Loading...
HomeMy WebLinkAboutPW18-244 - Original - Tucci & Sons, Inc. - Lake Meridian Estates Storm Drainage Improvements Phase II - 06/19/2018 ANT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. El Blue/Motion Sheet Attached Pink Sheet Attached Vendor Name: Tucci & Sons Inc. Vendor Number (JDE): Contract Number (City Clerk): Category: Contract Agreement Sub-Category (if applicable): (,J Project Name: Lake Meridian Estates Storm Drainaqe Improvements Phase II U10IN Contract Execution Date, Date of-the-Mayor's signature Termination Date: so working days Contract Manager: Richard Schleicher Department: PW: Engineering Contract Amount: $1,342,899.25 Approval Authority: ❑ Director El Mayor Z City Council Other Details: The,projg�qtconsists of installing_qpproxi,mately 900 feet of new Storm drainage pipe and 'catch basins at Lake Meridian Estates -which is a residential m o" bile home park community -located at the north shore Of Lake Meridian at 25_�,39 115" Avenue SE. r � �, i �i �' � ���� 11���U� B! �t U� � 11��7�/i ll �� r i n Po 71� � ���� � � � � �. r � ,. � 11 lfq �""' � umU�� i o.. t��m U(�' � I i ��� I ����D.�e �` i ��J� �� i � �ly 1��� � �Yl ��,Gx � i I � VlI� ' np �90� tV^'^ II � i� I � � '. i �i � i �'�fl�, q l' ' �+' ! � 1 � iH ,;: nua'�f J'.i,�d�i 111 �i� I � i� �J, _ ., � m N V i'� � „ 4 °� ° U�UIV4�l�j�411� �u �1�� Ni°�'��1 A�V�� r'�+w°ffllf8il hiGIIVm��ip rmir �u 1 ,�N � i� flfl r.�,� � � i�diB� o�, �N �, �4 'o!d�.. ti I i u�✓�uidiiuvrii!��niui @�uXlai � 1 '7U� � �d1a ��'dl '� IW���r � + � �d �4IP° i����iiJ l�� , �Il � � �Ul,u� 1' '�� _�. �'naU7�IJmf���u� n � �P �;;,�iu � i �1 m �� w �, IU� i� � � � � �_ � � E�� �i�hf iul�ii �� 1�idU��J IuNil Giamylu ii! u'iul u��ra� �aV a u�ji oi" of �.�, �m :� a„ � �, ,, I � I ���� ����r,�a, . � �����it ��u�i� ����N+ �� � p� � � Ii PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director i 0 400 West Gcwe �'1w E.IMT Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Lake Meridian Estates Storm Drainage Improvements Phase II Project Number: 16-3017 ADDENDUM No. 1 May 16, 2018 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: A III..I.. CHANGES AIII RE'F1.III 1.114 RIIC...D I — EiIDDFR'S DOCUMENTS The following changes are included in the attached replacement pages 7, 9, and 10 of the Bidder's Document. Bidders must use the replacement pages. SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1355 1-04.4(1) 1 Minor Changes $25,00000-* $25,000.00 WSDOT CALC Per CALC "Common price to all bidders 1360 8-28.5 10 Pothole Uti€IGtiies I4SP PER EA Per EA 1.365 7-06„5 1 Unknown I,Utilfty $25,000.00— 2 5,000.00 KSP FORCE. Ide ntilficaf onn and RelocatIio n Per FA ACCOUN'r c *w`Couimanoin pirlce to aUll Il)iiddevs 0 a, G N co Mayor Dana Ralph SCHEDULE IV — STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4055 7-04.5 20 Wqh FJan utg-.+viriyetNiyl¢ u $ $ WSDOT LN FT (W)RE)' ` oiU nallll PVC Per LF Storm Sewer Pipe, 30 Inch Diam. 417S 7I ro OSm�m FORCE Qm"mni�utAaO'"IVlrngy �u5iy60EIp.OI:9 Per IFA ACCOUNT "Common µ rke to all Ibidders II - KENT SPECIAL PROVISIONS Page 1-13 - Section 1-05.14 - Cooperation With Other Contractors 13.t:"4f1ISE; this section as follows: and Gemeast to releeate their fa ilities lies with proposed storm dralm beginning approximately at 9 Ceunturyi-firulk and Conicast representatives NNsted on sheet 2 of the counst,lruuacHon plans have been notified that the City bequests they rellocate tllueir coinflilcting mutliN bes froln a apapm"aaacliurrnatelly station :11.0.0..40 to 1.3+10. The conflicting u6:GNNtiles are understood to he sirnaNN, durect bury service wires that exiist above the pipe zomne. 'Im nnie iately follllloanriiing issuance of Notice to Proceed, the Contractor shalll engage the Irelplreseuntaatlives and wasps that they begin reilocat'uoins as soon as po usilbpe, The CRy Irecommends the Contractor eua gill AWx IHarlb at 6 ,�I am.,.� .wilt mtmg �p-m y�"iEu�m Kturd, amna:N colpy p:a g h�Strt�uupu��aNs ap.4.'�i4:fg wt oum the correspaauudence. The City alsImv Ireco rnmenals t1l'm Contractor emnaH 2mrry_ eMN fiatµ wnaa as 9..p t�.Itm and copy !�py on the correspoindllence, Galrlbage service plick u.up is sclheduulle for Wedinesday of each week,. Garbage is pmcked up in large apaurrillosters that exist near the ou"n site pump; house, lrnirrneafiiately adjacent to 132n° Avenue SIE, "t"he Contractor shalH alrlralrnge for garbage service to continue maun'lin1terurmulpteat thlromufghomut construction, as w0i as other Iresliidenf services. 2 N Page 1-23 - Section 1-08.5 - Time for Completion tlM113IL CE the second paragraph with the following: �. fne• " ., - -s�:�aw hi - roti�er.4i ~ ure�iro�t;FaF:�" rWtu^wiu� . ��s� 9�-cw:�mp� .. , .; ttn� •��fu�,w° r �a� . u��� -a� u�rrf�:a.�a -�"�eTM,ttwa�uA i;-r �"", t� -�._6auu�� s the project is weather dependent, the Comvtract,or shah coin nlpllete the Storm drainage project eierrmoits by September 1.5'h, 201.8, before the Ibeg'iunin'ing of time wet seasons. 'this tirne for corrnpllet'ion date for storm drainage 1pro,pect elements is based off a Notice to Proceed Ibeiing !issued by the City on .Duly 1.6"' 2018„ 5houullat INotice to Proceed be issued Ilateir tlhan .Dully 18''h, 201.8, the storm drainage project eiernent uteaadline w lli the exteramdeal. Page 7-1 - Section 7-04.3(1)A - General AII:DIib the following to the beginning of this section: 'fh,e Contractor shah be reslponsibte for conducting pure and post construction closed capdoirm telieviislion (CCTV) inspection of the existing Sanitary Sewer main prior to removal ou" installll'ation of stoirim drain Structures and pipe„ CCTV quuaiity slhalll Ilbe greateir than or equal to III:D:t. Resoiutiomn:. The Contractor shalli obtain approvai:s from Sons, Creek Sewer district irepresentative Ken VanlDenBerglh 1piriior to coinducting CC"t"g activities., IlKeun°s ennaii is i f ,wnta�soosCu eia.c mrrt,; Ipll°uone number is 2:53...893-7615" Shouulld the Contractors operations damnrrage the sanitary seer, relpaiiu~s shads be made at the Contiractor"s: expense and shall be apli:proved by Ken VanDenlBeirglh. Page 7-3 — Section 7-05.3 — Construction Requirements ICDE LETE the fifth paragraph: ikurn ntr ran tav f rdl kxa -o-E poo-t >itnia: k r <a gni yiunad— u fanV4 .«tus;ytuartil surbmitk<al- ..;ton aePn.ae9s*:ad,unrri>rd, sa edtar` i, tr7s} 4 ml_.struart urGul �trat airs clr iefraarrn on< -r.xala:ukF Hoin3 The �ieavwrrnate,esuae! rr+{.r-,, un9srk4a>s'ars��knr�18 trr. �v,r,r4��-~I4�ya-a�t�armtarsrewu4 �=rt�pimaa-s„r frem-rn^nu�ad �u--t:t.n:u� r,f�sty*�f 'WWansiutnngtrxu,, mood--fu w # � i �-r"up ctl &tr nia t li ?(:9-Ic nulioncd stern tai' Pd,. pit-NyI ch aagrk.r �idV to dfate n"rsined hy-Str¢set.aaRw -J dmsuq �iru: d pro-tm&'uutcai^ st rld !ai.udrrnd fhu tlasFFraa.ihrirRwttul tariom--ka the tmr-r€3rvstrt,sa_tiannoouria'rtc,nn'we: it.ICPLAC'f the sixth paragraph with the following: Tl ;r3wntw�a: .ivaraNli df prax-urNe=-ptuaiui`,f,,- ruai,rrlt diurgdear.:,rarrpn v^atp tnrnninr x rw ,� renqtb raruci rrr nnua#rri r nrnt n wr<:; dkuonca -Wit46 fa TPi 4 C3-arnu:tl a : .;ul ttlru fnoivat of discharge, -Sfrot u 6 t9Nae-t.uuncTel ue frail to-re arr - jO00.l.aa�l n1" ttnc .5 ¢.i uy kamu aE , er-a n,; athfr.r regwr-rnmmit of t airuetsur,r} ck,%sign fa ilia rrauaunt taerf ria arsu:r:n raiwIards, k-he-wr.->rk w 4l fse-rt��tt-er9: 3 Sinoulld tllne Contractor elPect to cast the junction vauulllt in ll the Contractor slhuali lµulrocuuu e certified qu.naallity controlP testing and inspection as required by the struacturall elrnglirneer so that the structural engineer will provide a stamped, signed, and sealed as-Ilauillt record drawiung of the conliplieted install iationn•, Should any pairt of the cornlfuleted 'inst:allation faill to rrneet performance standards, the work may be rejected. "rlhe Contractor may elect to procure a pre-fain'icated junction vaaualt in-iieuu of, castihmg the junction vault in place, In the event•. the Contractor elects to linstail a lGolrewfatairicated structure, the Contractor will the resllraonnsillalle for suuppllying a full st.fti-Inittall sealed by a structural engineer registered in the state of waslhiington„ All the following to the end of this section: AN costs 'incuuu-Ired while dewaterimng s�torim drain structure and pliipe trenches shalt the livaid tinder the bid 'it:ern "Dewaterling." Page 7-6 - Section 7-06 - Unknown Utility Identification and Relocation ADD the following new section: DIVISSt'u N 71SSUPPf..EM't:."R TFD BYADCfIN THE" FOLLOWING YNErW EC"TT.(..)N. 7° 06.1 Description s y' g . g glue unknown 4 inch t" nus work 'imnvodlnde� lidemnt'it' in and Irellcucat'iou, uutiiity at ala'IGaroaaiinnat:ely stall t 51-90 imnniediateiy folionraing umnollbiillizantiion and installation of ril:.,SC rineasuures. 7"••06,5 Measu.urernrreent and Payment r�fcriaaawn,!A a a ... .g0fu ricwd q.gan nait�. I 5rm,11 atupM°' der IForce Account tin accordance with Section 1-09"6" Page 7-6 - Section 7-08.3 - Construction Requirements ADD the following to this section: All costs incurred while dewatering stoirinn drain ,structure and pipe tremnches shall be pallidl unde.ir time bid 'item °"Dewaat.eriirng," Page 7-8 - Section 7-08.5 - Payment AII1M the following to this section: .. way.Eli q," peer IForce Account in accordance with Section 1-00"6m ADD the following new section: 4 8-28 POTHOLE I ITIES 8-28A. DescHpbon TIMs work shall consist of pothoUing utliliffies at the locaUons s1hown on the plans and descHbecl iin the specifficaboins, The Contractor shall notify the Englineer, a rn4iirnum of 24 hours Ibefoire the potholle work is perforivned, to coordinate the work with Survey. lEach pothole shall lin(,Aude standby birne to allow Sanrveyors to accuratelly rineasuire the locaUon and delpths of eAsUrag ubliffies. 8 2&2 Materialls Backfflll and suirfaring rnateriall shaIIII match condlillJons of potholle location. IPotlhole work located to asliphallt c6increte pavement, shall be Ibackfllled with gravell Iboirrow and crushed irock, then patched with asphalt: cold mix. Pothole work (located liinr ceiment concrete shall be bay kfilled Mth gravel boirtrow, then patc1hed with cement concrete. Pothole work not on paved suirfaces silhallil be backfilled Mth native irriaterial, 8-283 Constructlon Requirements The pothiole shall be of sufficient size and dept1h to expose existling tAfilities to deterrnline potenbal conflicts aind verify cornpadblIllty with designs. Excavation; hauling, dewatering; backfiH, cornpactloin, surface restoration, and cleanup are lnckided Mth this work 8 25.E Measuirerneint Pothole utIfties shalill be measured per pothole work I:mrforrned, 8 28 5 Payment Payment will be rmiade iin accordance with Secbon 1 04.1, for th e follllowing bid Ilteinns when they are included in the Rrollposah Iffie contract price per each for "IP t q..jg-j4-LlW,L gm." constlitutes complete cornpeinsahon for M lalbor, rnaterialls, tools, supplies, and eqLdprneink necessary to potlhWe utillilties at the lcicaUoins shown on the plans and desc.Abed hn the s1pecificaVons. III - PLANS REPLACE. plan sheets 1, 5, 6, and 7. The plan sheets have been RIEVISEII) as follows: • Sheet 1 has been revised to conform to addendum 1. • Catch Basin labels have been populated on sheet 5. • Callout and hatch pattern for controlled density fill (CDF) has been removed from sheet 6. 4 Pipe slopes and inverts have been revised on sheet 6. • Pavement hatch pattern has been revised on sheet 7. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Proposal Pages: 7, 9, 10 Plan Sheets: 1, 5, 6, 7 6 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 1290 8-26.5 4 Bollard Type 1 $ $ KSP EACH Per EA 1315 8-20.5 1 Illumination System $ $ KSP LUMP SUM Per LS 1355 1-04.4(1) 1 Minor Changes $25,000.00•* $25,000.00 WSDOT CALC Per CALC **Common orice to all bidders 1.360 8-28,6' 1.0 Potholle ILH''p':iPif flies $ $ IKSP PE IR IEA Per EA 1365 7-06,5 1. ]I:m�a*�mUnkntiilFlia.��pUtilit:ncl V�kega.ae:.anCliauuro $25,0 0.00k* $2J5 I.IQS1�.00 I(„ III: U:::1' R I=' er FA ACCOUNT *'b`m'oirnirnon pvilce to allll ta'kidws Sub Total $ 10% WA State Sales Tax $_ Schedule I Total $�...m.... Lk Meridian Estates Storm Drainage Impr/Schleicher 7 May 15, 2018 Project Number: 16-3017 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 4100 7-05.5 1 Stormwater Junction Vault $ $ KSP EACH Per EA 4115 7-05.5 4 Adjust Manhole $ $ WSDOT EACH Per EA 4135 2-02.5 760 Remove Existing Storm Sewer $ $ KSP LN FT Pipe Per LF 4145 2-02.5 8 Remove Existing Catch Basin $ $ KSP EACH Per EA 4150 2-09.5 9,600 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF 4155 7-08.5 2 Plugging Existing Pipe $ $ WSDOT EACH Per EA 4160 8-15.5 5 Mechanically Embedded $ $ KSP TONS Riprap Per TON 4170 7-08.5 4,200 Gravel Backfill for Pipe Zone $ $ �c KSP TONS Bedding Per TON 41.75 7-O&S 1 De a'tenum'ng $2.s'o&➢10.00"- $25,000,.00 KSP IFORCE Per IFA ACOOUN' *CoimnNo n price to aill biddeirs * 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. Lk Meridian Estates Storm Drainage Impr/Schleicher to May 15, 2018 Project Number: 16-3017 is � 1f � jq r J J{ nT X IL LU z:z La P g LLI w - vsi� 1 »v' �kr 1,� r d � 1 I "jhy✓ �� � �� � i' U co » F ca It zz i o a W — Cl) w LkjN CIS Z g w g o a rTw a �[ Q W fA � � � w = m O W Z C omo z g Wcr z Q U o u' J °� 1, (] �o F i W 3u P P&p � f 17 � ✓r's z } e:l wrc P a o�¢ LLj w s �a z i zo ° . oNj rr <% t m_ „ � ✓f I f . w F 1. L OI �{Y� Vr_W Frl > �µh NOIIW{{1Nd I'll" C d} O H x„ r`I` eSi ur v la p INeu a I. m 6p u n'N n s U A Z U. cl a 4'9 `I Iy yf ed s � xere > arvr. c p,-. --._....� _......................._. ...-.-......—. .x�n •,4:1'c'v r u e,��rv'me: nm Wm..ce�uu r s, ,J,»Fk ir�svy,..wwn'mr um , Aa � d r _ �� ram✓ 6Y ��', � �� $u�'u��,�- �dz3� 7 x�d'�€ _�- r . •k a f�,Jp �.N'�` �.,.,,,.. --_.. .._-- ........ .. `�. y o ..1$f�� u vv rvYYy J Si I1 i E5d nrt v���� 9 a3 4 Y ww r Lo R r SF" _ r J hl hi rw o 9f ` zl� kl 1-i n kl r yE3 l^tt..w YfSO sr3i4 r I dd Rid �w r 8 R v f 1J Yi, 4 N 1f- 8 1 oorer :vi,- 3mrnr Jvry ..." "nr rs 6 wSF✓b"n�"s:w"� � ..y Nam— U, 13w�- -�W Na a—w Li 71 17, 353Ab VlSfl p � C � — sd� eiu ^ u 9 C < r i a N d A t " N X �V > $�'� b e m G � X € O {{{ U a �l',9 r� Q rl K F->0 = x W I NDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table ofContents Section 4 dent Special Provisions Section v WSD OT Standard l Plans Section S Supplemental Project Planning Information Section 7 Permits Section S Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR MeridianS Storm Drainage Improvements Phase II Project Number: 16-3017 BIDS ACCEPTED UNTIL BID OPENING May 22, 2018 May 22, 2018 10:45 A.M. 11 :00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 1!1 CCf ai9t2 , W A 5 H I N 0 T 0 N BIDDER'S NAME TUCCI&SONS INC. