 60 ' 12 32 17 a z 0 a vi u' N J O °d N 2 Z z O (7 E E m O a O G _z Note:See Figure A-1 for explanation of symbols. s a Log of Boring B-06 (continued) a a Project: South 228th StreeYUPRR Grade Separation G EO E N G I N E E R S Project Location: Kent,Washington Figure A-6 Project Number: 0410-162-02 Sheet 2 of 2 Operator Mayfield CPT 6atefTlma 211012018 1!09:59 PM Sounding: CPT-01 Location: Kent,WA Cone Used: DOG1327 Job Number: 0410-162-02 Tip Resistance Friction Ratio Pore Pressure 561 Behavior Type'" SPT N" Cc TSF FslQc(%) PIN PSI Zone:USC-1983 80%Hammer 0 450 0 5 -20 180 4 12 0 60 rF.��' T'l i iTTF 7F 1l e � I I V" M1 li k w t 0 el— r t a o I eJ r r 241 r 40 I_ r a o' I 4 1 I I I y r I r r 1 { I P I 1 li I R a W I .rP( I r,.,.. 160 r- x r v Depth In [ otl I 80 it r t o I 100 � + r j/14,1'4 9 r4 ix�'+A u W , ar o � , t ., u x<H J tl+'tl"i � r R r 6 124 „ „ .. f tl —x4—r7_r . 1 _ i V ] u tl I r S r f r0 I I V 140 a o r r pGi INTO J1 !A�I m Jhllr// i) ; r�160 I f I I I P rl ea o tl h I I I r l I i I r-, o < I i r I r Maximum Depth-151.05 feet Depth Increment=0,1164 feet 20 1 sensitive fine grained fM 4 silty clay to clay 117 stow sand to sandy silt 1510 gravelly sand to$and 2 organic matilmid 05 clayey Sol to silly clay :3 send to silty sand d 11 very stiff fine grained f") 3 clay N 5 sandy silt to clayey sill NO g, sand E 12 sand to clayey sand(') In Situ Englnc+eft CPT betties 18 below scnest wfece 'Sail behavior type and ZPT based on data from UBC-181t1J.. CPT 01 Ft' South 228th Street/UPRR Grade Separation W, Kent, Washington GEoENGINEER Figure A-6 r�- a � CL :L-' Q)CD i C CID 0 ca in c a o- era J +� ........... a) cn co C7 CJ ui • '- CS �c o 2 Q Q ; 2 doa u a c� s ' a U) C7 < 4 a CN ro M Q0 CN ro a ar co 0) (0 env w 0 CJ 0 d O 0 Q u 0 0 00 ° w m m o CO u" n Q m r � ar as a_ 9T/Co/Eo.popo&30WO LO-Z9'G-OTVD.. ao 0 " Cr a OD W a) ii o o a 0 h CC — CL ui 1 J ui ......._......_ L.. ...... ............. O N 00 LU Z3 lU 0 Q '- o a ro C� J C' ( 0 c a c r0 LLT_ LLJ i ro r_ �I•- � � c`�Pr ��?•,1 Q � � ca to t y cz CN—-- "GS Ci� r m ct co c c oo to sr o c ti a � � 0 0 G7 o 1 C7 C> a s7 c1 N 1 (D (D CN � � U a 2tD CD D — = a T � G a: o � 0 0 0 c � � c o In CCm m E 5 a E e V a r un ar 4 e' SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS GROUP GROUP NAME SYMBOL GW WELL-GRADED GRAVEL,FINE TO COARSE GRAVEL GRAVEL CLEAN GRAVEL COARSE GP POORLY-GRADED GRAVEL GRAINED More Than 50% SOILS of Coarse Fraction GRAVEL GM SILTY GRAVEL Retained WITH FINES on No.4 Sieve GC CLAYEY GRAVEL SW WELL-GRADED SAND,FINE TO COARSE SAND SAND CLEAN SAND More Than 50% SP POORLY-GRADED SAND Retained on More Than 50% No.200 Sieve of Coarse Fraction SAND SM SILTY SAND Passes WITH FINES SC CLAYEY SAND No.4 Sieve ML SILT FINE SILT AND CLAY INORGANIC GRAINED CL CLAY SOILS Liquid Limit ORGANIC OL ORGANIC SILT,ORGANIC CLAY Less Than it MH SILT OF HIGH PLASTICITY,ELASTIC SILT More Than 50% SILT AND CLAY INORGANIC Passes CH CLAY OF HIGH PLASTICITY,FAT CLAY No.200 Sieve Liquid Limit ORGANIC OH ORGANIC CLAY,ORGANIC SILT 50 or More HIGHLY ORGANIC SOILS PT PEAT NOTES: SOIL MOISTURE MODIFIERS: 1. Field classification Is based on visual examination Dry- Absence of moisture,dusty,dry to the touch of soil In general accordance with ASTM D2488-93. 2. Soil classification using laboratory tests is In Moist- Damp,but no visible water general accordance with ASTM D2487-98. Wet- Visible free water or saturated,usually soil Is obtained from g 3. Descriptions of soil density or consistency are below water table based on Interpretation of blow count data, visual appearance of soils,and/or test data. 0 4 o_ 0 o SOIL CLASSIFICATION SYSTEM GMENGINEER� FIGURE 11 LABORATORY TESTS SOIL GRAPH: AL Atterberg Limits SM Soil Group Symbol CP Compaction (See Note 2) CS Consolidation DS Direct shear GS Grain size %F Percent fines Distinct Contact Between HA Hydrometer Analysis Soil Strata SK Permeability SM Moisture Content Gradual or Approximate MD Moisture and density Location of Change SP Swelling pressure Between Soil Strata TX Triaxial compression UC Unconfined compression CA Chemical analysis Water Level Bottom of Boring BLOW COUNT/SAMPLE DATA: 22 Location of relatively Blows required to drive a 2.4-inch I.D. undisturbed sample split-barrel sampler 12 inches or other indicated distances using a 12 ® Location of disturbed sample 300-pound hammer falling 30 inches. Location of sampling attempt with no recovery 10 0 Location of sample obtained Blows required to drive a 1.5-inch I.D. in general accordance with (SPT) split-barrel sampler 12 inches Standard Penetration Test or other indicated distances using a (ASTM D-1586) procedures 140-pound hammer falling 30 inches. 26 m Location of SPT sampling attempt with no recovery ® Location of grab sample "P" indicates sampler pushed with o weight of hammer or against weight of drill rig. N Z NOTES: a1. The reader must refer to the discussion in the report text, the Key to Boring Log Symbols and the exploration logs for a proper understanding of subsurface conditions. 2. Soil classification system is summarized in Figure 4. 0 6 v 0 z KEY TO BORING LOG SYMBOLS GMENGINEER FIGURE 5 Project Job Number Location S. 228th Street Corridor and Willis Street 0410-106-01 Kent, WA Drilled 01/08/02 B gg� MHB Contractor Holt Drilling Drill Driff Method 4-inch Hollow-Stem Auger Equipment B-59 Truck Mounted Drill Rig Bit M�t� SPT Hamm er 140lb. Hammer w/304noh Drop Location S.228th StreeVU.P.R.R. Total Depth(ft) 80 Elevation(ft) Not Measured Datum: S stem: Total Well 25.0 Monument Elevation 0 0 Casing Elevation D ft Sticku ft Stickup ft to 0 8 �, Q m y W z m io a 0.° U a 'e �� F O Z = SCHEMATIC a y b rn T Material Description m .� ;, _ a c L° rUn� a $ Z a wo m ° a 00 0 Steel surface SP Grayish brown fine to coarse sand with 0 monument gravel(medium dense,moist)(fill) Concrete surface seal 1 22 31 5 Bentonite seal 5 ML Gray silt(very soft,moist) 1-inch Schedule 2 2 10 40 PVC well - 10 casing SM Dark gray silty fine to medium sand (loose to medium dense,wet) 1-inch Schedule 3 7 si 15 40 PVC screen 15 4 15 20 20 Colorado silica sand backfili 5 7 25 25 Concrete surface seal SI 30 6 12 30 0 o ML Gray silt with occasional sand and organic material(stiff,moist) $ 7 9 :XW 0 35 35 N F O O 0 40 8 11 SM Gray silty fine to medium sand(medium 40 W dense,wet) 0 a' 0 45 9 21 45 0 allote:See Figure 5 for explanation of symbols 0 J J J W = LOG OF BORING B-3/1VIONITORING WELL P-3 U GMENGINEER� FIGURER W a Project Job Number Location S. 228th Street Corridor and Willis Street 0410-106-01 Kent, WA r CL Cn 0 IL UJ— 0 m N LL z C ° zX S SCHEMATIC L Material Description a �° N to _ z as W m 0 > Z` O W o a m 0 0 0 45 45 10 20 50 50 ML Gray silt(very soft to stiff,moist) 11 1 5 55 5 12 10 31 60 60 SP Gray fine to medium sand( Fu dense,wet) 13 15 65 65 14 23 7 70 0 15 23 75 75 16 38 80 80 Boring completed at a depth of 80.0 feet on 01/08/02. Ground water encountered at a depth of 6.92 feet during drilling. _ 8S 85 0 a 3 0 a g0 90 F 0 a 0 UJ 95 95 0 2 v o' a QNote:See ligure 5 for explanation of symbols 0 J J W W i LOG OF BORING B-3/1VIONITORING WELL P-3 GWENGINEER��r (Continued) o FIGURE 8 W 0 0 0 0 r U o O o � U > > 3 o E E E c YR Z J c c ccr- (� WLLI f4 fn fn W25 J h N p � � 0 0 (n lu c v� W 60 a w M LL a1 co WWW N m y W Q O O U i� o z W ME chr> va I I �Oj mmmm y - m Z co O O J co O O •0a 9 O O O O O O O O O O O ^ U3 O M CO 1- CO U") PERCENT PASSING BY WEIGHT 0 a 0 cn o_ 0 o SIEVE ANALYSIS RESULTS ° GEoENGINEERS m FIGURE 11 "Sod behavmr type and SPT based on data fr(.qn U6CA983 GeoEngineers Inc. Operator: Keith Brown CPT Date/Tlme; 01-05-02 10:26 Sound0g: CPT-01 Location: City of Kent,South 228th St. RR Crossing Cone Used! 508 Job Number' 0410-106-01, Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N' Oc(Ton/102) Fs/tic(1%) Pw(psi) Zone:UBC-1983 60%Hammer 0,0 300,0 0,0 5.0 O'D 30.0 O.O 12.0 O.O 50,0 0,00 I V Yll I I I I i,,J� .4 10,00 k L I _j J 20.00 tt u I I I j4A 1AA I u N I lIII 30.00 T, I I I r- -111711 1 1 r- I A f)l I I I I N I 1 14�1 1�1 I IINI jI Depth 40m — 7 F I i I I I I (ft) r I I IA I I 50.00 — 7 F All I i V 1,1 IA I I I I t I j I A �0 60,00 — 4 1 4_ I I tl 70,00 — I I IN 80,00 LLLJ Maximum Depth 60.22 feet Depth Increment=0.16 feet I sensitive fine grained IN salty clay toclay 10 7 silty sand to sandy silt 10 gravelly sand to sand 2 organic material 5 clayey silt to silty clay 6 sand to silty sand �N 11 very stiff fine grained(') 3 day 6 sandy silt to clayey silt 9 sand 12 sand to clayey sand C) Northwest Cone Exploratmn Inc. GeoEngineers Inc. Operator Keith Brown CPT DateMme: 01-05-M 10:26 Sounding: CPT-01 Location: City of Kent,South 228th St.RR Crossing Cone Used: SW Job Number: 0410-106-01 Selected Depth(s) (feet) 4 --21.161 I l l l l l r l r l l l l l l l l 11 1 1 1 11 1 1 1 1 1 1 rj!I_I^IJ Q I IA-111"Id 1'h1,'1'rY'I-r Y11 1 11 1 11 1 1 11.1 1 I i 1 �11 I III if III IIIIIIIIIIIIIIIIII,i-II-1�1�'1-T-1-1it1111I 11111111111111111 fill fill 1111111111111111111 1 111 11 111 III1111111 � 111�11'1111111111r1111111111111111111111111 Illllllllrrllllllllllllll 111111111 I II1111111 �IIIIIIfI1111111111111111111111111111111tlrlllllllllrl11111111111111 III111111 111111111 1111f11f11rI111111rI11111111111111rllllllll1111111111r11 ' IIII11111111 II1111111 ( 1111111 IIIIr111111 � 1111111111�Ir11111111111111111111111111111111111111111111 III111111 I IIIIII 1111111111rllllllllllllllrl1111111111111111111111111111111� t11r11111111 I11111111 IIIIII 111111111111111111111111111111111 � 11111111I1I11111111111111111 � 11111111 ItI11r111 11111 � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII111111111111111111111111111111 ' Ir11f111111111 ' rl I I111 I � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIi111fIIII11111111111111111111111 2 n 11 r r I T Il r1 1,1,?n r1 1 1't Il I l I 1 I I I T 1-1 Il r I i r I r1 T 11 I-I r 1'l l r1'1 I I 1 I I I I I I I I I I r I I n n ri T ri rl T l r I111 Illrlllllllllllrrl111111111111111111111111111IIIIr11I1111r111111111111 ' llrlllllll I IIIIIIIIIlIlr11111111111111111111111111111111111111rllilllIlllllllllllllllllll � llllllll 11111111111111r11llllrl1111 lllllllllllllllrl " III111111111111111Irllllllllllllrrlllllll I lrl IIIIIIIIIIIIr111111111111111111rllllllllrrl11111111111111111111111111111111111111111 Ilrl 11111111111111111111111111111 ' Irllrll111111IIIIIIIIIIIIIIIIIIIIIII � IIIII11111 � 11111 IIIIIIIIIIIItIIIIIIIIIIIIIIIIIIIIIIIIII�I111111tI1� 11111111111111111111 � 11 lllllllllllrll IIIIIIII � tlllllllllllllllllllllllllllllllllllllll111111111111111111111111f111111111111 � 11 (IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIrllllllllllllllll111111111111111111111t11111111 ill IIIIIIIIIIIIIIIIIIIIIrllllllll111111111111111111111 � 111rllllllll11111111111IIIIIIIr 111 Illlllllr . Ir111111111r1111111111111111111111111111111111 � 111111111111111111111111111 O I I I 111 I.1 U L11 1-1L111_I 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 1 1-1 1-11 LI U LI 1 I I I I I I I I 1 I r 1 1 11.1!I-1 1_1 LI.I I 1 I L1 I I I.I.LL ICI IIIIIIIIIIIIrll � l111111111111111111111111111111111111111111111111111111111111 • IIIIII lrlrrllllllllllllllllllllllllllirllllllllllllllllllllllllllllllllllrl1111111111111111111 I11 ' IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIr11111111111111111111111111111111111 Ir111111f111111 I llrll � 111111111111111111111111111111111111111111111111111111111111111111r1 � llllllllrllli II 1111t111111111111111r11111111111111111111r11111111rr111111111111111111111111 ' r11111111 II IIIIIIIIIIIIIIIIIIIIIII ' Irlllllllllllllll ' I1I11111 " Illllt� ll11111111111111 11111111 If IIIIIIIIIIIIIIIIII ' Ir11r1111 ' Illllllllllllllllllllllllllll II1111111111111111111111111 II 11111111111111111111111111111rI1111111111111111111111111111111illlllllltlllllllllllll II 1111111111111f111111111111111111111111111111111111111111111111111111111t1111111111111 11 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIr1111111111111 �11 111111111111111111111111111111111111111111111111111111111111111111111111111111111 {III11 ' � Pressure -2 ri I1 I-1 r I 1 r I t I I I 1 I I I n n rl TO 1-1 r 1 r I 1-I T I i n ri"r ri r1 r l7 I-I r I I I r I I I'I n 1-1 T I'I 1'1 T 1 1 -1 r 1 1 r-1 rl T I (Psi) IIIIIIIIIII � IIr1111111r1111111111111111111111111rllllllllllrllrl1 � 111111111111111 � 1111111 1IIIIIIIIIIIIIrI1I111r1111111111111111r11111111 � 111111111111111111 � 111111111111111111111 111111111111111111111111111111111 ' III ' 11111111111111111111111111111IIrllllllllllrll111 1 Ir11111111111tltlllllllllllllllllllllllrlllll111 ' IIIIIIItIt111111111111111111111111111 1 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIrIIt11111111111111111111111111 ' ll 1111111111111111111111111111111111111111111111111111111IIIIt1111111111111 ' r ' Illllllll I IIIIIIIIIIIIIIIVIIIIIII � Ilrllllllllllllllllilllllllllllllll ' 1111111111111111111111111 I I1111111111111111 ' illlll111111111111r11111111111} IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIItI 1 ' 1111111111111111111111111111111111111111111111111111111111111111111111f1111111111111111 IIIIIIIIIIIIIIIIIIIIIIIIIIIItIIIIIIII1111fII1111111111111111tI1111111111111111111111111I1 1 1 1 1 1 1 11 IJ U 1 1.1 LI 1,1 1 1.1 LI L IA I I I I I 1 1 1.1 1 1.1 IJ LI J I I I I I 1 1 1.1 1.1 1 1_)L I 1 I I 1 1 1 I I I LI J.1.1 1 1 1 1 1 1 1 1 1 t 1. 1111111111111111111111111111111111111111111111IIIIIIIIrllllllrllrlllllllllllllllr11111111 I IIIIIIIIIIr111111111111I11II1111111111111111111111111Illlllll1111111111111111r1111111111 I rlllllllllllllllllrlllllllllll ' I � I1111111111111111111111111111111 ' I1II111111111111111111 111111111111111111111111111111111111III111111111111111111111111111111111111111111111111 I rllll� llllllllllllllllllllllllllllllllllllllllllllllllllllllllltlllllllllllllllllll � lll I IIIIIIIr11111111111111111111111111111111IIIIIIII111IlIIIIIIIII111111111111111111111 ' I ' 1IIIIIIIrr1 �11111111111Ilrlll111111111111 �Illlllllrrl Irl � ll ' IlrI111111111r111111111111 I IIIIIIIIII � Irllrllll � llrlrl111111111111111rllllllllllllllllllllllllllllllllll11111 t I11111111111rlllllllrl11111 ' IIIIIIIIIr111111111V111111111111111r1 ' IIIllllllllllrlllllll I IIIIIIIIIIIIIIIIII ' 1111111111IIIIrIl1lrlllllllll111111111111111111 � 1r1111111111111111111 I r1III1111111111111r11111111111111 ,' Illrrr I fill 1111111 If I I Ill 1111111111 I I Ito 1111111 - IIIll -6 I I I I I I I T I-I I�I I I 1 1 1 1 1 1 11 r1 T I I I-1 I I T 11 r1 T 1'1 I-) I-111'1 I or-l In r 1 1 I 1 1`1 f I'I rl T-1 T I I I I I I I I I I'r 11 rl 11 rr t11111111111111{IIIIIIIIIIIIIt11111111111111111111111111111111111111111111rII111111111111 Bit 111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIrIl111111111111111111111111111111111111111111111 I IIIIIIIIIIIIIIIIIIIIIIIIIIIIirll11111111111 ' IIIIIIIIIilllrll1111111111111111111111111111 1 IIIIIIIIIr111I111IIIIIIfIrIIlII111111111111111r111111111i11r1 ' 11IIIIIIIItIIIIIllllllll 1111111111111111111111111 � r111r1111111111111111111111II111111IIIII11111111111111111i1111 I I1111111111111 ' Irlllllll � llilllllllllrlllll111rlllllllllllll111111111111111111r111111111 111111111111111rIIrI � IIIIIIIr111111111 � 11111111111111111111111111111111111111111111111111 I II111111111111111 � 11111111111111IIIrlllllllllllllllllllllllllllll � r1111111111111111111 111111111111111111111111111111111II111111111111111111111111111111111r1111 ' III111111111111 t lllrllll I11111111 IIII11111 IIII11111 I1111111) I11111111 111111111 111r11111 111f11111 0 1 2 3 4 5 6 7 8 9 Time:(minutes) Maximum Pressure=3.845 osi Water table Is t2.3 feet depth SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS WELL-GRADED GRAVELS.GRAVEL• ������� CLEAN B�o c Gw SAND MIXTURES ���� � CC Cement Concrete GRAVEL GRAVELS AND GRAVELLY ILRTLE OR No cINEs) 000 GP 0 POORLY-GRADEDGRAvELS. SOILS c D GRAVEL-SAND MIXTURES AC Asphalt Concrete COARSE MORE THAN 50% GRAVELS WITH GMS I SILTY GRAVELS.GRAVEL-SAND- GRAINED OF COARSE FINES LT MIXTURES CR Crushed Rock/ SOILS FRACTION Quarry Spalls RETAINED ON NO. (APPRECIABLE AMOUNT s SIEVE OF FINES) GC CLAYEY GRAVELS.GRAVEL-SAND- CLAYMIXTURES TO soil/ TS Forest Duff/Sod Sw WELL-GRADED SANDS.GRAVELLY CLEAN SANDS SANDS MORE THAN 50% SAND RETAINED ON NO. AND ILITT E OR NO FINES) 20D SIEVE SANDY SP POORLY-GRADED SANDS. GRAVELLY SAND Measured groundwater level in SOILS _ exploration,well,or piezometer MORE THAN 50% SANDS WITH SM SILTY SANDS.SAND-SILT OF COARSE FINES MIXTURES Groundwater observed at time of FRACTION exploration PASSING NO.s — SIEVE (APPRECIABLE AMOUNT S.