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Lake Meridian Estates Storm Drainage Imprrovements Phase II Project Number: 16-3017 BIDS ACCEPTED UNTIL BID OPENING May 22, 2018 May 22, 2018 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 1. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KET WASHINUTON 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 Certification of Compliance with Wage Payment Statutes 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 WSDOT Standard Plans Supplemental Project Planning Information Permits 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 May 22, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: Lake Meridian Estates Storm Drainage Improvements Phase II Project Number: 16-3017 The project consists of installing up to 900 linear feet of large diameter storm drainage pipe and catch basins at Lake Meridian Estates, which is a privately owned residential mobile home park community located along Lake Meridian at 25739 1351h Ave. SE Kent, WA. The project includes a full width pavement replacement above the pipe zone, haul of existing trench backfill, installation of erosion control devices, dewatering, potential side sewer relocation, and installation of pavement markings. A fully functional storm drainage system must be complete by September 15`h 2018, before the beginning of flood season. The Engineer's estimated range for this project is approximately $1.411 to $1.7M. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Richard Schleicher at 253-856- 5525. 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 day of 2018. BY: ` Kimberley . Komoto, City Clerk Published in daily Journal of Commerce on May 8 and 15, 2018 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date MAY 22,2018 This statement relates to a proposed contract with the City of Kent named Lake Meridian Estates Storm Drainage Improvements Phase II Project Number: 16-3017 I am the undersigned bidder or prospective contractor. I represent that - 1. I x 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. TI I(I:I P.enm.q IN(: NAME OF BIDDER BY: SIGNATURE/TITLE MICHAEL F.TUCCI,PRESIDENT 4224 WALLER ROAD TACOMA,WA 98443 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Lk Meridian Estates Storm Drainage Impr/Schleicher 1 May 2, 2018 Project Number: 16-3017 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2, 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing belo agree to fulfill the five requirements referenced above. By: MICHAEL F.TUCCI For: TUCCI&SONS, INC. Title: PRESIDENT Date: MAY 22,2018 Lk Meridian Estates Storm Drainage Impr/Schleicher 2 May 2, 2018 Project Number: 16-3017 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 3 May 2, 2018 Project Number: 16-3017 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 TUCCI&SONS. INC , Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Lake Meridian Estates Storm Drainage Improvements Phase II/Project Number: 16-3017 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 Employmen Opportunity Policy that was part of the before-mentioned contract. By: For: TUCCI&SONS, INC. Title: PRESIDENT Date: Lk Meridian Estates Storm Drainage Impr/Schleicher 4 May 2, 2018 Project Number: 16-3017 I PROPOSAL i 1 To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TUCCI&SONS,INC. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Lake Meridian Estates Storm Drainage Improvements Phase II/Project Number: 16-3017 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. OUANTITY 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 May 2, 2018 Project Number: 16-3017 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. OUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ QO WSDOT LUMP SUM Per L 61�' 1010 2-02.5 4,300 Remove Existing Asphalt $ io•50 $27,g50.00 KSP SQ YDS Concrete Pavement Per SY 1050 2-02.5 3,100 Saw Cut Existing Asphalt $ 2 .S0 $ `7750,00 KSP LN FT Concrete Pavement Per LF 1060 2-03.5 430 Roadway Excavation Incl. $ 62.00 $ 22a3&0,00 WSDOT CU YDS Haul Per CY 1070 2-12.5 50 Construction Geotextile for $ 12. 50 $ ( 25, 00 WSDOT SQ YDS Soil Stabilization Per SY 1080 4-04.5 1,040 Crushed Surfacing Top Course $ 38.00 $ 39y5?0.00 WSDOT TONS Per TON ($6.00 Min) 1095 5-04.5 900 HMA Class 1/2", PG 58H-22 $ $5.0D $76,500,so KSP TONS Per TON 1105 2-06.5 2,800 Subgrade Preparation $ 3 •-lS $ ln,SDa.� KSP SQ YDS Per SY 1235 5-04.5 16 Speed Bump $ 82500 $ '3 20lJ.� KSP EACH Per EA 1240 8-20.5 1 Adjust Existing Junction Box $(525.00 $ 00 KSP EACH to Finished Grade Per EA Lk Meridian Estates Storm Drainage Impr/Schleicher 6 May 2, 2018 Project Number: 16-3017 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1 1290 8-26.5 4 Bollard Type 1 $ /000.p0 $ 4.000, OD KSP EACH Per EA 1315 8-20.5 1 Illumination System $ 43 OGb.0% 43,000,00 KSP LUMP SUM Per LS 1355 1-04.4(1) 1 Minor Changes $25,000.00— $25,000.00 WSDOT CALC Per CALC **Common price to all bidders 1.360 8..28„5 1.0 PotIl olle avUttlllifies $ 940.00 $ g000. O0 I SP IPER III!:IA Iaeo EA �1.365 7 06 5 1 Unknown Utillity 125,000.00- $.25 000,00 KSP F:ORCE Ideritiflicnat oin aairnd IR,49ocat'ion Per FA ACCOUN.I. 41*Coirngiion Price to, all bliddeirs Sub Total OD 10% WA State Sales Tax $ h so-6.00 Schedule I Total $ ?�„"� Lk Meridian Estates Storm Drainage Impr/Schleicher 7 May 15, 2018 Project Number: 16-3017 SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 7-18.5 20 Ductile Iron Sewer Pipe, $ 110.00 $ 2200.00 WSDOT LN FT 6 In. Diam. Per LF 3115 2-09.5 160 Shoring or Extra Excavation $ 1-00 $ (bo n0 WSDOT SQ FT Class B Per SF 3135 7-08.5 25 Gravel Backfill for Pipe Zone $ 4 -00 $ 12?,5 p0 * KSP TONS Bedding Per TON * 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. Sub Total $ 10% WA State Sales Tax $ 353. d Schedule III Total $ 3 943. Sa Lk Meridian Estates Storm Drainage Impr/Schleicher 8 May 2, 2018 Project Number: 16-3017 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4040 7-04.5 260 Ductile Iron Storm Sewer $ 37000 s 9to'= 00 KSP LN FT Pipe, 30 In. Diam. Per LF 4050 7-04.5 640 Solid Wall PVC Storm Sewer $ 3.7S00 $ 208,0oD, 00 WSDOT LN FT Pipe, 42 Inch Diam. Per LF 4055 7-04.5 20 E-*Eyh t)ern+Gy ilelyethylene $ 400.E $ WSDOT LN FTi iGWaVlia� allll PVC Per LF Stormm Sewer Pipe, 30 Inch Diam. 4059 7-04.5 20 Solid Wall PVC Storm Sewer $ 130.00 $ Z600, NJ0 WSDOT LN FT Pipe, 12 Inch Diam. Per LF 4060 7-04.5 20 Solid Wall PVC Storm Sewer $ ►35.00 $ 27bp, 00 WSDOT LN FT Pipe, 15 Inch Diam. Per LF 4065 7-04.5 20 Solid Wall PVC Storm Sewer $ 302.D0 $ (o04p 00 WSDOT LN FT Pipe, 24 Inch Diam. Per LF 4070 7-04.5 60 Class IV Reinf. Conc. Storm $ 3 50, 00 $ 211000.40 WSDOT LN FT Sewer Pipe 30 In. Diam. Per LF 4085 7-05.5 1 Catch Basin Type 2 $ F6200.00$ Icy W0 00 WSDOT EACH 96 In. Diam. Per EA 4088 7-05.5 1 Catch Basin Type 2 $ 10,000.0O$ 10, 300.to WSDOT EACH 72 In. Diam. Per EA 4090 7-05.5 7 Catch Basin Type 2 $ (o500.00 $ 4$, 500. 00 WSDOT EACH 60 In. Diam. Per EA Lk Meridian Estates Storm Drainage Impr/Schleicher 9 May IS, 2018 Project Number: 16-3017 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4100 7-05.5 1 Stormwater Junction Vault $%24W 00 $ 3�0 LKj,0O KSP EACH Per EA 4115 7-05.5 4 Adjust Manhole $ 625. 01) $ ZS pp 00 WSDOT EACH Per EA 4135 2-02.5 760 Remove Existing Storm Sewer $ 12•p0 $ q I 20,00 KSP LN FT Pipe Per LF 4145 2-02.5 8 Remove Existing Catch Basin $ 10610. 00 $ 00 KSP EACH Per EA 4150 2-09.5 9,600 Shoring or Extra Excavation $ O.25 $ 2Lq-00, d0 WSDOT SQ FT Class B Per SF 4155 7-08.5 2 Plugging Existing Pipe $ JP0,00 $ 360cp,(90 WSDOT EACH Per EA 4160 8-15.5 5 Mechanically Embedded $ 166. 00 $ 330,00 KSP TONS Riprap Per TON 4170 7-08.5 4,200 Gravel Backfill for Pipe Zone $ 4 -0, $ 2tg 800.q7 �c KSP TONS Bedding Per TON 4175 7-08.5 1 IDe anteiri ng $25,000,00— 15,0W00 IKSP FORCE Per FA ACCOUNT **Connmon Price to Will bidders * 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 10 May 15, 2018 Project Number: 16-3017 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL i NO. NO. QUANTITY PRICE AMOUNT I 4100 7-05.5 1 Stormwater Junction Vault $ $ KSP EACH Per EA 4115 7-05.5 4 Adjust Manhole $ WSDOT EACH Per EA 4135 2-02.5 760 Remove Existing Storm Sewer $ KSP LN FT Pipe Per LF 4145 2-02.5 8 Remove Existi h Basin $ $ KSP EACH Per EA 4150 2-09.5 9,600 Sh r Extra Excavation $ $ WSDOT SQ FT Per SF 4155 7-08.5 2 l Plugging Existing Pipe $ $ WSDOT E H Per EA 4160 8-15. 5 Mechanically Embedded $ $ KS TONS Riprap Per TON Z417-08.5 4,200 Gravel Backfill for Pipe Zone $ $ KSP TONS Bedding Per TON * 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. Sub Total $ 713,, y�o. 00 10% WA State Sales Tax $ "71 y 19- 170 Schedule IV Total $ 7Ffd - atf�• �C Lk Meridian Estates Storm Drainage Impr/Schleicher 10 May 2, 2018 Project Number: 16-3017 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL j NO. NO. QUANTITY PRICE AMOUNT i 5005 1-10.5 240 Traffic Control Labor KSP HOURS Per HR 5015 1-10.5 120 Traffic Control Supervisor $ (��. bD $ 1-31 goo .n0 KSP HOURS Per HR 5020 1-10.5 1 Project Temporary Traffic $ 00.'O$ 3aoo. po WSDOT LUMP SUM Control Per LS 5025 8-22.5 2,500 Red Edge Line Paint Stripe $ L $ tO00,00 KSP LN FT Per LF 5075 8-22.5 298 White Letter $ a35, 00 $ (t7�Q-30.00 KSP EACH Per EA Sub Total $ 43 q50- 10% WA State Sales Tax $ 43g5. (b Schedule V Total $ 345, W Lk Meridian Estates Storm Drainage Impr/Schleicher 11 May 2, 2018 Project Number: 16-3017 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.3 Seeding and Fertilizing By $ 9Z00'$ I560 d0 WSDOT ACRE Hand Per AC 7005 8-01.5 120 Street Cleaner $ 197.00 $ 221, Q40.00 WSDOT HOURS Per HR 7010 8-02.5 50 Topsoil Type A $ 58 00 $ 7,G700 00 KSP CU YDS Per CY 7015 8-01.5 1 Turbidity Curtain $ 5900.190$ SC100 OO KSP LUMP SUM Per LS 7020 8-01.5 1 Vehicle Maintenance and $ 9200,4,0$ $ZOO 00 KSP LUMP SUM Storage Per LS 7025 8-01.5 375 Wattle $ !3•b0 $ SD( $0 WSDOT LN FT Per LF 7030 8-01.5 10 Inlet Protection $ (b0• bO $ t 000.00 WSDOT EACH Per EA 7055 8-01.5 1 Erosion/Water Pollution $5,000.00** $5,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 7060 8-01.5 1 Baker Tank $10,000.00** $101000.00 KSP FORCE Per FA ACCOUNT **Common Price to all bidders Sub Total $ 10% WA State Sales Tax $ (a. Schedule VII Total $ rr+ 27S Lk Meridian Estates Storm Drainage Impr/Schleicher 12 May 2, 2018 Project Number: 16-3017 BID SUMMARY Schedule I S1J1 f� Street Schedule III "' '3P6143 • so Sewer Schedule IV -7gj'45o !,U . 110 Storm Sewer Schedule V 49V 345, 00 Traffic Control Schedule VII (0?to 2(oS. ?S Temporary °Erosion &Sedimentation Control TOTAL BID AMOUNT c., O''-°1"'4 a J Lk Meridian Estates Storm Drainage Impr/Schleicher 13 May 2, 2018 Project Number: 16-3017 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: Lake Meridian Estates Storm Drainage Improvements Phaseii Project Number: 16-3017 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE MICHAEL F.TUCCI, PRESIDENT Lk Meridian Estates Storm Drainage Impr/Schleicher 14 May 2, 2018 Project Number; 16-3017 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: TUccl R soNs W. Project Name: Lake Meridian Estates Storm Drainage Improvements PhacP TT Project Number: 16-3n17 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: NIA Plumbing Subcontractor Name: NIA Electrical Subcontractor Name: ELOo RIG y MICHAEL F.TUCCI,PRESIDENT MAY 22,2018 Signature of Bidder Date Lk Meridian Estates Storm Drainage Impr/Schleicher 15 May 2, 2018 Project Number: 16-3017 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 16 May 2, 2018 Project Number: 16-3017 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: TUCCI&SONS, -lk<t NAME: MICHAEL F.TUCCI, PRESIDENT ADDRESS: 4224 WALLER ROAD TACOMA,WA 98443 PRINCIPAL OFFICE: TUCCI&SONS, INC. ADDRESS: 4224 WALLER ROAD TACOMA,WA 98443 PHONE: (253)922-6676 FAX: (253)922-2676 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. Please see attached document-1.1. 1.2 Provide your current state unified business identifier number.278 021315 Please see attached document-1.2 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. See document attached, 1.3 BusinessLicense 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 Lk Meridian Estates Storm Drainage Impr/Schleicher 17 May 2, 2018 Project Number: 16-3017 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). SEE LETTER ATTACHED. 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SEE LETTER ATTACHED. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 70 YEARS 2.2 How many years has your organization been in business under its present business name? 70YEARS 2.2.1 Under what other or former names has your organization operated? NIA 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: MARCH 1948 2.3.2 State of incorporation: WASHINGTON 2.3.3 President's name: MICHAELF.T000I 2.3.4 Vice-president's name(s): TIMOTHY F.T000I 2.3.5 Secretary's name: TIMOTHY F.T000I 2.3.6 Treasurer's name: TIMOTHY F.T000I 2.4 If your organization is a partnership, answer the following: N/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: NIA 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: OFFICERS INCLUDE ASSIST.SECRETARY/TREASURER: KEVIN A. KEVER 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. Lk Meridian Estates storm Drainage Impr/Schleicher 18 PLEASE SEE LIST OF LICENSH`S ATTACHED.May 2, 2018 Project Number: 16.3017 3.2 List jurisdictions in which your organization's partnership or trade name is filed. PLEASE SEE LIST OF LICENSES,ATTACHED, 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. GENERAL CONTRACTING-MINOR CONCRETE WORK,PLANING BITUMINOUS PAVEMENT, HMA PAVING AND REPAIR,AND TRAFFIC CONTROL. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. PLEASE REFER TO THE ATTACHED DOCUMENT LABELED 4.4 PROJECTS IN PROGRESS. 