`. CLAYEY SANOS.SAND-CLAY OF FINES) MIXTURES Perched water observed at time of INORGANIC SILTS.ROCK FLOUR, exploration ML CLAYEY SILTSWITH SLIGHT Measured free product in well or INORGANIC CLAYS OF LOW TO — piezometer SILTS MEDIUM PLASTICITY,GRAVELLY FINE AND LESS ITiANT CL CLAYS,SlWDY CLAYS.SILTY CLAYS. Graphic Lop Contact GRAINED CLAYS LEAN CLAYS SOILS OL ORGANIC SILTS AND ORGANIC Distinct contact between soil strata or SILTY CLAYS OF LOW PLASTICITY geologic units INORGANIC SILTS.MICACEOUSOR Approximate location of soil strata PASSING NO MORE TWIN 50%200 I I MH DIATOMACEDUS SILTY SOILS change within a geologic soil unit . SIEVE SILTS UOUIDUMIT INORGANIC CLAYS OF HIGH Material Description Contact AND GREATER THAN 50 CH PLASTICITY CLAYS Distinct contact between soil strata or OH ORGANIC CLAYS AND SILTS OF geologic units MEDIUM TO HIGH PLASTICITY ____ Approximate location of soil strata PEAT S CONTENT ILS WLTN change within a geologic soil unit HIGHLY ORGANIC SOILS �•� PT HIGH•ORGANICCONTENTS NOTE: Multiple symbols are used to indicate borderline or dual soil classifications Laboratory/Field Tests Sampler Symbol Descriptions %F Percent fines AL Atterberg limits ® 2.44nch I.D.split barrel CA Chemical analysis CP Laboratory compaction test EI Standard Penetration Test(SPT) CS Consolidation test DS Direct shear ■ Shelby tube HA Hydrometer analysis MC Moisture content Piston MD Moisture content and dry density ® OC Organic content Direct-Push PM Permeability or hydraulic conductivity PP Pocket penetrometer ® Bulk or grab SA Sieve analysis 9 TX Triaxial compression UC Unconfined compression VS Vane shear Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches(or Sheen Classification distance noted). See exploration log for hammer weight and drop. NS No Visible Sheen SS Slight Sheen A"P"indicates sampler pushed using the weight of the MS Moderate Sheen drill rig. HS Heavy Sheen NT Not Tested NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS GWENGINEERS FIGUREA-1 Start End Total Logged By WBH Holocene Drillin Inc. Drilling Drilled 21712011 2/712011 Depth(ft) 21.5 Checked By Us Driller g Method Hollow Stem Auger Hammer 140 Ib/30 in.drop Automatic Drilling Truck Mounted BK-81 2(in)well was installed on 2f712011 to a depth of 20 Data Hammer* Equipment ( Surface Elevation(ft) Top of Casing Well was developed on 21712011. vertical Datum 36.2 Elevation(ft) 36.2 Groundwater Depth to Easting(X) Horizontal Date Measured Water R Elevatton(it) Northing(Y) Datum 2/1512011 6.1 30.10 Notes: 'Hammer rated at 83%efficiency. Blows/foot are field measurements,densities reflect corrected blow counts. FIELD DATA WELL LOG d E E rn o v y o MATERIAL o Steel surface `0_ o d m o DESCRIPTION d• c monument Y m N a L o' 3 y d 2 0 $ a; a 3 n C3-. iu d U 0 'o m �y m o m o o Z ut ❑ E � m u m 0 AC Asphalt concrete CR Crushed rock base course /�, / Concrete surface 12 .ts 1 SKIBrown silty fine to medium sand with occasional /�, /� seal gravel(ver)i dense,moist)(fill) W 50 2 5-1 10 50 3 ', ✓�' Bentonde backfill Q c c 6 5 4 MI. Gray silt(medium stiff,wet)(alluvium) 33 SA 10 12 14 SKI Dark Bray silty fine sand(medium dense,wet) 35 10.0 - 2-inch Schedule 40 SA PVC well casing (alluvium) F 15 12 11 6 31 2-inch Schedule 40 SA PVC screen, 0.01-inch slot width ry0 10-20 Colorado 9 sand 0 0 w z SI'-S%I Gray silty fine to medium sand with occasional w organics(decaying wood)(medium dense, 0 wet)(alluvium) 0 E 20 16 II 7 20.0 a 'a �h E m O a' ($7 Z z t7 Note:See Figure A-1 for explanation of symbols. s a Log of Monitoring Well MW-2 Project: South 228th Street Improvements Project Location: Kent, Washington 8 GEOENGINEERS� FigureA-7 Project Number: 0410-177-00 Sheet 1 of 1 CD 0 0 -------------- . ......... ............ 7 ............... , 7 ................. ..................... ........... ............ z ...................... 9 ........ ............. < cf) CCU Cn 0 — U) --- ------- ----------- -0 -0 r- ,D r- U) C) 0 < 0 cn Fn ry z Lij 0 W 0 N .............. LLI r ------ ------ --- ------ ----------- -------- ------------ uj z .............................. ................... wN < ----------- (') U) z ............. ---------- --------L------- --=- ----------- ----------- uj ............ CL LLJ od, c ............. z 0 w Lj -j 0 Z ........................ C X uj ul 0 ...................... -------- --- -------—------ —t—"7 C) 0 U) LO 0 CD CD 0 0 0 0 0 a 0 c:) CN 0 0) co r-- (.0 LO 11, m N ca 1l-IE)I"3MAO E)NISSVd 1N�0�IAd en cn co C) Aomobb SIEVE ANALYSIS RESULTS 6 GWENGINEERS�� FIGURE A-8 C) j __.. .... n J i 2 Cl) , . .._...._...._ � � LLJ w 0 -------------------- �z. rt -- - m....__. .... . C _ 1 Gm :.. . CD m Ln CL i - m ....._..... -< - -..__w. z 1 __ z L!1CO cv - cs 0Z)' cza CL Z - — — - a x w — cn a 0 ca CD 0 C) CD 0 o O 0 iNE)IdM A'8 ONISSVd iN3OH3d U) SIEVE ANALYSIS RESULTS GEoENGINEERS FIGURE A-9 0 C) _...... ..... J J1 z — < _w ca ca CIS J cm crs CY_ J-' — LLJ __. -- -_- -_-M_- _. _._ _ - -- l td— — — ry CoS - - -- - - ---- _—_ _ r a.---------------- z ---- - C -- -- 0 - - — _... W a a cbC� cn 03 CL. z w ..m 7 J 0 I 0 4Il T CD C) C7 0 C� CD C 0 0 0 C+LO � c•s iHel3,r1 A8 NISSVd iN3MJ3d O SIEVE ANALYSIS RESULTS GWENGINEERSL�� C) FIGURE A-10 GeoEngineers Operator: Brown CPT Date/Time: 4113120119:2417 AM Sounding: CPT-01 Location: S.228th Street Overcrossing-UP Cone Used: DSG1015 Job Number! Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qt TSF Fs/Ot(%) PW PSI Zone:UBC-1983 60%Hammer 0 300 0 8 -10 60 0 '12 0 50 0 20 40 OPINION J,I Depth 60 80 100 120 Maxmium Depth=65.12 feet Depth I ncrernent O.164 feet 1 sensitive fine grained 114 silty clay to clay 7 silty sand to sandy silt 1110 gravelly sand to sand 2 organic material 5 clayey salt to silty clay 8 sand to silty sand 11 very stiff fine grained 3 clay 6 sandy silt to clayey silt [10, 9 sand 12 sand to clayey sand Top 8 feel predrilled and backfiled with rLdtingS kip——d COT f,,,,,I 1PP lnv,2 In SMj Engineering fl-% C)eoEngineers Operator: Brown CPT Date/Time: 4/13/2011 6:34:51 AM Sounding: CPT-02 Location, S.228th Street Overcrossing-UP Cone Used: DSG1015 Job Number: Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type' SPT N' Cit TSF Fs/Qt PW PSI Zone. UBC-1983 60%Hammer 0 300 0 8 -10 60 0 12 0 50 0 .....__ r... MOW- 20 40 ........... 