4.4.1 State total worth of work in progress and under contract: $34,095,412,52 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. Please see document attached labeled-4.5 Job References 4.5.1 State average annual amount of construction work performed during the past five years: $60M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Please see document labeled-4.6 Key Personnel 4.7 On a separate sheet, list your major equipment. See 4.7 Equipment Listing,allached. S. REFERENCES 5.1 Trade References:Please see attached document labeled 5.1 Trade References 5.2 Bank References: Washington Trust 10500 NE 8th Street,Suite 1100-Bellevue,WA 98004 5.3 Surety: (425)799-5516-Jeff La Coss 5.3.1 Name of bonding company: Travelers Casually and Surety Company of America 5.3.2 Name and address of agent: Hentschell&Associates, Inc. Lk Meridian Estates Storm Drainage Impr/Schleicher 19 621 Pacific Avenue,Suite 400 May 2, 2018 Project Number: 16-3017 Tacoma,WA 98402 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, 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? YES 7. SIGNATURE 7.1 Dated at his 22ND day of MAY 2018. Name of 9 nization: TUCCI&SONS, INC. i By: MICHAEL F.TUCCI Title: PRESIDENT Lk Meridian Estates Storm Drainage Impr/Schleicher 20 May 2, 2018 Project Number: 16-3017 7.2 MICHAEL F.Tucci _ being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 77mviday of Md►y 2018. Notary Public: s My Commission Expires: 0r002Z 'Not tAO PUBLIC �LIMA « Lk Meridian Estates Storm Drainage Impr/Schleicher 21 May 2, 2018 Project Number: 16-3017 i 1.1 Department of Labor and Industries Certificate of Registrafion i Department of Labor and Industries r SqFr r SONS INC PO Box 44450 ✓'YTl' a 17 Olympia, WA 98504-4450 "' r a `°q r °"d CC J CIS*3°79N0 78 D21 3 5 jar tded by Law as: 5t!'6c 'on Contractor I`i s y7 q" i w fb4 zV a7y a ry, °r TUCCI&SONS INC r� II a n t� � t,"�t date i201I9b3 4224 WALLER RD �,G y ' �, ^,I '�,�'�" Iat+�II114/2020 TACOMA WA 9844316 {4'IT I It Es anal Contact "'��"" I9 1.2 LNI Print-out with UBI Number e' �4earch L&I � a A-Zladcr. Help MyL&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington State Department of Labor & Industries TUCCI & SONS INC Owner or tradesperson 4224 WALLER RD TUCCI,MICHAEL F TACOMA,WA 98443 253-922-6676 Principals PIERCE County TUCCI,MICHAEL F,PRESIDENT TUCCI,TIMOTHY F,SECRETARY TUCCI,JAMES G (End:01/01/1980) XITCO,JOHN V (End:01l0111980) TUCCI,THOMAS D (End:01/0111980) WA UBI No. Business type 278 021 315 Corporation License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. TUCCIS"379N0 Effective—expiration 0 812011 96 3—0111412020 Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no. 081S103486221BCM Received by L&I Effective dale 1212712001 0110112002 Expiration date Until Canceled Insurance Zurich American Ins Cc $1,000,000.00 Policy no GL0399266914 Received by L&I Effective date 12129/2017 01/0112018 Expiration date 01/01/2019 Help us improve Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. This company has multiple workers'comp accounts. Active accounts L&I Account ID Self Insured. 700,260-00 This business is certified to cover its own -- ------ - workers'comp costs.No premiums due. Doing business as TUCCI&SONS INC Estimated workers reported NIA L&I account contact (360)902-4817 Track this contractor Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes No strikes have been issued against this contractor, Contractors not allowed to bid No debarments have been issued against this contractor.. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 08128/2017 No violations Inspection no. 317946151 Location 3205 MARTIN WAY E Olympia,WA 98506 Inspection results date 09128/2016 No violations Inspection no, 317941904 Location W.Valley HWY S.&W.Main St Auburn,WA 98001 Inspection results date 0 611112 01 2 Violations Inspection no. Help us improve 316252808 Location 100th and Gravely Lake Drive Lakewood,WA 98498 Washington Stale Dept.of Labor 6 Industries.Use of this site is subject to the laws of the state of Washington. Help us improve 1.3-Business License 0 SSI TUCCI&SONS, INC. 4224 WALLER RD E TACOMA WA 98443-1623 DETACH BEFORE POSTING ��.MA•pe Gp BUSINESS LICENSE STATE OF WASHINGTON Unified Business ID#: 278021315 Corporation Business ID#: 001 Location:0001 TUCCI & SONS, INC. Expires: Mar 31, 2019 4224 WALLER RD E TACOMA, WA 98443-1623 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE#ESAC 11205 00-ACTIVE MINOR WORK PERMIT#ESAC 11205 00 -ACTIVE TAX REGISTRATION#600680242-ACTIVE UNDERGROUND STORAGE TANKS (4): 350-3K-ACTIVE, 450-5.8K-ACTIVE, 550-20K-ACTIVE, 650-10K- ACTIVE CITY ENDORSEMENTS: GIG HARBOR GENERAL BUSINESS-ACTIVE SUMNER GENERAL BUSINESS#BUS2006-00020-ACTIVE BONNEY LAKE GENERAL BUSINESS-ACTIVE FIRCREST GENERAL BUSINESS-ACTIVE PORT ORCHARD GENERAL BUSINESS#13007691 -ACTIVE MILTON GENERAL BUSINESS-ACTIVE EDGEWOOD GENERAL BUSINESS -ACTIVE " FIFE GENERAL BUSINESS- NON-RESIDENT-ACTIVE LACEY GENERAL BUSINESS#5339-ACTIVE DUTIES OF MINORS: ANSWERING PHONES, CLERICAL WORK LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAG 296-125-033 for non-Agriculural and WAC 296-131-125 for Agricultural guidelines and restricted activities. This document hats the registrations, endorsements,and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue ON May 22, 2018 City Clerk City of Kent 220 4th Avenue South Kent, WA 98032-5895 Re: Lake Meridian Estates Storm Drainage Improvements Phase II Tucci&Sons Inc Subject: BID -Statutory Requirements, 1.4 Dear City Clerk, This statement is to certify that Tucci & Sons, Inc. 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). Sincerely, TU I & SONS, INC. Michael F. Tucci President 4224 Waller Road Tacoma,Washlogton 98443-1623 Telephone 253.922-6676 Fax 253 922-2676 Room May 22, 2018 City Clerk City of Kent 220 4th Avenue South Kent, WA 98032-5895 Re: Lake Meridian Estates Storm Drainage Improvements Phase II 1Tucci&Sons Inc Subject: BID- Statutory Requirements, 1.5 Dear City Clerk, This statement is to certify that under penalty of perjury that within the three-year period immediately preceding the bid solicitation date, Tucci & Sons, Inc. is not a "willful' violator as defined in RCW 49.48.082, or any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a judgment entered by a court of limited or general jurisdiction. Sincerely, TU,CCI & SONS, INC. ft i Michael F. Tucci President 4224 Waller Road Tacoma,Washington 98443-1623 Telephone 253.922-6676 Fax 253 922-2676 P Yi ON May 22, 2018 City Clerk City of Kent 220 4th Avenue South Kent, WA 98032-5895 Re: Lake Meridian Estates Storm Drainage Improvements Phase II Subject: BID - Supplemental Criteria, 3.1 and 3.2 Dear City Clerk, TuccgSSons Nnc Tucci & Sons, Inc. is registered in the State of Washington under license number TUCCIS'379NO. Furthermore, we are registered with various cities to do business, as follows: Citv License Number Expiration Date City of Auburn BUS-05888 December 31, 2018 City of Bonney Lake Master Business License March 31, 2019 City of Bremerton 29563 December 31, 2018 City of Des Moines BUS-04707 December 31, 2018 City of Edgewood Master Business License March 31, 2019 City of Federal Way 20-07-101471-00-BL December 31, 2018 City of Fife Master Business License March 31, 2019 City of Fircrest Master Business License March 31, 2019 City of Gig Harbor Master Business License March 31, 2019 City of Kent 2180533 December 31, 2018 City of Lacey 5339 March 31, 2019 City of Lakewood BL02-02169 February 9, 2019 City of Milton Master Business License March 31, 2019 City of Port Orchard B007691 March 31, 2019 City of Puyallup 00000921 December 31, 2018 City of Steilacoom 18-0120 December 31, 2018 City of Sumner BUS2006-00020 March 31, 2019 All licenses are for performing work as a general contractor to construct and repair roadways that include underground utilities, concrete curbs and gutters, concrete sidewalks, landscaping, grinding, and paving. Sincerely, TUC IS, INC. r Michael F. Tucci President 4224 Waller Road Tacoma,Washington 98443-1623 Telephone 253,922-6676 Fax 253.922-2676 Tucci&Sons Inc 4.4 Projects in Progress� g s 1. Name of Project: C9230 SR167• MILWAUKEE AVENUE TO S OF PIERCE COUNTY LINE PAVING Owner: WSDOT Owner Address: 661016th Street East, Suite B Fife,WA 98424 Owner Contact Person: Jon Keeth Owner Phone: (253) 365-6750 Awarded Contract Amount: $1,319,061.75 Percent Complete: 0% Scheduled Completion Date: July 18, 2018 2. Name of Project: C9239 SR991 SR509 -S CLOVERDALE STREET TO DUWAMISH RIVER PAVING Owner: WSDOT Owner Address: 6431 Corson Avenue South Seattle,WA 98108 Owner Contact Person: Aleta Borschowa Owner Phone: (206)768-5601 Awarded Contract Amount: $4,747,015.70 Percent Complete: 0% Scheduled Completion Date: October 2018 3. Name of Project: SARATOGA Owner: Cooper Ridge, LLC Owner Address: 12815 Canyon Road East Puyallup, WA 98373 Owner Contact Person: Jay Haskins Owner Phone: (253)441-1295 Awarded Contract Amount: $2,391,035.35 Percent Complete: 3% Scheduled Completion Date: August 31, 2018 Tucci&Sons Inc IIIIIIIIIIIIIS 4. Name of Project: 2018 ASPHALT OVERLAY Owner: City of Federal Way Owner Address: 33325 Eighth Avenue South Federal Way,WA 98003 Owner Contact Person: Jeff Huynh Owner Phone: (253) 835-2721 Awarded Contract Amount: $1,384,070.22 Percent Complete: 16% Scheduled Completion Date: July 2018 5. Name of Project: FORT STEILACOOM PARK ROAD RECONSTRUCTION Owner: City of Lakewood Owner Address: 6000 Main Street SW Lakewood,WA 98499 Owner Contact Person: Tani Stafford Owner Phone: (253) 983-7737 Awarded Contract Amount: $758,600.00 Percent Complete: 12% Scheduled Completion Date: July 2018 6. Name of Project: C9212•SR18 (WB W VALLEY HWY TO SE 231ST STREET) PAVING &ADA COMPLIANCE Owner: WSDOT Owner Address: 6431 Corson Avenue South Seattle, WA 98108-3445 Owner Contact Person: Mike Askarian Owner Phone: (206) 768-5700 Awarded Contract Amount: $6,632,868.50 Percent Complete: 1% Scheduled Completion Date: October 2018 7. Name of Project: C9182•SR164(SR18 TO 17TH STREET SE) PAVING&ADA COMPLIANCE Owner: WSDOT Owner Address: 6431 Corson Avenue South Seattle, WA 98108-3445 Owner Contact Person: Mike Askarian Owner Phone: (206) 768-5700 Awarded Contract Amount: $2,273,740.50 Percent Complete: 2% Scheduled Completion Date: October 2018 TuccI&Sons Inc ONE= 8. Name of Project: 142ND AVENUE EAST RESURFACING (CIP 16.04) Owner: City of Sumner Public Works Owner Address: 1104 Maple Street, Suite 260 Sumner, WA 98390 Owner Contact Person: Michael Kosa Owner Phone: (253) 299-5709 Awarded Contract Amount: $3,380,047.90 Percent Complete: 6% Scheduled Completion Date: August 2018 9. Name of Project: TRILOGY WEST AT TEHALEH SEWER EXTENSION- PHASE 4 Owner: NASH Cascadia Verde, LLC Owner Address: 505 South 336th Street, Suite 430 Federal Way, WA 98003 Owner Contact Person: Owner Phone: (253) 275-3361 Awarded Contract Amount: $2,242,093.54 Percent Complete: 46% Scheduled Completion Date: September 2018 10. Name of Project: OBSERVATION RIDGE UTILITIES Owner: Newland Communities Owner Address: 33400 9th Avenue South, Suite 206 Federal Way,WA 98003 Owner Contact Person: Mark Enebrad Owner Phone: (253) 254-3033 Awarded Contract Amount: $5,414,120.86 Percent Complete: 46% Scheduled Completion Date: August 2018 11. Name of Project: STREETS INTIATIVE PACKAGE#5 Owner: City of Tacoma Owner Address: 747 Market Street, Suite 408 Tacoma, WA 98402 Owner Contact Person: Tony Mathieson Owner Phone: (253)591-5538 Awarded Contract Amount: $3,552,758.20 Percent Complete: 39% Scheduled Completion Date: August 2018 Total Contracts: $34,095,412..52 Tucci&Sons Inc 4.5 Project Experience 1. Name of Project: NE CAMPUS BASIN 7 Owner: Port of Bremerton Engineer: NL Olson &Associates Contract Amount: $1,198,000.00 Completion Date: May 2013 Percent of Work performed with 10% Own Forces: 2. Name of Project: SEWER AND TRAFFIC OPERATIONS FACILITY Owner: Pierce County Engineer: Pyramid Engineering Contract Amount: $1,551,729.60 Completion Date: June 2013 Percent of Work performed with 10% Own Forces: 3. Name of Project: BRIDGEPORT WAY SW Owner: City of Lakewood Engineer: City of Lakewood Contract Amount: $1,247,032.96 Completion Date: July 2013 Percent of Work performed with 10% Own Forces: 4. Name of Project: TACOMA NARROWS AIRPORT-2012 RUNWAY 17-35 REHABILITATION Owner: Pierce County Engineer: Pierce County Contract Amount: $4,218,016,77 Completion Date: July 2013 Percent of Work performed with 10% Own Forces: 5. Name of Project: STEVENS CANYON ROAD Owner: USDOT Engineer: USDOT Contract Amount: $8,859,162.00 Completion Date: October 2013 Percent of Work performed with 10% Own Forces: Tucci&Sons Inc 6. Name of Project: 2013 ASPHALT OVERLAY Owner: City of Federal Engineer: City of Federal Way Contract Amount: $1,551,759.46 Completion Date: October 2013 Percent of Work performed with 10% Own Forces: 7. Name of Project: PROJECT WATERFALL Owner: Lease Crutcher Lewis for Pierce County Engineer: PACE Engineers Contract Amount: $1,600,057.00 Completion Date: November 2013 Percent of Work performed with 10% Own Forces: 8. Name of Project: SR181 SR99 VIC TO GREEN RIVER BRIDGE PAVING AND BRIDGE DECK REHAB Owner: WSDOT Engineer: WSDOT Contract Amount: $1,813,430.00 Completion Date: December 2013 Percent of Work performed with 10% Own Forces: 9. Name of Project: 176TH STREET EAST Owner: Pierce County Engineer: Pierce County Contract Amount: $6,406,457.03 Completion Date: April 2014 Percent of Work performed with 10% Own Forces: 10. Name of Project: LAKOTA MIDDLE SCHOOL SAFE ROUTES Owner: City of Federal Way Engineer: City of Federal Way Contract Amount: $1,809,266.25 Completion Date: June 2014 Percent of Work performed with 10% Own Forces: TuccI&Sons Inc 11. Name of Project: PACIFIC AVENUE STREETSCAPE PHASE 1 Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $6,998,320.77 Completion Date: August 2014 Percent of Work performed with 10% Own Forces: 12. Name of Project: 1.5(SR510 TO SR512) ITS RAMP REVISIONS Owner: WSDOT Engineer: WSDOT Contract Amount: $2,368,753.48 Completion Date: October 2014 Percent of Work performed with 10% Own Forces: 13. Name of Project: SR302 (KEY PENINSULA HWY TO PURDY VIC)SAFETY AND CONGESTION Owner: WSDOT Engineer: WSDOT Contract Amount: $1,314,684.45 Completion Date: January 2015 Percent of Work performed with 10% Own Forces: 14. Name of Project: REGENTS BOULEVARD GRIND&OVERLAY Owner: City of Fircrest Engineer: Exeltech Contract Amount: $1,028,460.12 Completion Date: March 2015 Percent of Work performed with 10% Own Forces: 15. Name of Project: SR509(WAPATO CREEK TO NORPOINT WAY NE) Owner: WSDOT Engineer: WSDOT Contract Amount: $1,430,164.24 Completion Date: April 2015 Percent of Work performed with 10% Own Forces: Tucci&Sons Inc 16. Name of Project: HISTORIC DITCH TRAIL II Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $1,292,030.61 Completion Date: June 2015 Percent of Work performed with 10% Own Forces: 17. Name of Project: 1-5(TUMWATER BOULEVARD TO GRAVELLY LAKE DRIVE) Owner: WSDOT Engineer: WSDOT Contract Amount: $4,394,780.07 Completion Date: June 2015 Percent of Work performed with 10% Own Forces: 18. Name of Project, SR509(S 160TH STREET TO S 112TH VIC SB)PAVING &ADA COMPLIANCE Owner: WSDOT Engineer: WSDOT Contract Amount: $1,396,690.00 Completion Date: June 2015 Percent of Work performed with 10% Own Forces: 19. Name of Project: 176TH STREET EAST(B STREET EAST TO14TH AVENUE EAST) Owner: Pierce County Engineer: Pierce County Contract Amount: $5,162,201.79 Completion Date: July 2015 Percent of Work performed with 10% Own Forces: 20. Name of Project: 112TH STREET SOUTH &PACIFIC AVENUE SOUTH (SR7)TRANSIT ACCESS Owner: Pierce County Engineer: Pierce County Contract Amount: $811,336.50 Completion Date: August 2015 Percent of Work performed with 10% Own Forces: Tucci&Sons Inc 21. Name of Project: BRIDGEPORT WAY OVERLAY&STEILACOOM BLVD