11 Depth 60 (ft) 80 100 120 Maxromum Depth= 120.24 feet Depth Increment 0.164 feet 1 sensitive fine grained 4 silty clay to clay 117 silty sand to sandy silt 1210 gravefly sand to sand 2 organic material 5 clayey silt to silty clay !8 sand to silty sand 11 very stiff fine grained 3 clay ■6 sandy silt to clayey silt 119 sand 12 sand to clayey sand Top 4 feet predriVed and backfil[Gri with cuttings. k-4-1---H=T f......1112(' 1 nQ'a In'Situ Engineering GeoEngineers Operator: Brown CPT Date/Time: 4113/2011 12:23:54 PM Sounding: CPT-03 Location: S.228th Street Overcrossing-UP Cone Used: DSG1015 Job NUrnber: Tip Resistance Friction Ratio Pore Pressure Soil Behavior Type* SPT N* Qt.TSF Fs/Ot Pw PSI Zone; UBC-1983 60%Hammer 0 300 0 8 -10 60 0 12 0 50 0 now 20 ` 40 W.' '......... Depth 60 (ft) 80 Now- 100 120 Maximum Depth 120.73 feet Depth Increment 0.197 feet I sensitive fine grained E 4 silty clay to clay 7 silly sand to sandy silt 10 gravelly sand to sand 2 organic material NJ 5 clayey silt to silty clay 8 sand to Bitty sand d 11 very stiff fine grained 3 clay 12 6 sandy silt to clayey silt 9 sand 12 sand to clayey sand Top 7 feet predrilled arid backfilled with cuWngs. r—h—i—+—,—4 C13T „frr,nv 1 112 r I(I QI In Situ Engineering APPENDIX B Report Limitations and Guidelines for Use APPENDIX B REPORT LIMITATIONS AND GUIDELINES FOR USEl This appendix provides information to help you manage your risks with respect to the use of this report. Geotechnical Services Are Performed for Specific Purposes, Persons and Projects This report has been prepared for the City of Kent and their authorized agents. It may be provided to regulatory agencies for review purposes.The information contained herein is not applicable to other sites. GeoEngineers structures our services to meet the specific needs of our clients. No party other than the City of Kent and their agents may rely on the product of our services unless we agree to such reliance in advance and in writing.This is to provide our firm with reasonable protection against open-ended liability claims by third parties with whom there would otherwise be no contractual limits to their actions. Within the limitations of scope, schedule and budget, our services have been executed in accordance with our Agreement with the Client dated May 11, 2017 and generally accepted geotechnical practices in this area at the time this report was prepared. Use of this report is not recommended for any purpose or project except the one originally contemplated. A Geotechnical Engineering or Geologic Report is Based on a Unique Set of Project-Specific Factors This report has been prepared for the South 228th UPRR Storm Drain Replacement project in Kent, Washington. GeoEngineers considered a number of unique, project-specific factors when establishing the scope of services for this project and report. Unless GeoEngineers specifically indicates otherwise, it is important not to rely on this report if it was: s not prepared for you, ■ not prepared for your project, ■ not prepared for the specific site explored, or ■ completed before important project changes were made. For example, changes that can affect the applicability of this report include those that affect: ■ the function of the proposed structure; ■ elevation,configuration, location, orientation or weight of the proposed structure; ■ composition of the design team; or ■ project ownership. 1 Developed based on material provided by ASFE,Professional Firms Practicing in the Geosciences;www.asfe.org. GEOENGINEER June 2,2017 Page B-1 File No.0410-162-04 If important changes are made after the date of this report,we recommend that GeoEngineers be given the opportunity to review our interpretations and recommendations. Based on that review, we can provide written modifications or confirmation,as appropriate. Subsurface Conditions Can Change This geotechnical or geologic report is based on conditions that existed at the time the study was performed. The findings and conclusions of this report may be affected by the passage of time, by man-made events such as construction on or adjacent to the site, or by natural events such as floods, earthquakes, slope instability or groundwater fluctuations. If more than a few months have passed since issuance of our report or work product, or if any of the described events may have occurred, please contact GeoEngineers before applying this report for its intended purpose so that we may evaluate whether changed conditions affect the continued reliability or applicability of our conclusions and recommendations. Most Geotechnical and Geologic Findings Are Professional Opinions Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site.Site exploration identifies the specific subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied our professional judgment to render an informed opinion about subsurface conditions throughout the site.Actual subsurface conditions may differ,sometimes significantly,from those indicated in this report. Our report, conclusions and interpretations should not be construed as a warranty of the subsurface conditions. Geotechnical Engineering Report Recommendations Are Not Final The construction recommendations included in this report are preliminary and should not be considered final. GeoEngineers' recommendations can be finalized only by observing actual subsurface conditions revealed during construction.GeoEngineers is unable to assume responsibility for the recommendations in this report without performing construction observation. We recommend that you allow sufficient monitoring, testing and consultation during construction by GeoEngineers to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes if the conditions revealed during the work differ from those anticipated, and to evaluate whether earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction observation for this project is the most effective method of managing the risks associated with unanticipated conditions. A Geotechnical Engineering or Geologic Report Could Be Subject to Misinterpretation Misinterpretation of this report by members of the design team or by contractors can result in costly problems. GeoEngineers can help reduce the risks of misinterpretation by conferring with appropriate members of the design team after submitting the report, reviewing pertinent elements of the design team's plans and specifications, participating in pre-bid and preconstruction conferences, and providing construction observation. Do Not Redraw the Exploration Logs Geotechnical engineers and geologists prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. The logs included in a geotechnical engineering or geologic report should GEOENGINEERS� June 2,2017 Page B•2 File No.0410 162 04 never be redrawn for inclusion in architectural or other design drawings. Photographic or electronic reproduction is acceptable, but separating logs from the report can create a risk of misinterpretation. Give Contractors a Complete Report and Guidance To help prevent costly problems associated with unanticipated subsurface conditions, we recommend giving contractors the complete geotechnical engineering or geologic report, but preface it with a clearly written letter of transmittal. In that letter,advise contractors that the report's accuracy is limited. In addition, encourage them to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer. Contractors Are Responsible for Site Safety on Their Own Construction Projects Our geotechnical recommendations are not intended to direct the contractor's procedures, methods, schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and adjacent properties. Read These Provisions Closely It is important to recognize that the geoscience practices (geotechnical engineering, geology and environmental science)are less exact than other engineering and natural science disciplines. Without this understanding, there may be expectations that could lead to disappointments, claims and disputes. GeoEngineers includes these explanatory "limitations" provisions in our reports to help reduce such risks. Please confer with GeoEngineers if