OVERLAY Owner: City of Lakewood Engineer: City of Lakewood Contract Amount: $1,042,358.71 Completion Date: November 2015 Percent of Work performed with 10% Own Forces: 22. Name of Project: SR518 (WB 24TH AVENUE SOUTH VIC TO 1.5 INTERCHANGE)PAVING Owner: WSDOT Engineer: WSDOT Contract Amount: $1,412,743.14 Completion Date: December 2015 Percent of Work performed with 10% Own Forces: 23. Name of Project: SR410 (N OF MEYERS ROAD TO 214TH AVENUE) Owner: WSDOT Engineer: WSDOT Contract Amount: $1,224,269.15 Completion Date: January2016 Percent of Work performed with 10% Own Forces: 24. Name of Project: SR509(S NORMANDY ROAD VIC TO 174TH INTERSECTION) Owner: WSDOT Engineer: WSDOT Contract Amount: $1,016,832.00 Completion Date: February 2016 Percent of Work performed with 10% Own Forces: 25. Name of Project: SR181 (S 180TH TO SOUTHCENTER BOULEVARD) PAVING&ADA COMPLIANCE Owner: WSDOT Engineer: WSDOT Contract Amount: $1,507,086,24 Completion Date: February 2016 Percent of Work performed with 10% Own Forces: Tucci&Sons Inc 1111111111110 26. Name of Project: TACOMA TOP 4 BIKEWAYS - PHASE 2 Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $1,740,853.30 Completion Date: February 2016 Percent of Work performed with 10% Own Forces: 27, Name of Project: WINNIFRED STREET TIB IMPROVEMENTS Owner: City of Ruston Engineer: Jerome W Morrissette &Associates Contract Amount: $1,145,367.90 Completion Date: March 2016 Percent of Work performed with 10% Own Forces: 28. Name of Project: S 324TH STREET PRESERVATION Owner: City of Federal Way Engineer: City of Federal Way Contract Amount: $546,519,13 Completion Date: April 2016 Percent of Work performed with 10% Own Farces: 29. Name of Project: SOUTH TACOMA WAY CORRIDOR IMPROVEMENTS Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $3,499,065.29 Completion Date: July 2016 Percent of Work performed with 10% Own Forces: 30. Name of Project: CASCADIA BOULEVARD UTILITIES Owner: NASH Cascadia LLC Engineer: Mackay+ Sposito Contract Amount: $5,206,656.42 Completion Date: September 2016 Percent of Work performed with 10% Own Forces: Tucc'l&Sons Inc IIIIIIINIM 31. Name of Project: 2016 ASPHALT OVERLAY Owner: City of Federal Way Engineer: City of Federal Way Contract Amount: $1,495,683.66 Completion Date: September 2016 Percent of Work performed with 10% Own Forces: 32. Name of Project: SR410-SR167 TO192ND AVENUE PAVING Owner: WSDOT Engineer: WSDOT Contract Amount: $1,627,991.13 Completion Date: September 2016 Percent of Work performed with 10% Own Forces: 33. Name of Project: SR16(MP7.28 TO MP8.41)TACOMA NARROWS BRIDGE Owner: WSDOT Engineer: WSDOT Contract Amount: $1,002,087.69 Completion Date: October 2016 Percent of Work performed with 10% Own Forces: 34. Name of Project: SR509& 1.705(SCHUSTER PARKWAY TO EAST 11TH STREET) PAVING Owner: WSDOT Engineer: WSDOT Contract Amount: $1,562,278.60 Completion Date: November 2016 Percent of Work performed with 10% Own Forces: 35. Name of Project: PCT TRUCK STAGING Owner: Port of Tacoma Engineer: BergerABAM Contract Amount: $1,421,012.37 Completion Date: December 2016 Percent of Work performed with 10% Own Forces: o 7ucci&Sons Inc IIIIIIIIINII ON 36. Name of Project: STREETS INITIATIVE PACKAGE#2 Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $1,882,780.05 Completion Date: May 2017 Percent of Work performed with 10% Own Forces: 37. Name of Project: 1.5(N OF MAYTOWN ROAD TO MARTIN WAY)PAVING Owner: WSDOT Engineer: WSDOT Contract Amount: $3,908,839.96 Completion Date: August 2017 Percent of Work performed with 10% Own Forces: 38. Name of Project: 108TH STREET SW REHABILITATION PROJECT(MAIN STREET TO BRIDGEPORT WAY) Owner: City of Lakewood Engineer: City of Lakewood Contract Amount: $641,091.19 Completion Date: August 2017 Percent of Work performed with 10% Own Forces: 39. Name of Project: HISTORIC WATER(WATER FLUME LINE)DITCH TRAIL IV Owner: City of Tacoma Engineer: City of Tacoma Contract Amount: $1,793,729.01 Completion Date: August 2017 Percent of Work performed with 10% Own Forces: 40. Name of Project: MARTIN WAY PAVING Owner: City of Olympia Engineer: City of Olympia Contract Amount: $586,977.80 Completion Date: October 2017 Percent of Work performed with 10% Own Forces: u Tucc!&Sons Inc 41. Name of Project: CRP 1415 WEST MAIN STREET MULTI-MODAL Owner: City of Auburn Engineer: City of Auburn Contract Amount: $3,288,221.91 Completion Date: November 2017 Percent of Work performed with 10% Own Forces: 42. Name of Project: ROE STREET PAVEMENT PRESERVATION Owner: Town of Steilacoom Engineer: Gray&Osbome Contract Amount: $770,376.36 Completion Date: November2017 Percent of Work performed with 10% Own Forces: Tucc'!&Sons Inc .6 Key Personnel Torrey Johnson Vice President- Operations Torrey has over 20 years of design and construction experience that includes road and highway repair;storm,sewer,and water line systems;bridge repair;and new construction. He oversees the operations department for a smooth and seamless Flow of construction activities, quality control,and safety, health, and wellness of our employees and jobsites, Proiects Contract Amount Scherfu led for Completion Saratoga $2,391,035.35 August 2018 Butch Brooks General Superintendent Butch has over 30 years of roadway and highway construction and repair, including; storm,sewer,and water line systems; bridge repair; and new construction. He manages the paving operations of the company to ensure equipment and supplies are provided for a smooth operation. He also manages projects performing as a subcontractor. Proiects Contract Amount Scheduled for Completion City of Fife 66th Avenue Improvements $210,080.00 June 2018 City of Lakewood Gravelly Lake Drive Trail $326,686.00 July 2018 Town of Steilacoom 1st Street Improvements $141,600.00 July 2018 Dan Nelson Project Manager Dan,with over 15 years of construction experience, manages projects from inception to completion,on time and within budget. His duties, as a project manager, include overseeing the day-to-day construction activities, manages the project schedule,quality control, safety wellness, and budget control. Proiects Contract Amount Scheduled for Completion Streets Initiative Package#5 $3,552,758.20 August 2018 City of Sumner 142nd Avenue East Resurface $3,380,048.00 August 2018 SR991 SR509 S Cloverdale Street $4,747,015.70 October 2018 Jeremy Hopson Project Manager Jeremy has over 10 years of experience managing road and highway construction projects from inception to completion. His duties include overseeing the day-to-day activities onsite, project scheduling, quality control,safety wellness, and budget control, Projects Contract Amount Scheduled far Completion C9212 SR18 $6,632,868.50 October 2018 C9182 SR164 $2,273,740.50 October 2018 Tucci&Sons Inc Matthew Pavolka Project Manager Matt manages our road and highway construction from inception to completion. His duties include overseeing the day-to-day activities onsite,project scheduling,quality control, safety wellness,and budget control. Proiects Contract Amount Scheduled for Completion City of Federal Way 2018 Asphalt Overlay $1,384,070.22 July 2018 City of Lakewood Fort Steilacoom Park Road $758,600.00 July 2018 C9230 SR167-Milwaukee Avenue to S Pierce $1,319,061.75 July 2018 Daniel Glover Chief Estimator/Project Manager Dan has over 25 years of construction experience as a project manager and estimator with hard bids and negotiated work. He ensures our clients are provided accurate and complete estimates. Projects Contract Amount Scheduled forCoanpletioa Observation Ridge Utilities $5,414,120,86 August 2018 Trilogy West at Tehaleh Sewer Extension $2,242,093,54 September 2018 �p m Eq -3 m'cuOi � c rv $ m = w n y m E E c a' V v� . oja $ �+ F'0 m _o o Sm mg cep 0 [1 w. N T UN � v. . Qf¢y/� N aEi Uo ct U �me �cn G1 9. wma �'E w h H m :( �/! ¢ w L d O .c. m v c mf © :` O (DNy c � Ur E nLL po PRO-& 2.Ua ; °a' � w °. u8 �'w �,,; 0 �, on r m w w ��1� � `y or m' rn t �.0 = ,craw y EE c chEF NErc U m^mW Saxa ao ca wPa42to 8�m � 1m018 c 000s C7' d d89 2c3« A 6�` «U«�Uaai m <7 am� 2 v E . E �mow12 q' w S �oc> ° Ay� vS cO w w� moUc N�a 0 ml3VOm02 E8 wM_ ° m pF0 c w mu � m m e'ci0yb � �a COo9 �`2E UL � mEQ my wC—w� �x IE �n dI i700-,,IBI 'LL".IIHSH 0. 000 � ° w. o« m3mww'`m go3�oo c�9aaahoh>amM3at•=to>mr`rgcg .c a m rDA m Eo N V ' �m {al I yea-IOriO rN N =u .M c o2 _ vc_ m ° ww E ° 3 cc t m 4w• ,E o w Mir I T m U ¢ o E •� of .013E `o '.rn �' OS ppx q E m >LL� da �ao U $� Edo a 3 �'f'fimm� c Fx EE. Lmo Mo M���.�`�m� ^^@pwp4`m `m `m c UV19 C� ¢ 3 �n�sLL�}N N� O ��•a� tRi N N N �° a O— NI °a m MMNCI MOM UaOG tO mr m�fO�d Nm w mo �"p m«wa m` m•o.2�mR=m t'E Um° 'Eo r•.t�coscoJcg vN`m h itl m,..9 Um rnFE Um® UUU UUmUi U 00o U o1www c o!�� Q 2o EtE 00U mco Utn2 m or M ° t f ��a�api�v� �'mmmC�dJwd a. BEcrnam�LEN > > m U O u � mtYuo.�2.�gaUo� �° {'AEI- n�N �vU � u�1goo �¢ n '� '� Eo91 > > > > > m > >a- mw w ymm �° .c L @ L° Lo T T° iV E z as a"� n a a a-� o o. �i `m d `m d 5 `w "m iu m � 'v m vvvva vvv EaE naa v« 9 � 'y�INNNNN "'�_�---`s r� ru �- N TT ?,?.T TL t Om 0 �1 „^^� > »�s 00 U (30 DOOOm O 06 OOIp EyO w '� {a xx�[7: MM:M rnU¢UI-¢2000[ 0ooaop¢mo[a[ac¢a [ c7 J m Q a¢ m m m m m Q Q V 3 Q lL r r .- a N Nr Nu1r Nl�h N N raa r r.-af°a NNr r .-NrM�O NN NMr Mrr rN �a d xem 5.1 Trade References TUCCI & SONS, INC. Credit Information Sheet FORMED : March, 1948 BANK: Washington Trust Bank Vance Gledhill—Vice President 10500 NE 8`h St, Suite 1100 Bellevue, WA 98004 (425)709-551I REFERENCES: Core &Main FEI-Woodinville WW 41539 24025 Snohomish-Woodinville Rd. Woodinville, WA 98072-8787 (206)767-7700 Fax# (206) 932-3301 Cal-Portland Company P.O. Box 3601 Seattle, WA 98124-3601 (206) 764-3024 Fax#(206)764-3013 U.S. Oil P.O. Box 2255 Tacoma, WA 98401 (253) 383-1651 Fax# (253) 383-9970 Goodyear Tire Service 3103 Pacific Hwy East Tacoma, WA 98424 (253) 922-3303 Fax#(251) 922-5576 OFFICERS: Michael A. Tucci, Chairman Michael F. Tucci, President Timothy F. Tucci, Secretary-Treasurer Kevin A. Kever, Asst. Secretary-Treasurer WASHINGTON STATE RESELLER PERMIT: A15 5917 19 CONTRACTORS LICENSE NUMBER: TUCCIS379NO BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (May 22, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. TUCCI&SONS RAC. Bidder's B in me 1 Signature of Authorized Official* MICHAFI F TIICCI Printed Name PRESIDENT Title MAY 22,2018 TACOMA WASHINGTON Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Lk Meridian Estates Storm Drainage Impr/Schleicher 22 May 2, 2018 Project Number: 16-3017 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) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 �00, to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: MAY 22,2018 TUCCI ASONS, INC, NAM p DER Signature of Authorized Representative MICHAEL F.TUCCI, PRESIDENT (Print Name and Title) 4224 WALLER ROAD Address TACOMA,WA 98443 Lk Meridian Estates Storm Drainage Impr/Schleicher 23 May 2, 2018 Project Number: 16-3017 9 1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Tucci & Sons, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five I'vi L(5%)of Total aid 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 Lake Meridian Estates Storm Drainage Improvements Phase II/Project Number: 16-3017 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 22nd DAY MaY 2018. Tucci&Sons on . By PRINCIPAL Travelers Casualty and Surety Company of America ;' �." � '( ; By �'� {iit " y , ,,.,, SURETY '&ulie Craker,Attorney-in-Fact 20 Received return of deposit in the sum of Lk Meridian Estates Storm Drainage Impr/Schleicher 24 May 2, 2018 Project Number: 16-3017 A In I I I I I I A I A I I I I I I I I I I I I I I A I I I I I I A I I I A I A I I I I I I A I I I I I I I I I I I I I I I I issn I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I sis, �s,rosss�in, � n:,i:— : �, �. .,m.......................� ......... W"rARNIN(a THIS PO WFR OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER POWER OF ATTORNEY TRAVELERS, Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America f St.Paul hire and Marine Insurance Company United States Fidelity and Guaranty Company I St.Paul Guardian Insurance Company Attorney-in Fiat No. 231907 Certificate No. 007169404 KNOW ALL MEN Ii THESE PRESENTS', That Farmington Casualty Company, St_ Paul Fire and Marinc Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mcmury Insurance Company,Traveler's Casualty and Surety Company,Timclers Casualty and Surety Company of America, and United Stetcs Fidelity and Guaranty Company are corporations duly oremazed under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized undin the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is it corporation duly organized under the laws of the State of Wisconsin(herein collectvely called the"Companies"),and that the Companies do horchy make,construe and appoint Julie Craker,Thomas P.HentacheH, Leslie A.Parks,Brad Roberts,Joanne Reinkensrleyer, and Janet Pudisis of the City of..__ ,w Taccurna . State ul_ Washington _ ,their true and lawful Anomey(s)-In-Fact, each in their separate capacity if more than one is nuned above,to sign,esCCUte,seal and acknowled;c any mid all bonds,recognizahces,conditional undertakings and other writings obligatory in the nature thereof on hchalf of the Companies in their business of guaranteeing the fidelity nl'persons,guaranteeing the petfonnance of ronn'acts and executing or guaranteeing bonds and undcnakings squired or permitted in any actions or proceedings allowal by law. 1N WITNESS WHEREOF,the Companies have caused this insf unhci t to be signed and their Carporam seals to be hereto affixed this 29th day of Match 2017 .... .... ......._ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surety Company of America St.Paul Eire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company c^r Ax, w y wiux wyasswa`au^ y.r 'I,S4w4Wi ro 1982 9 19'i7 nL�PoR41ta I�Ha 'LLeA FC soPnaaHFf I HPfliFOfla HkM4 (gps qy J/ ha, °cssaT '' 1951 k SI nLb¢ SHA.I ms aouu ,Aaa, ilraur� 19as 1 w!,u hA,4.pxv`t r .:",o "a ' �\\ ; Is 'sM n3NdV41' fy State of Connecticut By rs"-,r City of Hartford S. Rohen If fr may,Sc,.,Vice Ps odcnt On this Bet 291th day of Mareh 2017,_ het'orc me personally appeared Robert L.Raney,who admowlcdged hlmselt to he the Scntot Vice President ofFai n llii Casualty Company, Fndehty and Guaran[v Insurance Company,Fidelity and Guaranty Insurance I Incto auiters,Inc.,St.Paul Lun d d Marine Insurance Company,St,Paul Guardian Insurance Company,St_PU11I Mercury Insurance Company,Tunelea's Casualty and Surety Company,Travelers Casualty and Surety Company of America,and Inked Stales Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing ins,trunhent for the purposes therein contained by signing on behalf of the corporations by hinscif as a duly authorized officer. �„rl�l• .