you need to know more how these "Report Limitations and Guidelines for Use"apply to your project or site. Biological Pollutants GeoEngineers' Scope of Work specifically excludes the investigation, detection, prevention or assessment of the presence of Biological Pollutants. Accordingly, this report does not include any interpretations, recommendations, findings or conclusions regarding the detecting, assessing, preventing or abating of Biological Pollutants, and no conclusions or inferences should be drawn regarding Biological Pollutants as they may relate to this project. The term "Biological Pollutants" includes, but is not limited to, molds, fungi, spores, bacteria and viruses, and/or any of their byproducts. A Client that desires these specialized services is advised to obtain them from a consultant who offers services in this specialized field. GEOENGINEERS� June 2,2017 Page B-3 File No.0410-162.04 KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER OF AUTHORIZATION 228t"Grade Sep at UPRR Joint Utility Trench/Smith A - 5 July 3, 2017 Project Number: 07-3022 A King County Wastewater Treatment Division Industrial Waste Program Department of Natural Resources and Parks 201 South Jackson Street,Suite 513 Seattle, WA 98104-3855 206-477-5300 Fax 206-263-3001 M Relay: 711 March 20, 2017 Mark Madfai City of Kent 400 W. Gowe St. Kent, WA 98032 General Letter of Authorization—Construction: #40098-01 for City of Kent - South 228th Street Grade Separation Construction Project to Discharge to the King County Sanitary Sewer Dear Mr. Mark Madfai: In accordance with King County Code 28.84.060, King County Industrial Waste Program (KCIW) authorizes the discharge of construction dewatering/process wastewater to the King County sanitary sewer from the City of Kent- South 228th Street Grade Separation Construction Project located at 7520 South 228th Street, Kent, WA 98032. This project is required to meet all the limitations,monitoring requirements,and other conditions specified in this authorization. This authorization is the only KCIW authorization that will be issued for the project identified in your application. This authorization is issued for the maximum duration of two years. It is valid from March 22, 2017,through March 21, 2019, or the duration of this project, whichever comes first. It is the permittee's responsibility to notify KCIW of project closure or any changes with this project. This authorization alone does not allow you to discharge to the sanitary sewer. You must contact the local sewer agency to obtain approval along with a discharge location before discharging to the sanitary sewer. Wastewater from this project must be discharged to/at the Iocation(s) specified by the local sewer agency. The local sewer agency will assess sewer charges, set flow rate restrictions and may impose additional requirements. General Conditions All discharges and activities approved by this authorization shall be consistent with King County Code 28.84.060 and the terms and conditions outlined in this authorization. A copy of this discharge approval, as well as required daily monitoring records, shall be on site and available for review and reference by KCIW or local sewer agency representatives. This authorization to discharge is based on your agreement and signed application. Mark Madfai March 20, 2017 Page 2 This authorization permits the discharge of up to 25,000 gallons per day (gpd) of construction dewatering from the construction site into the sanitary sewer. Discharging pollutants more frequently or in higher concentrations or quantity than authorized in this letter is a violation of the terms and conditions of this authorization. You must contact KCIW in advance and receive authorization before making changes beyond the terms and conditions of this authorization. Examples of changes include: o Construction dewatering volume above 25,000 gpd. o Site's surface area generates contaminated stormwater that exceeds one acre in aggregate. a Site conditions indicate potential for chemical contamination. Substantial changes in the quality of the discharged water. o Discharge of wastes or contaminants from sources other than those permitted herein. This permit does not constitute authority for discharge into waters of the state. Any such discharge is subject to enforcement action by the Washington State Department of Ecology. You must allow authorized representatives of KCIW to enter, inspect, and sample as specified in King County Code 28.84.060.L, "Inspection and Sampling of Industrial Users." You must install an accessible sampling spigot on the discharge pipe from the last treatment unit of the wastewater treatment system. The sample site shall be representative of all industrial waste streams discharged to the sewer from this project. Each sample site shall be accessible to KCIW representatives when discharge to the sewer is occurring. You must install a totalizing, non-resettable flow meter on all permitted discharge pipes to the sewer or as approved by your local sewer agency. The meters shall account for all industrial waste streams discharged to the sewer from this site. Discharge Limitations Parameter Limitation Instantaneous maximum discharge rate To be determined by local sewer agency.Not to exceed 200 gallons per minute or the sedimentation tank flow restriction, whichever is more stringent. Maximum daily discharge volume 25,000 gpd Settleable solids 7.0 mI./I, Non polar Fats, Oil &Grease(FOG) 100 mg/L Instantaneous Minimum H 5.0 s.u. Daily Minimum H 5.5 s.u. Maximum pH 12 s.u. Soluble Sulfides (Screening Level) 0.1 mg/L 1 The instantaneous minimum pH limit is violated whenever any single grab sample or any instantaneous recording is less than pH 5.0. 2 The daily minimum pH limit is violated whenever any continuous recording of 15 minutes or longer remains below pH 5.5 or when each pH value of four consecutive grab samples collected at 15-minute intervals or longer within a 24-hour period remains below pH 5.5. Mark Madfai March 20, 2017 Page 3 The water being discharged will not do the following: o Violate any discharge standard, limitation, or specific prohibition of King County Code 28.84.060 or local discharge limits applicable on the date of discharge(see Section 28.84.060.D-F of the King County Code). v Contain the odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. o Cause hydraulic overloading conditions of the sewerage conveyance system. During periods of peak hydraulic loading, KCIW or local sewer agency representatives reserve the authority to request that discharge to the sewer be stopped. You must stop discharging and notify KCIW, by phone at 206-477-5300 or email at info.KCIW@kingcounty.gov, if you exceed any of-the discharge limits, or notice odor of solvent, gasoline,or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. Monitoring Requirements You shall conduct the following self-monitoring requirements for this authorization. Parameter Frequency Sample Type/Method Discharge volume Daily In-line flow meter Discharge rate Daily In-line flow meter Settleable solids Daily Grab by Imhoff cone All tests, measurements and analyses shall be performed in accordance with procedures established by the administrator of the U.S. Environmental Protection Agency(EPA)pursuant to section 304(g) of the federal Clean Water Act and contained in 40 CFR Part 136 and amendments thereto or with any other test procedure approved in writing by the EPA administrator, and/or KCIW. Records Management You will maintain records relating to all permitted discharges to the King County sewerage system including but not limited to routine maintenance, waste disposal dates, manifests, any analytical