� /' /� 'jet _�tI_,�d rrryyy In Witness Whereof, e fires the unto set y hind and 21fficial seal P 1 Cr1G dY aline C IDU�aolt.Notary Pubhc 58440-5-1 6 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �I,N—I MI- N N,.—U NNN,uN, ,I A I M IAIAs UNN,NN AUNN IN III M U,UNN�N.UUUuuuumL.IIL u,s,.,U,N,,N,,,,,,,,,,,,,,NNN, �I :,—NN,x„nI,,,,,,u I ,,.,—Y—ILILI�o Io„I IIIIIlw,Y WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 'Phis Power orAttornev is granted under and by the authority of tire fsllowin resolutions adopted by the Bonds of Directors ofFannmgron Cusuulty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty lnaurancc Undclwrncr c, Inc_ St.Paul Dire and Marine fnsuancc Company, St.Paul Guardrail Insurance Company,St Paul Mercury Insurance Company,TuP,Clcrs Casualty and Surety Company. havelers Casually and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full farce and effect,reading as follows'. �I RESOLVED,that the Chairman the President Lilly Vice Chairman.any Executive Vice President,any Senior Vice President,any Vice President,any Second Vrre President,the Treasurer,any Assistant Treasurer,the Corporate Sccmtary m ant Assisnnt Secicuuy may appoint Attornryv in-Pact and Agents to act for and on behalf Comb are,Of the Compmry and may give Such appointee such authority as his ur her cr-rtificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recobmizanccs,concts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Director at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,ally Vice Chairman,any Executive Vice President,tiny Senior Vice President or any Vice President may delegate all or tiny pint of[he foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is r FURTHER RESOLVED.that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall he valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the"Ireasoner,any Assistant'Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seat by it Secretary or Assistant Secretary;or(b)duly executed(under seal,it required)by one or more Atrail s-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED.that the signature of each of the following officer. President,any Executive Vice President any Senior Vice President,any Vice President. any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company mat be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Audomcys-in-pact Tor purposes only of cxccuting and attesting bonds and undertakings and other writings obhoatop in the nature thereof,and any such Power of Attorney of certificate bearing such facsimile Signature or facsimile seal shall be valid and binding upon the COuipany and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and hinding on the Company in the future with respect to any bond or unders[ending to which it is attached. 1,Kevin E.Iiughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty insurance Underwriters,inc.,St.Paul Fire and Marine insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Shales Fidelity Lind Guaranis,Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Anomcy executed by_aid Companies,which is in full force and effect and has not been revoked. IN TESTIMONY Y IV111y'l I{;lE,1 have herenntu so my hand and affixed the soak(,1'aaid Coruptiniev INS )'-i) rimy of t ._ Kcvin E.Hughcs,Ass' ant Sean tarry G Pvxd�,. 19Y e ty, 4H�TLiN Av vy`t �var , m rw vwma f p"ct P 4Y"4 CaNM 4 As'e�lAv,'ait• ��a , "NC1DFh1YA ', �mV adr td S yn°AA am ti ea noYnnri�'ra p ,HARSORD 5 GONN s e°4yrU 9 R yy 0.1rw0i q �'to verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact Its it wwwrravelersbnndcom.Please refer to the Aromcy-In-Fact numhcr the shove-named individuals and the details of the bond to which the power sS arrachal_ I I N NNN NNNN N WARNING'.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE HED BORDER 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. Lake Meridian Estates Storm Drainage Improvements Phase II Project Number: 16-3017 N ME OF PROJECT TUCCI&SONS, INC. NA E BIDDER'S FIRM MICHAEL F.TUCCI,PRESIDENT ) rL, SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Lk Meridian Estates Storm Drainage Impr/Schleicher 25 May 2, 2018 Project Number: 16-3017 This change order form is for-example ourposes only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for an change orders. CHANGE ORDER NO. [Enter # 1, 21 3, etc.] NAME OF CONTRACTOR: TUCCI &SONS, INC. [Insert Compan Name ("Contractor") CONTRACT NAME & PROJECT NUMBER:[&nzert Name of Original Contract & Project # if arrplicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was i ned 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 $ Lk Meridian Estates Storm Drainage Impr/Schleicher 26 May 2, 2018 Project Number: 16-3017 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, MICHAELF.T000I Print Name: Timothy]. LaPnrtP. P.E. Its PRESIDENT It8 Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Lk Meridian Estates Storm Drainage Impr/Schleicher 27 May 2, 2018 Project Number: 16-3017 0 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.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unit prices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items .......................❑ Minimum bid prices are correct...................................................El 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 ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................El ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .........................................................❑ Power of Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature .....................................................................................❑ Change Order Form.............................................................................. ❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded. A) CONTRAC`f This agreement is to be executed by the successful bidder. B) PAYMENT ANt� PERFORMANCE EdOVf To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) +'IIfY OF -NT EOUAL EMPI rJYMENT DTEQE1!J U.Y CQ EL7ARCE.5TA-T'= I To be executed by the successful bidder AFTER COMPLETION of this contract. Lk Meridian Estates Storm Drainage Impr/Schleicher 28 May 2, 2018 Project Number: 16-3017 Bond No. 106917539 PAYMENT AND PERFORMANCE BOND I TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Tuca & Sons, Inc, as Principal, and Travelers Casualty and Surety Company of America 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 $ 1.342.899.25 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Lake Meridian Estates Storm Drainage Improvements Phase II/Project Number: 16-3017 (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 Caw) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Lk Meridian Estates Storm Drainage Impr/Schleicher 29 May 2, 2018 Project Numbers 16-3017 TWO WITNESSES; Tucci & Sons, Inc. / PRINCIPAL (er nci}'r 's name above) C, C' BY: TITLE: Michael TueclPresiderd DATE:.a� DATE: z]�-el-/o CORPORATE SEAL; PRINf-14AME DATE:Ol4-eg;7'1V Travelers Casualty and Surety Company of America SURETY } CORPORATE SEAL; BY: 7141 - DATE: 06-07-2018 Julie Craker, � TITLE: Attorney-in-Fact ADDRESS: c/o Hentschell &Associates, Inc. 1436 S. union Avenue Tacoma, WA 98405 CERTIFICATE AS TO CORPORATE SEAL i I hereby certify that I am the (Assistant) 5weOr of the C rpgration named as Principal in the within Bond; that Who signed the said bond on behalthe 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. 7SERETARY OR ASSI TAINT SECRETARY Lk Meridian Estates Storm Drainage Impr/Schleicher 30 May 2, 2018 Project Number: 16-3017 t u U I.�U wm Uuv Uu N U sn 4 W 6 4­rW � �� ARNIN:THIS POWER OF ATTORNEY IS INVALID WITH RED OUT THE RED BORDER �yjil m. POWER OF ATTORNEY TRQVELE'`R*^ J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 731907 Certificate No. 007169418 KNOW ALL MEN BY THESE PRESENTS: That Farnaugton Casualty Company, St.Paul Fite Laid Marine Jnsuranec Company_ St. Paul Guardian Insurance Company,St,Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers C:Luulty and Surety Company ul America, and United States Fidelity and Guaranty Company are corporations duly organized nndar the laws of the State of Connecticut, that Fidelity and Guaranty Insaramoc Company is a corporation duly orga itz d under the laws of the State of Iowa,and that Fidelity and Guaranty Insuranec Undcrwners,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that[he Companies do hcmby make,constitute and appoint Julio Ciaker,Thomas P.IJentschell, Leslie A.Parks,Brad Roberts,.Joanne Reinkensmeyer,and.Janet Pudists „ of the City ol,--- Tacoma State Wnahin y).:.� , .... ,their trot and IawfuL AttouleV(s}in-Pact, a. .......... ...._.__ —.._ nY'_ _....._.._.. :. 1,Lk each in their separate capacity if more than one is named above,to sign,execute,seal and aelmoMcdgc any and all bonds,reengnizances,conditional under[aki ngs and other writings obligatory in the nature thcrcof on behalf of the Companies in their huslneva of guaranteeing the fidelity of perscns,guaranteeing the pertorimAtce of contract,and executing or goarantecing bonds and undcnakingx required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrumcut to be signed and their coiperale seals to be hereto affixed,this 29th day of arch 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company tl Gyp tY a 4Ai11Yw ran q+w �,aLL a,�e" f� Hupx,� d x �,ry warn .p'wj ,tkq i+ Y48 tI'a nconxpsatto ») 'N e n /' oax0anxc m¢ r/ C'14", � 7� arsaa n to arrm s naa yS' "G �9$� pg,,p t4 vl lul uiP !j`� SSShL x caxx m 9s trite u s fb96 k,�y.,;. Y iW s IV f State of Comreetieut By ,� - City of HarlCord as. Robtrt L.Raney,Scmo 6 u P os but On this the 29th ,,, day of March 1 2017 before me personally appeared Robcrt L_Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidehry and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwd Wrs,Inc.,St Paul Irire and Marine Insurance Company,St,Paul Guardian Insurance Company,St.Paul Mesary Insurance Company,Travelers Casunit)'and Surety Company,Tmscicts Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so at do,executed[he furcgoing instmmout for the purpose.,therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set rn hand and official seal Y My Commission expires the 301h day of Jana 2021. UBLA C TLLaflt lt.NnnuylubLc 58440-5-16 Printed in U.S.A. WARNING-THIS POWER.OF ATTORNEY oS INVAL.ID WITHOUT THE RED BORDER 000uoonnnwrvmmww�� � oneeem x�x�mw 9 , nnremreraer v„ ,,, �.nnnnn��i WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER J This Power of Anomcy is eranted underand by the authority of the following resolutions adopted by the Boards of Directors of Faimingt n Casually Company,Fidelity and Guaranq I119arance Cori l I idcliry and Guaranty Insurance Underwriters. Inc.. S[ Paul Hire and Marine Insurance Company,Sit. Paul Guardian Insurance Company, St.Paul Mercury Insomn.0 Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which revolutions are now in full force and effect,roading as follows RESOLNEII,that the Chairman,the President, tiny Vice Chaimran,any Executive Vice PresicicnL, any Senior Vice President,any Vice President,any Second Vice President,the Tr sisLil any Assistant Treasurer,the Corpomtc Sccretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recogniziices,contracts of indemnity,and other wi itings obhganry in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Beard of Directors at any time may remove any such hppomtcc and rovokc the power given him on her;and it is FIIRTHE.R RESOLVED,Ihal the Chairman,the President'my Vice Chaimian,any Lvecuitve Vicc President,any Senior Vice President or any Vice President may delegate all m any part of the foregoing authority to one or mere officers or eniployzes of this Company,provided that each such delegation is in writing and a copy J Ill is filed in the office of the Secretary;and it is f FURTHER RESOLVED,that any bond,recognzance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or Contitinual undertaking shall be valid and binding upon the Company when i a)signed by[he President,any Vice Chairman.any Executive Vice President,any Senior Vice President or any Vice President,any Scumd Vicc President,the Treasurer,any Assistant Trcasuren,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the f Comp rly's seal by a Secretary or Assistant Secretary;or(b)duly executed(u odor seal,If required)by one or more Attorneys-m-Fa t and Agents pursuant to the power prescribed in his or her comficaic or Lhcir certificates of authority or by one or more Company officers pur'nnant to a written definition of anlhorityq and it is I FURTHER RESOLVED,that the sio ature of each of rho folio"in-officers:President,any Execiuive Vice President,any Senior Vice President,any Vice President, any Assistant Viz, President,coy Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsinule to any Power oI Attorney or to any certificate relating thereto appointing Residcni Vice Presidents,Rcsicicnt Assistant Secretaries or Attorneys-in-Fact for purposes only of execnfing and attesting bond, and undertakings and other writings obligatrev In the nature LherCOC and any such Power of Attorney or certificate b v mg such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so exccncd and certified by Such facsimile Signature and facsimile seal shah he valid and binding on !- the Company in is More with respect to any bond or understanding to which it is attached_ f I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casually Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Undcnvri tens,Inc-,St.Paul Fire and Marine Insurance Couipany,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,'Iri veLrs Casualty and ` Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing 1 is a true and COorrCL Copy of the Power of Alforl executed by said Companics,which is in full force and effect and has nor been revoked. I , / 1..) 1N TESTIMONY WHEREOF,f have hCCCLuuO set it) hand and affixed the seals of said Companics this „ clay n) ^ Cp f/ f{ s, ,20 /G1 Kevin E.Hughes,Assist�wry r 4t,a .yy ty y,—w•• OM-FORD, °bI v, y rr" otp ya's n� y Wevu, ren uG9RY^ "�s'a.baty W. u, ae96 AOF To verify the authenticity of this Power of Attorney,call 1-800-421-3,"0 or contact its at www.travelessbond.coni.Please refer to the Attorney-In-Pact number,the above-vaned individuals and the details of the bond Lo which the power is attached. J WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, is entered into between th CITY OF KENT, a Washington municipal corporation ("City"), and organized under the laws of the State of - located and doing business at ,. ' " ("Contractor'). 