lab results,monitoring records, and flow records All records required must be available for review by KCIW and must be kept through the completion of the project. ' The settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter mark with well-mixed sample. • Allow 45 minutes to settle. • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer. • Record volume of settleable matter in the cone as mL/L. Mark Madfai March 20, 2017 Page 4 Special Conditions You must implement erosion control best management practices to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution,the construction dewatering must be pumped to an appropriately sized settling tank prior to entering the sewer system. The authorization to discharge is based on your agreement and signed application to comply with the minimum standards outlined in Minimum Standards far Rectangular Sedimentation Tank Design and Technical memorandum Found on county's wcbpageI. The following two sedimentation tank options may be used, depending on site conditions and project requirements: 1. Rectangular Sedimentation Tank(Flow-Through Discharge) The minimum required standards for the flow-through system are: • Minimum hydraulic retention time: > 90 minutes • Minimum length-to-width ratio (length : width):>4:1 ® Maximum overflow rate (gallons-per-minute per square foot of surface area): < 1.0 gpm/ftz • Maximum sediment accumulation(level-of sedimentation tank water column): <25% • Requirement to add additional sedimentation tanks in parallel for higher flow ratesZ. 2. Circular Sedimentation Tank(Batch Discharge): At some smaller construction sites,process wastewater is produced intermittently. The minimum required standards for batch discharge area as follows: m Minimum 5,000 gallon circular tank,which can accommodate a maximum of five batch discharges per day. • At least one hour of quiescent(undisturbed) settling must occur in the tank prior to discharge. During this settling time, no additional process wastewater can be added to the sedimentation tank. • Maximum sediment accumulation(level of sedimentation tank water column): <25% 1 http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction/ Sedimentation_tanks.aspx. 2 Example:At 200 gpm flow,to meet the Minimum hydraulic retention time of>90 minutes,you need a minimum of 18,000 gallons rectangular tank(18,000 gal/200 gal/min=90 minute hydraulic retention time). Correspondingly,at 100-gpm flow,you need a 9,000-gallon tank,and at 65 gpm,the tank volume shall be 5850 gallons.If gravity discharge from the tank is not possible,the effective volume of the tank needs to be reduced to the level of the pump intake and under no circumstances can the pump intake be lower than one-half(1/2)of the tank height. Mark Madfai March 20,2017 Page 5 The permittee shall properly operate and maintain all wastewater treatment units to ensure compliance with established discharge limits. Solids accumulation in tanks used for solids settling shall not exceed 25 percent of the tank's working hydraulic capacity. Each tank's working hydraulic capacity is based on the water column height as measured from the bottom of the tank to either the invert elevation of the tank's outlet pipe (gravity discharges)or discharge pump intake(pumped discharges). General Information King County Code 28.84 authorizes a fee for each Letter of Authorization issued by the King County Department of Natural Resources and Parks. The current fee for issuance of a Letter of Authorization is $800. King County will send an invoice for this amount. If you have any questions about this authorization or your construction dewatering discharge, please call us at 206-477-5300, or email us at info.KCIW@kingcounty.gov. You may also visit our program's Internet pages at www.kingcounty.gov/industrialwaste. Thank you for helping support our mission to protect public health and enhance the environment. Sincerely, 10 Despina Strong Industrial Waste Program Manager cc: Shawn Gilbertson, City of Kent TRAFF I C CONTROL PLANS, 228'Grade Sep at UPRR Joint Utility Trench/Smith A - 6 July 3, 2017 Project Number: 07-3022 LEGEND: WORK AREA = o PCMS (PORTABLE CHANGEABLE MESSAGE SIGN) PRIOR TO CONSTRUCTION: DURING CONSTRUCTION: S 228 ST S 228 ST ROAD ROAD WORK WORK MONTH DAY EXPECT THRU DELAYS MONTH DAY NOTE: 1. INSTALL PCMS 7 CALENDAR DAYS PRIOR TO PROJECT START. 2. COORDINATE INSTALLATION AND PCMS MESSAGES WITH THE CITY OF KENT CAPITAL PROJECT MANAGER. 3. SEE KENT SPECIAL PROVISIONS FOR PROJECT SIGN SPECIFICATIONS. C/) PROJECT _ bi SIGN I; a PCMS f w c o > > = z S 228TH ST ,L_ � ' I_ =I = a o PCMS m z' PROJECT SIGN w z I � PCMS AND KENT PROJECT SIGN WACNIMOTOM CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT PATE MAY, 2017 TS- 1 GENERAL NOTE: 4>C. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. I I I I I I I I U) I j Q z BUSINESS 24"x30" BUSINESS I I OPEN DURING WHITE ON BLUE s" LETTER HEIGHT OPEN DURING CONSTRUCTION (TYP) CONSTRUCTION I I I S 228 ST SL SIGN LOCATION (TEMPORARY MOUNT) BUSINESS OPEN DURING KEO T CONSTRUCTION WI.aml..TCa CITY OF KENT SCALE NTS EXHISR ENGINEERING DEPARTMENT DAB ,TUNE. 2017 BUSINESS § ul \ Z , - , � !I7 | » | ■|� | ;/■ ; %%■!!/f | - B ° § / \ N q 2 - § \ LO $ § CO ° LO � ` § k \ )/ 2il1 Match Line I LU 0} ^ Is ! � % i 2y - , } } 27■ ;f8s■ ■ \° ]. � a! 2 |;;■ ■;■ R � \ $ |,■; .© ; R `.■ ■.®§ � � } \ /~- (�t B ;§a.§■, ) � ^ ƒ ! («P E:-■,§e, U) { , �| ƒ /§,< a ■§! M ! w 4 - k $). , ,-.-_�� , , m i ( § e _ = k k> § § § �§( §5k W § < U, r F §§' § . �§�� ) U) §W6 �■ E <®§6<�A°B .e ��� ' ■■ §k§)2)--T9--2 2§§ 2 " 0 20 §%■ � ; ƒ- /� E(2#k{§W»}02q[$§1k3k§z §§ §§( W,\§ a2 s § �kE�ew@±l50.t I w � o =cm1zT z5 §3%w2� °0 �\ !2z® Im 2oC < 6 2)e2) k (§�b§\ §( S §�(# u�o © z w § wooeE � s-J£e)£ .�rrw = e>e§ CL>«O<O—<Z�< , mI || j|j LU z Cd 6 | | H � � | R lie |#! LU a CO � § � ( | / § . 9 w DOr LU 0 !\\\ k !}§q§ s O Lu z� y R o a a HE 76th Ave S 4th Ave N E N III h I UNo LA o m I I M LO N I I i to O O O 0 l I Or M N h a I d a O O O Cl Q O LA O O E_ In I M Lp O LLI C a ; Im IL D/W 6th Ave N I I IN u�t000 0o a D/W I � I w � I lL u m DNv Cn I I o � C L s S W o B Y a to I 1, �I W Q 0 L Ic �➢ 0 I yNR S St�3889L8 Interurban Trail SS N po Co ui `s L N V O N l F U LU to DNV I V R l a W > j _O O ED a I G ll M w pZwp ¢ V Co 2 °uu w U W G7 H h�n ° g 2 X l = w ¢ LL ¢ O 0 O mwa� O w —g Z uxo I I Dnn LLww}Q�r zNE.$ ° d Idl pCc � oaoaaz < pOzl0>- ~ ?[044� N U oz # LU I ¢UOo¢Op�ap~�� 4 Co DNv I ° c�U�O�irz��o'p�o Y CwaHa�wwO>¢¢p� ° ® O o I Ur�j ���wawpw z Drw aFwmzUOmpmmzx I ° U)W4��w-j 0>< i I rg CD DNV 4 zWQ2�W=v LL U W~UO E E I D!w vi¢ aN > �wz� Q LU °V LLv nW UN c I zUm2UyZe)~CO a b �aQa>¢a0¢v10¢2a ak _ ° v e o in f zLU a f-� CO TLU Q - — — — — — — — — °/W �0 x G to !`� y M �m53o' N Y LU 72nd Ave S z —I c, r ♦'� H6 a N= 2S W Y y S A P r N Y N V Q E N Match Line B to � { � d 0 m x kzriiS¢$ E 0 W a Q2 a 5 4 N O GZ N W W K J F C m a iug o xKmxx � •e .- O O O O v M V) N m 0 0 0 z 0 O LO O a r co In LO m z O O N O ° LO O T.. m <a _ it a a I I 0� a� _ €F N I I U Z O c�n'rve SSiS S m I I ^ T_ U O C I I DNv aF<QSdS9 S! h Z U � 1 D/W I I t N I D 4 I Nvs" R �� $ o I h T Nr d Y. fn N W Go I I 0 � $ sa8 R888'�8 Q E I I � > I I I uj we N '� U w d W Vl D1W p Z W I� I O Yw O O eo Ic4 I w czwO ¢ V w yuu w w ¢g0LL ¢ C p u5t F- K W Z W¢ col (n (� Z h T C og O otll mUtd FKF- L I O LO�OwcU.