224 W4cl2r Q ' 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: Lake Meridian Estates Storm Drainage Improvements Phase /Project Number: 16-3017 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 2018 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 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 31 May 2, 2018 Project Number: 16-3017 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 competentjurisdiction 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 32 May 2, 2018 Project Number: 16-3017 CITY OF KENT c DANA RALPHH,, MAYOR DATE: w.l.� `� ATTEST: tOV KI BER EY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONT CT BY: PRINT NAMEE�. / j �,✓�/ fir[ t TITLE; e ✓ /Zr dry/ DATE: f Lk Meridian Estates Storm Drainage Impr/Schleicher 33 May 2, 2018 Project Number: 1 G-3017 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, Minirnulm Scope of Insurance Contractor shall obtain insurance of the types described below: 1, Commercial General Liabililt insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobille Liabilily insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' _Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Lk Meridian Estates Storm Drainage Impr/Schleicher 34 May 2, 2018 Project Number: 16-3017 EXH 1'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. Gontractor`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 Sulbrogatiion 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 35 May 2, 2010 Project Number: 16-3017 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI I. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Lk Meridian Estates Storm Drainage Impr/Schleicher 36 May 2, 2018 Project Number. 16-3017 Policy Number i GLO 3992669-14 1 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TUCCI & SONS INC . Effective Date: 01-01-18 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-COG I COMMON POI,TCY FORMS AND ENDORSEMENTS U-GU-630-D CW C1-15 DISCLOSURE OF INFO RELATING TO TRIA ''. U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-C2 SCHEDULE OF FORMS AND ENDORSEMENTS '. U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 1C-02 SCHEDULE OF NAMED INSURED (S) U-GU-618-A CW 1C-02 SCHEDULE OF LOCATIONS IL 01 23 11-13 WASHINGTON CHANCES - DEFENSE COSTS IL 01 46 08-10 WASHINGTON COMMON POI.TCY CONDITIONS II, 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION IL 00 03 C9-08 CALCULATION OF PREMIUM U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT ' GENERAL LIABILITY FORMS AND ENDORSEMENTS U-GL-1446-A CW 05-10 NOTIFICATION TO OTHERS OF CANCELLATION U-GL-1517-B CW 04-13 RECORD OR DISTRB OF MATRL OR. INFO EXCL U-GL-851-B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCC;RRENCE) COV U-GL-923-3 CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-925-B CW 12-01 WAIVER OF SUBROGATION (BLANKET) ENDT. U-GL-D- 851-B CW 09-C4 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG CC 01 04-13 COMMERCIAL GENERAL LIABILITY COV FORM ''. U-GL-1114-A CW 1C-C2 COMPOSIaE RATE UNIT OF EXPOSURE U-GL-1060-E CW 04-13 CONTRACTORS LIABILITY ENDORSEMENT UG-,1171ACW 07-03 FUNGI OR BAC'LERIA EXCLUSION U- GL-1175-F CW 04-13 ADDL INSD-AUTO-OWNERS LESSEES CONTRACTR U-GL-1199-A MU 04-04 ASBESTOS EXCLUSION ENDORSEMENT U-GL-1294-A CW 10-C6 LIMITED OPERATIONS-CONSOLIDATED WRAP-UP U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT-COMP RATED CG 01 81 CS-08 WAS'HINGTON CHANGES CG Cl 97 12-07 WA CHANGES-EMP RELATED PRACTICES-EX.CL - U-GL-274-C MU 05-06 STOP GAP EMPLOYERS LIABILITY COVERAGE U-GL-274-C 1 CW 12-C4 STOP GAP EMPLOYERS LIABILITY ' U-GL-852-A CW 07-96 EMPL BENEFITS LIAB (OCCURRENCE) DED ENDT CG 03 CO 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 20 10 04-13 ADDL INSD - OWNERS/LESSEES/CONTRACTORS CG 20 37 . 04-13 ADDL INSD-OWNERS/LESSEES/CONTR-COMP OPS ' CG 21 08 05-14 EXCL-ACC/DISCL OF CONFI OR. PERSONAL INFO CG 21 47 12-07 EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM '. CG 22 79 04-13 EXCL-CONTRACTORS-PROF LIAB CG 24 17 10-01 CONTRACTUAL LIABILITY - RAILROADS CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 25 04 05-09 DESIGNATED LOCATIONS GENERAL AGGREGATE U-GU-619-A CW(10/02) Policy Number BAP 3992668-14 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company f Named Insured TUCCI & SONS INC. Effective Date: 01-01-18 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038—CCO COMMON POLICY FORMS AND ENDORSEMENTS U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED (S) '. IL 01 23 11-13 WASHINGTON CHANGES - DEFENSE COSTS ' IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS IL 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION IL 00 C3 09-08 CALCULATION OF PREMIUM U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10-13 ADDL INSD-LESSOR U-CA-411-E CW 02-14 PREMIUM AND REPORTS AGREEMENT-COMPOSITE U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-548-A CW 10-06 SCHEDULE OF' AUTO PHYSICAL DAMAGE DEDUCTI U-CA-D-600-C C4-14 BUSINESS AUTO DECLARATIONS CA 00 01 10-13 BUSINESS AUTO COVERAGE FORM CA 03 02 10-13 DEDUCTIBLE LIABILITY COVERAGE CA 01 35 1C-13 WASHINGTON CHANGES CA 21 34 10-13 WA UNDERINSURED MOTORISTS COVERAGE CA 20 70 10-13 COVERAGE FOR CERTAIN OPERATIONS RAILROAD '. CA 23 45 11-16 PUBLIC LIVERY & ON-DEMAND DELIVRY EXCL CA 99 48 10-13 POLLUTION TIAB BROAD COV FOR COV AUTO U-CA-424-F CW 04-14 COVERAGE EXTENSION ENDORSEKENT CA 99 03 10-13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 14 10-13 FIRE,FIRE&THEFT, FIRE&THEFT&WIND STORM ' CA. 99 54 10-13 COVERED AUTO DESIGNATION SYMBOL CA 99 89 05-01 WASHINGTON LOSS PAYABLE FORM REG- 3.3.5 U-GU-619-A CW(10/02) Client#:24451 TUCCSONS ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE,MMI°° YYY) 6/0 712 0 1 8 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(es)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 NAME, Christine Maden Propel Insurance PHONE 800 499-0933 '[FAX 866 577 1326 Tacoma Commercial Insurance E-MAILe (uc Not: ADDREss. Christine.Maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 __.._._... _._____... .____..._ .................. ..,.,.... Tacoma,WA 98402 INSURERS)AFFORDING COVERAGE NAIL# ..A --.-_ .___ _._ INSURERA �nrlcF Am I I u ea comps 16535 ran INSURED INSURERB Navigators lnsuroncecompany 42307 Tucci&Sons Inc - ..... --om --____-- 26883 INSURER L:AS Specialtyl insu rance ce Company 4224 Waller Road INSURER D Tacoma,WA 98443 INSURER E INSURER F a 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. INSH ADDLISUSR POLTCYEFF POLrCYE%F .............................'.'...'... LTR TYPE OF INSURANCE INSR WVD POLICYNUMBER IMMIDDIYYYYI IMMIDDNNYYI LIMITS A X COMMERCIAL GENERAL LIABILITY GL0399266914 1/01/2018 0110112019 EACHOCCURRENCE $1,000.000 DAMAGE TO RENTED _CLAIMS MADE X, OCCUR PREMISES E cel $300.000. X PD Ded: $10,000 .MED EXP I.A u ) $107000 PERSONAL BADV INJURY $1,000,000 ....- .. .......................... GEN L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 yy - Poucv ❑X J PEerHr> � .,J Loc PRODUCT s„coMP/oP Acc s2 000 00 0 OTHER $ A AUTOMOBILE LIABILITY BAP399266814 1/01/2018 01/01/2019 CsrM Chnc4RIkEDnl`u'INGLEUMIT 1,000,000 1cirla S _ X ANY AUTO BCDILY INJURY(Per person) $ A AUTOS AUTOS LLOWNED SCHEDULED BODILY INJURY(P tl t) $ HIRED AUTOS X NON-OWNED 0R'6 ERTY5AMhfF X AUTOS jPerr umcklcmp $ B UMBRELLA LIAB X OCCUR SF18EXC720942QN 1/01/20181 01 11 101/201S EACH OCCURRENCE $5.000.000 X EXCESSLIAB CLAIMS-MADE AGGREGATE $5 000,000 DED ( XJ RETENTION$0 $ _ ....___ WORKERS COMPENSATION PER_„L OTH- AND EMPLOYERS'LIABILITY (WA Stop Gap) —LIP A ANY PROPRIETOWPARTNER!EXECUTIVE YIN GL0399266914 1/01/2018 011011201E EL EACH ACCIDENT $1000,000 R OFFICEMEMBER EXCLUDED? `N NIA y (Mantla[ery in NH) EL DISEASE EA EMPLOYEE $1.000.000 If Describe under DESCRIPTIONOF OPERATIONS belovl EL DISEASE-POLICY LIMIT $1.000.000 ..____ _ ........ ........_ ......... ......... ......... ' ...." . .... C Pollution Liab CP01671517 1/01/2018 01/01/2019 $2,000,000 Occurrence $2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS;VEHICLES(ACORD 101,Additional Remarks Schedule,maybe aMached if more space is required) RE:#16-3017/Lake Meridian Estates Storm Drainage Improvements Phase II. CERTIFICATE.HOLDER CANCELLATION Cityof Kt SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE en 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(2014101) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S3228626/M3186007 KTR00 This page has been left blank intentionally_ Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol. Exp. Date of Poll, Fff-Date of Fri Producer No, Add]. Priem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or "personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or 'your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural; engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the 'bodily injury' or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04113) Page 1 of 2 Includes copyrighted material of Insurance services Office, Inc.,with its permission. j C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04l13) Page 2 of 2 Includes copyrighted material of Insurance services Office,Inc.,with its permission. Waiver Of Subrogation (Blanket) Endorsement ZURICF- Policy No. Eff: Datc of Pol. Exp. Date of Pol. Eff.DateofFnd. Pmdncer Addl.Pn ni Return Prem. GL0399266914 0110112016 0110112019 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. O-GL-923-13 CW(12/01) Page 1 of 1 This page has been left blank intentionally. i Coverage Extension Endorsement ZURICH� Policy No. Eff. Date of Pol, Exp. Date of Pol. Eff. Dale of End. Producer No, Ati Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organizations) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 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 actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission, C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos' participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos' participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss'; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage, (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease, and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto' of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-cA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc„with its permission. (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'. However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss'to personal effects which are: (1) Personal property owned by an "insured" and (2) In or on a covered "auto'. b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for 'loss' to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss'. J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto' at the time of"loss". The most we will pay for such 'loss' to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss'. U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission, K. Airbag Coverage The Exclusion in Paragraph 6.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph I3.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage—Deductible The fallowing is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos"damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss" or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss" to the temporary substitute "auto" unless the "loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F Cw(04-14) Page 4 of 6 Includes copyrighted material of Insurance services Office, Inc.,with its permission, agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance services Office, Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: 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. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a. of Section III— Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto' to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission, KENT SPECIAL PROVISIONS TABLE OF CONTENTS j PAGE DIVISION 1 GENERAL REQUIREMENTS ......:...........................—. 1-1 1 -01 Definitions and Terms........... ............ ............... 1 -1 1 -02 Bid Procedures and Conditions.......................................... 1 -2 1 -03 Award and Execution of Contract....................................... 1 -5 1 -04 Scope of the Work .......................................................... 1 -5 1 -05 Control of Work ........................................... ................... 1-8 1 -06 Control of Material .......................................................... 1 -14 1 -07 Legal Relations and Responsibilities to the Public................. 1 -16 1 -08 Prosecution and Progress ................................................. 1 -20 1-09 Measurement and Payment .............................................. 1 -24 1-10 Temporary Traffic Control ................................................ 1 -26 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 ................................................................. 2-5 2-09 Structure Excavation ....................................................... 2-5 2-12 Construction Geosynthetic................................................ 2-6 DIVISION 4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt ....................................... ........... ............ 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MATINS AND CONDUITS............... 7-1 7-04 Storm Sewers .............................................. ..... .............. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-2 7-08 General Pipe Installation Requirements .............................. 7-6 7-18 Side Sewers ............................................................. 7-8 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-4 8-15 Riprap ........................................................................... 8-5 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-5 8-22 Pavement Marking .......................................................... 8-7 8-26 Bollards......................................................................... 8-8 Lk Meridian Estates Storm Drainage Impr/Schleicher May 2, 2018 Project Number: 16-3017 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-29 Illumination, Signal, Electrical........................................... 9-1 WSDOT STANDARD PLANS......a....................................................... A-1 SUPPLEMENTAL PROJECT PLANNING INFORMATION A-2 PERMITS......................................................................................... A-3 PREVAILING WAGE RATES................................................................. A-4 Lk Meridian Estates Storm Drainage Impr/Schleicher May 2, 2018 Project Number: 16-3017 E T SPEC I AL PROV I J I ONS i The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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. DIVISIONRAL REQU U RE�5 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 1 May 2, 2018 Project Number: 16-3017 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1 -04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 2 May 2, 2018 Project Number: 16-3017 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 Ke(3ntV A.9__Qy/doin�c hussiir f»s-/bi.ds 11rocureirnent.; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032, SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 3 May 2, 2018 Project Number: 16-3017 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a, The bidder is not prequalified when so required. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 4 May 2, 2018 Project Number: 16-3017 SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: I 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 EXECUTIOIN OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 1 ntent of the Contract SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 5 May 2, 2018 Project Number, 16-3017 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 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 6 May 2, 2018 Project Number: 16-3017 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: ( 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 7 May 2, 201B Project Number: 16-3017 7-n--5 COPJTPAI CIP AhInDIC SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING 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 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 Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 8 May 2, 2018 Project Number. 16-3017 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. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization, On this project, the Engineer shall provide one set of offset stakes on the west side of the access road to establish the finished grade elevation at the east and west edge of pavement limits, and the centerline of the access road. 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 Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 9 May 2, 2018 Project Number, 16-3017 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 re ests mu t be made at least 3 workingdays 'n advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Rough Grading - One set of offset stakes will be set along the west edge of access road at varying intervals as shown on the cross- sections within the project plans. 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. 2. Storm Sewers - Two cut or fill stakes for each inlet, catch basin, junction vault or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 3. 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. 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) Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 10 May 2, 2018 Project Number, 16-3017 Illumination/signaIization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 11 May 2, 2018 Project Number: 16-3017 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 12 May 2, 2018 Project Number: 16-3017 the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 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 Details of known projects are as follows: The City is working with CenturyLink and Comcast to relocate their facilities that create construction challenges with proposed storm drain beginning approximately at station 10+40 and ending approximately at station 13+10 in advance of storm drainage project construction. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 13 May 2, 2018 Project Number: 16-3017 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 1-06.2 Acceptance of Materials 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 (I 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 Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 14 May 2, 2018 Project Number: 16-3017 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. I 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. 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: Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 15 May 2, 2018 Project Number: 16-3017 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 , "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND REsPnNslg L TIES TA THE PIIRLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 16 May 2, 2018 Project Number 16-3017 SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: i 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 17 May 2, 2013 Project Number: 16-3017 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1 -07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122,030 for subscriber utilities. SECTION 1-07. 17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 18 May 2, 2018 Project Number: 16-3017 in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Alex Harb Jerry Steele 206-345-3476 253-288-7532 Puget Sound (Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1 -07.1 8 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 19 May 2, 2018 Project Number: 16-3017 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 20 May 2, 2018 Project Number: 16-3017 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 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 Lk Meridian Estates Storm Drainage Imirr/Schleicher 1 - 21 May 2, 2018 Project Number: 16-3017 those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, .all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 22 May 2, 2018 Project Number: 16-3017 1-08.4(B) General i The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 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 PARAGRAPHAND 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. As the project is seasonally weather dependent, the Contractor shall complete the storm drainage project elements by September 15`h, 2018, before the beginning of the wet season. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been Lk Meridian Estates storm Drainage Impr/Schleicher 1 - 23 May 2, 2018 Project Number: 16-3017 suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1 -04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. 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 1-09.9 Payments 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 24 May 2, 2018 Project Number: 16-3017 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. 1-09.11 Disputes and Claims SECTION 1-09. 11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1 -09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1 -09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 25 May 2, 2018 Project Number: 16-3017 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BVADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 -800-521 -0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 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 1-10.2(2) Traffic Control Plans The Contractor shall submit a Type 2 Working Drawing consisting of the Contractor's plan for controlling all types of traffic. The Type 2 Working Drawing must be submitted a minimum of 1 week before the pre- construction conference. All proposed plan(s) shall show the necessary construction signs, flaggers, and other traffic control devices required to support the work. All proposed plans shall conform to the established standards for plan development as shown in the Manual on Uniform Traffic Control Devices (MUTCD), Part 6 and the most current edition of the Public Right-Of-Way Accessibility Guidelines (PROWAG). The Contractor shall be solely responsible for submitting all proposed traffic control plans or modifications during construction, obtaining the Engineer's acceptance either as submitted or as amended per the Engineer's recommendations, and providing copies of the accepted Traffic Control Plans to the Traffic Control Supervisor. Local streets may be closed to through traffic, however all residents access must be maintained throughout construction. All types of local traffic must be allowed to use the project site during construction of improvements, including foot traffic. Contractor shall coordinate with residents a minimum of 48 hours prior to trenching in front of their properties in order to permit necessary ingress and egress during construction. Should the Contractor fail to implement all parts of the accepted traffic control plan at any time during construction, the Engineer may arrange for additional flaggers, signs, and other traffic control devices and Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 26 May 2, 2018 Project Number. 16-3017 deduct costs associated with said arrangements from the Contractor's payments. The Type 2 Working Drawings shall conform to Typical Application 10 (TA-10) in the 2009 edition of the MUTCD Part 6 as amended and/or superceded. The working drawings shall be signed by a certified Traffic Control Supervisor. Costs associated with flagging personal shown on the Typical Application shall be included in the bid price for "Project Temporary Traffic Control". Costs associated with restoration required as a result of re-routing of traffic off of paved areas shall also be included in this unit bid price. The City may elect to implement additional traffic control labor when work occurs at an intersection or in the event that unforeseen circumstances occur; the additional labor would be paid for under the bid item "Traffic Control Labor." SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1 -10.2(1)B, and Section 1 -10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. Lk Meridian Estates Storm Drainage Impr/Schleicher 1 - 27 May 2, 2018 Project Number 16-3017 O I V 1 S I ON 2 -- EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. The Contractor shall remove existing 30 inch PVC storm drain pipe at locations where new 42 inch storm drain pipe is proposed. The Contractor shall also remove 15 and 24 inch PVC storm drain pipe as needed to set C13-1 . The Contractor shall also remove 30 inch concrete pipe where new concrete pipe is shown on the plans. The Contractor shall also remove 30 inch PVC storm drain pipe where new 30 inch PVC storm drain pipe is proposed. The Contractor shall saw cut pavement on both sides of the storm drain trench, as well as at driveways and limits of pavement replacement. The City recommends making all pavement cuts at the same time as cutting pavement on either side of the storm drain trench, considering the City will not entertain requests for additional compensation resulting from multiple mobilization ofsaw cutting equipment. The cuts on either side of the storm drain trench and catch basins shall occur at the limits of the trench and catch basins as defined by section 2-09.4 for the size of pipe and catch basin proposed. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1 . Existing sanitary sewer manhole and storm drain catch basin frames, grates, covers and hardware shall be reused for adjustment to final grade. The salvaged materials listed above shall be removed, hauled and stored at the Contractor's material storage location for this project. All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. Lk Meridian Estates Stonn Drainage Impr/Schleicher 2 - 1 May 2, 2018 Project Number: 16-3017 SECTION 2-02.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Structure Excavation Class B shall be considered incidental to storm drainage and catch basin removal bid items. Existing storm drain pipe and catch basin structures shall be removed as indicated on the plans and special provisions. When removing structures that are connected to existing storm drain pipe that is to remain, the Contractor shall make a full circumferential cut through the existing pipe at the appropriate location to allow for installation of a coupling that will connect existing pipe to new pipe; length of new pipe shall be as called out on the plans. All structures and pipe removed shall be disposed of at some off-site location. When removing existing storm drain, the Contractor shall cut entirely through the existing pavement on either side of the trench. The cut marks shall be measured based off the center of the existing pipe, and width shall be per section 2-09.4 for the proposed new 42" pipe. 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 to some off-project site. 2. Make a vertical full depth saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. 3. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 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: 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 roads. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pioe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to structure excavation, cutting and hauling away the pipe, backfilling with Lk Meridian Estates Storm Drainage Impr/Schleicher 2 - 2 May 2, 2018 Project Number: 16-3017 native soils or trench backfill material as directed by the Engineer, and compaction. The unit contract price per each for "Remove Existing Catch, Basin" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, removal, disposal, backfilling, with native soils or trench backfill material as directed by the Engineer, and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer which then can be re-used on-site. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to execute a full vertical depth saw cut. All saw cuts shall be measured and paid under this bid item, including cuts required for storm drain removal and installation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 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 2-06.3(7) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing Lk Meridian Estates Storm Drainage Impr/Schleicher 2 - 3 May 2, 2018 Project Number 16-3017 6. The prepared subgrade shall be compacted in the top half foot to 95 percent of maximum dry density per ASTM D-1557 for cut sections. Rocks greater than 6 inches in any dimension shall be removed from the subgrade. If the underlying subgrade is too soft to permit compaction, the Contractor shall scarify, aerate, and compact the subgrade until subgrade meets compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. Prior to constructing crushed surfacing base or top course, the entire subgrade beneath the traveled way shall be proof-rolled. Proof-rolling equipment shall produce a single axle load greater than or equal to 25,000 pounds. If pumping, yielding or otherwise unstable subgrade becomes evident, the Contractor shall remedy the pumping subgrade as described in paragraph 1 of this special provision. If upon completion of proof-rolling the subgrade is left exposed in a way that allows water to enter or mix with the subgrade, the Engineer may deem the previous proof-rolling null and void. Additional Work required to re-compact the subgrade and additional proof-rolling will be performed at no expense to the Contracting Agency. Prior to constructing crushed surfacing base or top course, the Contractor shall submit a survey request and allow time for city survey to verify finished subgrade elevations meet acceptable tolerances. Finished subgrade acceptance tolerances for this project will range from 0.75 inches above proposed subgrade to 0.25 inches below proposed grade. City survey will paint or otherwise mark cuts and fills where finished subgrade elevation is not within acceptable tolerances. Should city survey not respond to this subgrade verification survey request within the time frames set forth in section 1-05.5 for a typical staking request, the Contractor shall begin constructing crushed surfacing without subgrade elevation verification. Timely coordination of verification activities is the responsibility of the Contractor; all materials, equipment, and labor associated with subgrade verification shall be included in the square yard bid price for Subgrade Preparation. If unsuitable material is encountered, the Contractor shall notify the Engineer immediately. Material shall be deemed unsuitable if it contains organic matter such as peat, consists of quicksand, soft spongy earth, or other matter of such nature that compaction to the specified density is unobtainable. Unsuitable material will be removed and disposed of as ordered by the Engineer and paid for by force account. SECTION 2-06.