� N .J awC z YJpwF WZVatnm fp0 o ? I OzoF azZ�Q¢¢oap �4 w 4 3 p V W N p W¢ r 1a a tle�l84leW u=iLLQo�pW�ZWZ'ow ZaFa�w co LL, o } ® O O U VJww Z(Jj F-mwp(nMz� u=e fDpwO l WO�x 9J O J0i a enaamw- r zw 9Y =O>a Wu �Ho a QMOQ-W- wWWc J >�¢ �FQ�JZfYwWm w =W <<a>aapaUNaQ l!I m� IF r 2 .. w _ w $ s §M76f01,� N T LU I— p C �' x Vi ern m$y€R W n`Rr LU Y � &Qr Q NYNU � w � .. € g LLzooa$ DyOOZm T [l W o V er t W.i.gnm�N e R� n O� 10 M ^ D R� 3d�xo>N as C M N o= $" u en m IN � x� � � I I i_ � _ ganVpeZL — C _ _ C O Cl) Cy �N> oFS ANa - - - - - - - - - n m N -4p nAtJ N 0 1 �; m I z I o � n � AmymDrCO�=Ov�r I � IN �(,7A pp—IZyc�m—I ■ �J F mmbrztn,mai� N I I o T —N(A— n F� nOOm��Dm�TyO ZN NVd I M/O to pcznDOZmr= vi � I I z 0 O ® f 2 NpaD0Omm(D-U=mz nua I I x mmvQmztZ7-m 'm- QG1 1 M/0 m �� --ziAv,vymooDvv�= I m { ° a 0ZmmvmD�<m=D� I m s� Dmvcnm y�g�v O 410 �DDC��O�OpDy�,tZOZ %�7C � C_ f)N D'2DO_>,: A I I ox tD m �' om�Dn�m m t1 nee�+snCoo cy�;�is O o Tmyi NOm o 0 r c nmm O p m m mzpan m n 1 p -4 O G) mIG)Nm OZp III III I I 2 6 C N = O NUO y 3y� m F { I I N yob m ce y S O ++ L .y► peiluequualul �1� fir■ po s-a^s�is 's'R m y Cn in g 7 o _ I w a 1 4 NVO a'Q��Q 8 C N1 b N c off $ I 1 M14 m I t , g N any 419 ° zc c A C I mlo o m :E RIOO c v X 0 Ln W N I u C) Oo 0 00 D z N—s—►� 0 1 q N y ol ol l b W W 0 0 O W I q N (A W P I p �+ o o O l 4 o h �— # m N NaAy41y o„m a _ — — _ — — S aAy 419L a f $ �� i�llllllllllG a s ei Match Line A Lj m - - 0 E 0 w fl - k, QUN a s .9R n N Q U O M M N z m O O O 0 �¢ M u�i In a � Z a o 0 0 o 0 1- �' M Lnn Match Line B r ° a a. • � �� W (L I i° R 'sm oI � Pig S. V. 4 $ I I I p o $ I I I° 0 I Co I to Dm d I hlI Il Wyg�gaage � O 3 W O n I I [ I ��R s ars>sszcs QCa N 1 I I nono U w V �0.F y HEAK U x vi o y c a 2 I I I DM w > O F p YW � p ezm I I I a w OSZwo w �gLLL) I, C H 2�CY I I I H C ¢ZWw ¢O +9 O y05C w wq J Z x� I I I yS � WWW}U¢�1- � v1 t zN3 Q p �dl=� aayU ati Cr I I I ZvS0¢�o�W�¢va}m �O Z= Z Q Y ro I I I mm 6460, �=oVowviw¢ . �4 a10i I I I ca QQ (7U�p �Z>UUp�❑ c vaFay jWpSa �cn gNWwZU~p'mWpVJmz� LU 0-Iz ISOTZ I 2 Z!N=pWa`w�`p g68 •A NNpaNWFN�J-��ULL H o� ��Ww�Zaaya D® '� � r Z�U�U�I U -J oRm �S�O>�¢W�F� m 0 Zi 7 W �+ g e- N fh r Lo(o I, CO T 59) a R W l` ? tiN m ti S � I(r �i z' d-•r UJ W '' m kzooa� �DOOZo ^ �m 7 i ;'` I� —►I 0 D M me jAluW �6s m =i5 a 1 x to W.�_ s� ' c " g r, � I � O m DN >a n$ to anV PuZL `2NNm t r Q� ANa — — — — — — — — - D u N , •, - J m " i n F MMFmDr<�Om=�o( 1 x �Mro�za'c�m�o�_o�z 9 n F!� n02F-1:(n�moi��cznm d I ,c n��r�Dmxm�=YOZr/i lava I mz -UFm<OXmmp q I Nva a pn jAz = rGDizv C m �Zmypmpn�mm�D ma O ® �QDD<omm�,=mz ° 1 c p EC)M L� � 7V Z7� z() �+O C7 I NVa 7 zp'G)mm10a<c�m x 4 z ( 7 t 1 ya1p>p00ym=>y no^ 0 1 ( € Zmp�moi —p F =off zz�oz0 �a- I I z �oz m<ocziDm-zioo��mZ I yrna zyn.D*ODOZ,D>, 0 p I py rD m om�yf��D 0 40 NVa Z 03 awn .r m O �vmmmNO o I 0 7 m D mn-,D m x 4 1 m •yH m Q m F5ffio* m 1 I nn to - ppzx x c co p X. mA a ea o'F' E K rn m z no t 4 I m p 2 { c A hva to $yS Q m 0 1 yob ` m O O ++ N Ilejl uegmialul ab 1 N N aq 25 5 I I I a I I M/Q � ml a UQ �a' 1 N I N —I 1 NVa � t 1 y m 1 LS o8g'oo'b'm' p 1 I Pq N anV 419 E: zs a eF 'eF i.Z I ma M D I m X 0 ' W r00— NIX0 0 D z �' I I N y Ul W I 0 Ul 0 0 O I I � 0 0 0 o N antl 41h _ S anV 419L ay I c m 0 3 | tu � ® § ;z& B2k | B B B $ ° 0 § 2 ° N \ �§ § § Lo ` § k \ b/ � © o 0 \ k §" ° § � 2 §;;°�@■ , f � � � ; Q ���.a■; R° ' ; ■ , !■2>»°.., _ _ §# # l;,2 !! © k ƒ / w - � uj )®k _ & ) Q 2(§ ( } �za) ) § Q LLJ §§, §§§) 0 § 2 k§k a§S#§moo � m 22» -�����x° 2 "° �®L) ■ a;% �g W u. <c�ezoo#«� omo 17 szoe<Z==<z = z -o■ z 2g!«��=�0&waa , j 4 � § _ � � 2 ,§A , 2 � � - . h ) | , § \ G 2�)z�o/2m°9L=�22u�eo°E!ero>z�u> �k > § B � c S) lo ! S o >k�-IQ 2e 1 11 ) w I az<b25 mW>= mou 7 !b �<m( 6W, < z ® ujzF$M�- ©LU ! _ w<a.><mo<OS<¥2 )w w �i466� m ai § | | � � |9■ U) & f / ! «o » � � .g> �� § ■e{�� 2 K■ |.m \ ;,a e/ © = w � ■ ® ��� t ■ 2 i! 1 9 2J|k(§ t=_ a w f+-� H v gte,xww ��lillllllll - 3 :4 z. 76th Ave S 4th Ave N N Ti4 V A I�I 11444 ti c o 0 to 0 tp p I z y 0 0 0 0 O M LO 0 M b h I u u A - -H y a O to O 0 M N � s OW. DNV y c 61h Ave N � z DNJ 3 4 1= o co - U DNY o BMW 199 '.- Tr d I $ „ 3 x & gi2ta I I E Nl 9 , d W I F � Q I I I Interurban Trail LL J `F U W N DhY I I e Li yt�i chi I I ?� lug.v w F 2�4. I I o Wzw� o ai R z "tea I I Dav OF oLL� mo ww> ;EN o u) Ty I I o ¢ aoa oaw uz—i a' 4 cc C7 w U a I ZviKaagz=a Z05-m zOC �ooazW=~NRz _j �UOWy)OWa € 1i >= I =Upo¢OOWQ���H z I ULL�jOUD:J�nU' �p2 8aI2 ! I; �€ ww Uy~wzwu�wawr`aw n ® O D/W Q WU, UpmO�m20: w I I ww�m�w�vo0¢vaiW pY Q >J X—LL�2r Y DNv I I DM zLLaxw x2w¢m��ZOW € ! ! ¢ e 00~ w�UwZw¢¢LU¢ C1 I zUUOU~~UNZw-wir JJQ-2WO>JQW JAW Q 7 J Z F W X W J x co J z J 4 o y� w g I g€ I W N W 72nd Ave S Z —I I rnx �ti V► M m o LU m. Y rn Pno M1�f 0 0 i 3; m x Ii za s wf gg 4 aaU LU 9•garyo'_ x Kfrc♦ �9g oh U x w »rr and a Fr c Fr„ . U W enQ W, oiuuxe'�a W > y cn x W c9 O w ozW� ¢ m O Lf) O w mw 73�u LL r M lt7 N w x m wzWa0° p w `" O O O O �� Uran� g O In O LO 2 t¢u�V ¢cwii❑ a r co In r o <�5601 oNO .55 Z1. . 0 0 ol H ornaa¢Qz=¢zoyf M Lo 00 zOt- z-H~ p r MUrgtlan3 W I o0 yU�joU�WWzz z IL h Do U, VOA Ocn m U Z Uzod.wo �s 00 9a,a.F,LQ.0¢¢oN Ewa W p G�wmzdomowmzw y o I I Nw-,JI—wJa2LLMz s I dr wh0a�w>_ �JzU� o �< ¢ no b z 5yUd'V�F Uy z,00 qJQ J00xwO J¢w Jww u o m c W Q¢d>Q d O Q U N Q Z Q s a„b P.-H vI n I l0 z Cl a' DNV cc c I I I I 111 NCO I Ihl w C � a IIII �t _ 0.SFG T Q L I I I O o I I I aoao woFK O W t- I I a1 Ea d q a DJW C x t Z Vlla I I y= 2 N I I I �x �3 • F 4 S I I I I �— J �y J Igi F W 66 o z a o z w x w ,�O .E n 1S y= w75 wVa7 C Oz .Eoj 7 � �o 4 E ' E 0 uj R 1 N 8 aq= i a m � m 76th Ave 5 4th Ave N in V> lip I � h O Lo p I - r C7 Lo (N 1 O m O I!) O 1 a¢ r m Lo LD h �n I -'��0— -8—►� N Q O Ln O O M to w P a LU as e w � ri= a a d D vJ I r N 6th Ave N i I W F a e v Q e DM 5 DNV I s� p N I i sh as O { � � t CO G I G W Interurban Trail $ m# N F O Qc U w I ui O j N JCM N om 1 U I OU W >N j V y4a eza 1 w �z2a ¢ U y vv 0 dd U w C W h v� W U, H LC 0 y�•s ~ a' WZWQ a0 (A Z yxC Y I DM OW W}QWO❑' U 1 J ZN1S g 1 0 �QoO¢�¢�OU ¢yF Z 4 ` I pV1KQ¢Zz=F zoam ZOC UZOF-ZW ¢Q=W}2QVJ�NW�Q A DM I OU�cc wzZ000�6 I rw aU0W�YwO~ mW¢Z�; LU JoJx mvxd wu.0 , wapamazz°° w DN >w z2 DM a0a ) �swpw H W Uy -�woz<acoLLL �FL Ot9~Ow ¢ ZFUV�I-Ua5zw0!wJJ, 0>JQJw Jz- W mWJ=WJ .t W r FJ r J 3 a 5 I zgf t- E a cli M v 6 c6 r to I y `r fee W i o iri W - - 72ndAveS z -I dO \ tyyo sM N��w- pp M�jl y QY 0�_ Make tlnCB � `°jn} Q- vxu�HIM W O �4 —►� ' �it3 fi mo LL zoo PREVA 1 L 1 NG WAGE DATES 2281"Grade Sep at UPRR Joint Utility Trench/Smith A - 7 July 3, 2017 Project Number: 07-3022 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/25/2017 I-County Trade Job Classification Wa a lHoliday Overtime 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 $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D I 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 $55.51 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 Et Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F hf+nc•//fnrhracc 1AIa nn%i/Ini/uranclnnLiin/nrvlAlanclnnl�tin acne -7/2/')nl7 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 317 King Drywall Applicator Journey Level $55.51 5D 1 H King Drywall all Tapers Journey Level $55.661 5P 1E 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) $75.891 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 $45.49 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 9 R 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 Ft Frost Insulators And Journeyman $65.68 5.1 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1E King Hod Carriers & 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 1 K King Inland Boatmen Cook $56.18 5B 1 K 4.i� -. //F...a- .... ...../1 .:1...... ..I....L. /...-.I AI ..I--I.. I'% Inf1-4 -7 Page 3 of 17 King Inland Boatmen Deckhand $56.181 5B 1K King Inland Boatmen Deckhand Engineer $57.26 5B 1K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1K King Inspection/Cleaning/Sealing 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 Ft Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Ft 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 $46.66 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 hfi-nc-//fnrfirPcc wa nnv/Ini/wanalnnleirn/nrv1A/nnalnnleiin acne 7/�/7f117 Page 4 Ot 11 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 Ft $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 ft Bucker Chain Saw $46.09 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 It 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 Ft Water On Concrete Ft Rock, Sandblast, Gunite, Shotcrete, Water Bla King I Laborers IPavement Breaker 1 $46.091 7A 1 31 httnc• //fnrhrCCc uIa acnv 7/1 r)17 Page 5 of 17 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.091 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 $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $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 Ft Gas Operated Tools King Laborers Tamper (multiple It Self- $46.09 7A 31 propelled) "King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Ft Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.251 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 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 8� Worker 54.01-60.00 psi httnc /fnrtrocc IAIA nrnu/Ini/IAI=nalnnlsi in/nrvlAlanclnnL i in acnv 7/'2/ )(11 7 Page 6Ot17 King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 88Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8S Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8D Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8D Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8� 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 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication In Shopj 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 $11.56 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 Plasterers Journey Level $53.20 M 1R hfi-nc-//fnri-rccc uIn nntii/Ini/tn»nclnnLi in/nr%AA/nnclnnL-i in ncnv 7/'111n1 7 Page 7of17 King PlayQround l* Park Equipment Journey Level $11.00 1 Installers King Plumbers Et 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 L.aa //�....�r...... .. ,/I...:/... -7InInAi-7 Page 8 Ot 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 $58.171 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 813 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 813 h�ir�'.. //��.-i.-.v i...11..:/..... -..I ..L....l...�..4A1......1....1�. -7/']!'lAy -7 Page 9Ot17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 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 Et 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 $58.69 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 Operators 1 $57.72 7A I 3C 8P L. --..... //C...7-....... ..... ....../1.-.71.........I....L.. ./ ....tiA1-......1....L... -7/'J/'lAi -7 Page 10 of 17 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 8P 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 8P 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, Farman Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer St Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer Et Water Concrete 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 8P Underground Sewer Et Water Page i i or 1 i King Power 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 Et 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 8t 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 Er 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 88P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water -7 1-)f117 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 Ft 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 Et 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) hf-+Mc urn nn\/IIr-,iAAtneinInnl/1 A/ne, n,I r%I .. 7/2/')n17 Page 1:3 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 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P 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 Et 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 $55.21 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 Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $57.72 7A 3C 813 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 Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Spreader, Topsider Et $58.69 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et 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 Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 813 Underground Sewer ft 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 8P Underground Sewer Et Water hfi-nc• //fnrl-rocc tA» rin%r/Ini/1ArnnolnnLi in/nexi%A/netnIr%r%Lriar% ncr,v 712/7n1 -7 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 1G 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 $22.641 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 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers 8 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 1R Workers King Residential Soft Floor Lavers Journey Level $45.861 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire 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 1E King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1 H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B ht+nc• //fnri-rocc LA19 nn%i/In ill AIM nclnnLiin/nr%i%A/mnolnnLiin acres 7/12/ )f117 Page 16 of 1 i King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.68 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 $41.05 7T 4B King Shipbuilding Et Ship 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 $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 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 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 Operator (Light) httnc•//fnri-racc ura acne 7 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 Et Irrigation Pump Well Driller $18.00 1 Installers Infi-nc•/Nnrt•rccc tnra nnv/Ini/tnrancinnl-iin/nrvlA/anroinni-i in mcnv 7/'4/,)ni 7 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2) hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday,Friday,and the day after Sunday,Monday,shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight (8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one ha]f(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(I-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day(8). H. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Cluistmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day(7). Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 7 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10.). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. if any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. 9 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional$0.50 per hour. 10 T Agenda Item: Bids - 9B KENT V1 A S H 1%C,7 0 N TO: City Council DATE: August 1, 2017 SUBJECT: South 228t" Street Grade Separation at Union Pacific Railroad Joint Utility Trench Project - Award MOTION: Award the South 228th Street Grade Separation at Union Pacific Railroad Joint Utility Trench Project to Scarsella Brothers, Inc. in the amount of $633,764.90 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 excavation and installation of conduits and vaults for PSE Power, Comcast, PSE Gas, Verizon and Zayo from: 72',d Ave South to the Union Pacific Railroad. The Engineers estimate for this project was $594,303.50. EXHIBITS: Memo dated July 25, 2017 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: This contract will be paid using approved grant funding. / / r / / / / / / � r rr r l w,moul / / r , / f / / i r / I / r f 1 / / r I � / / // l // / r r a r / / / / / / / r / / / / / /i / / / / / r / / r / / r / / �i / / I / / / � r r / / r / / / / / / / / / / / / / l I l r i l � 1 1 1 / ( / / rt r r 1 / r / � 1 1 , , r/ / / / / / / / �i / / /