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 2-06.5 Measurement and Payment Measurement for Subgrade Preparation will be by the square yard. The area to be measured will be the total area of accepted new asphalt Lk Meridian Estates Storm Drainage Impr/Schleicher 2 - 4 May 2, 2018 Project Number: 16-3017 where imported crushed surfacing is used beneath the new asphalt as delineated on the paving plan. Areas where pavement is removed and replaced without also removing the crushed rock base course and preparing the subgrade will not be measured under this bid item. Payment shall be compensation in full for stripping, scarifying, grading, excavating, hauling, filling, compacting, proof-rolling, and subgrade acceptance verification activities. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. 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. 2-09 STRUCTURE EXCAVATION SECTION 2-09.3 IS SUPPLEMENTED WITH THE FOLLOWING: 2-09.3 Construction Requirements Structure excavation material is assumed to be not suitable for backfill and shall be immediately hauled and disposed of off-site. Lk Meridian Estates Storm Drainage Impr/Schleicher 2 - 5 May 2, 2018 Project Number: 16-3017 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 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 Woven geotextile fabric shall meet or exceed the material properties set forth by Table 3 of WSDOT Standard Specifications section 9-33.2(1) for Soil Stabilization, SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements Geotextile fabric shall be placed below all proposed catch basins and junction vaults. 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 2 - 6 May 2, 2018 Project Number. 16-3017 DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(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. Lk Meridian Estates Storm Drainage Impr/Schleicher 4 - 1 May 2, 2018 Project Number: 16-3017 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 i testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED IN ITS ENTIRETY AND REPLACED WIH THE FOLLOWING: 5-04.1 Description (March 5, 2018 APWA GSP) This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. This work includes installing speed bumps and painting them white in conformance with section 8-20; one layer of paint shall be installed and all costs associated considered incidental to the speed bump bid item. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials (Special Provision) Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1 (2). (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 1 May 2, 2018 Project Number. 16-3017 The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1 ,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01 . Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL (March 5, 2018 APWA GSP) If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1), 5-04.2(2) Mix Design — Obtaining Project Approval (March 5, 2078 APWA GSP) No paving shall begin prior to the approval of the mix design by the Engineer. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 2 May 2, 2018 Project Number: 16-3017 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. * * The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 3 May 2, 2018 Project Number: 16-3017 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations (March 5, 2018 APWA GSP) Do not place HMA for wearing course on any Traveled Way beginning October 1s' through March 315L of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. ................ Minimum Surface Temperature for Paving...... ...._ Compacted Thickness Wearing Course Other Courses (Feet) ........... .. ... -...,-............................... ..._.. Less than 0.10 55-F 45-F 0.10 to .20 45�F 35F More than 0.20 35 F 35-F 5-04.3(2) Paving Under Traffic (March 5, 2078 APWA GSP) When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section B-23. All costs in connection with performing the Work in accordance with Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 4 May 2, 2018 Project Number: 16-3017 these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant (March 5, 2018 APWA GSP) Plants used for the preparation of HMA shall conform to the following requirements: 1 . Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1 -05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01 .2(2). Lk Meridian Estates Stone Drainage Impr/Schleicher 5 - 5 May 2, 2018 Project Number: 16-3017 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment (March 5, 2078 APWA GSP) Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers (March 5, 2018 APWA GSP) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 6 May 2, 2018 Project Number: 16-3017 be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1 -08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle (March 5, 201 S APWA GSP) A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1 . Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 7 May 2, 2018 Project Number, 16-3017 To be approved for use, an MTD: 1 . Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers (March 5, 2078 APWA GSP) Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(5) Producing/Stockpiling Aggregates and RAP (March 5, 2018 APWA GSP) Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. SECTION 5-04.3(5)A IS DELETED AND REPLACED WITH THE FOLLOWING. 5-04.3(5)A Differing Pavement Scopes There are two different pavement scopes for this project. In areas where storm drain is removed and/or installed, pavement replacement shall include preparation of existing subgrade and imported crushed rock. In other areas indicated on the plans as pavement replacement areas, the existing pavement shall be removed and replaced in-kind. No preparation of existing base or subgrade shall occur for this separate pavement scope. 5-04.3(6) Mixing (March 5, 2018 APWA GSP) Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 8 May 2, 2018 Project Number 16-3017 After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1 " 0.35 feet HMA Class 3/4" and HMA Class 1/2" wearing course/final lift 0.17 feet other courses 0.25 feet Lk Meridian Estates storm Drainage hnpr/Schleicher 5 - 9 May 2, 2018 Project Number: 16-3017 HMA Class 3/8" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When. more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA (March 5, 2018 APWA GSP) For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance (March 5, 2018 APWA GSP) Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1 . Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 10 May 2, 2018 Project Number: 16-3017 Aggregate Percent Non-Statistical Commercial Passinq Evaluation Evaluation 1 " 3/4", 1/2", and 3/8" +/- 6% +/- 8% __sieves No. 4 sieve + .. oQ.................. +/ 8% No. 8 Sieve +/- 6% +/-8% ................................._ No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5%mmmm mm +/- 0.7% Air Voids, Va 2.5% min. N/A and 5.5% max These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1 Y2", 1 3/4" '/2", 3/s", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-O4.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-O4.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 11 May 2, 2018 Project Number: 16-3017 sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-O4.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-O4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11 . 5-O4.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Lk Meridian Estates storm Drainage Impr/Schleicher 5 - 12 May 2, 2018 Project Number: 16-3017 Table of Price Adjustment Factors _.___ ..__._._. .., ..... Constituent Factor "f" All aggregate passing: 11/2", 1" 3/4", 1/2", %" and No 4 2 sieves All aggregate passing No. 8 sieve 15 ..................... All aggregate passing No 200 sieve 20 ................................ Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 13 May 2, 2018 Project Number. 16-3017 5-04.3(10) HMA Compaction Acceptance (March 5, 2078 APWA GSP) HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness areater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 92 percent of the maximum density. The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed, Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 14 May 2, 2018 Project Number 16-3017 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1 .00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublet. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1 .00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 1750F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. Lk Meridian Estates Storm Drainage impr/Schleicher 5 - 15 May 2, 2013 Project Number. 16-3017 5-04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic_. density, and when doing so will. follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance, with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA Original Plan Quantity Sublot Size (tons) (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 16 May 2, 2018 Project Number: 16-3017 selected by the Engineer from within each sublot, with one test per sublot. 5-O4.3(1O)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot intons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work (March 5, 2018 APWA GSP) 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-O4.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 17 May 2, 2018 Project Number, 16-3017 be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal. to 0,75, the rnst of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublet any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1 -06.2(2). 5-O4.3(11)E Rejection - An Entire Sublot An entire sublet that is suspected of being defective may be rejected. When a sublet is rejected a minimum of two additional random samples from this sublet will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1 -06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1 . When the Composite Pay Factor (CPF) of a lot in progress drops below 1 .00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. Lk Meridian Estates Storm Drainage hmpr/Schleicher 5 - 18 May 2, 2018 Project Number: 16-3017 5-04.3(12) Joints (March 5, 2078 APWA GSP) 5-O4.3(12)A HMA Joints 5-O4.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course in a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1 V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-O4.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a center line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedgejoint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H:1 V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(13) Surface Smoothness (March 5, 2078 APWA GSP) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of transverse slope shown in the Plans. Lk Meridian Estates Storm Drainage Imps/Schleicher 5 - 19 May 2, 2018 Project Number: 16-3017 When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1 . Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA., or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-O4.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-O4.3(14)B3 Pre-Paving And Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1 . General for both Paving Plan and for Planing Plan: Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 20 May 2, 2018 Project Number: 16-3017 a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(141B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j.Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.4 Measurement (Special Provision) HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 21 May 2, 2018 Project Number. 16-3017 filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. "Speed Bump" per each. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 5-04.5 Payment (Special Provision) Payment will be made for each of the following Bid items that are included in the Proposal: The unit Contract priced per ton for "NMA Class 1/2". PG 58H-22" shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. "Speed Bumu" per each. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the Contract. Lk Meridian Estates Storm Drainage Impr/Schleicher 5 - 22 May 2, 2018 Project Number: 16-3017 O.T T STORM SE SANITARY SEWERS., WATER MAINS AND CONDUITS I 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. PVC Pipe .........................................9-05.12(1) Ductile Iron Pipe Class 52 (Unlined) ....9-05.13 Sand for Sand Collar.........................9-03.13 Bonding Agent for Sand Collar ......,....General Purpose PVC Cement 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General When installing new 30 inch ductile iron storm drain within plus or minus 5 feet of station 17+75, an approximately 6 inch diameter white drain pipe will be encountered that connects a small local catch basin to a treatment vault to the east. The Contractor shall cut and remove the pipe, and plug it with concrete. The concrete plugging will be paid under the concrete plugging bid item. All other costs associated with the work are incidental to storm drain construction. Structure Excavation Class B including haul and permitted off-site disposal shall be considered incidental to storm drainage pipe bid items. All new pipe connections to existing pipe shall occur at the nearest joint. A new QPL approved gasket shall be installed at each joint. All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system or Lake Meridian. The Contractor shall cut storm drain pipe as is necessary to offset the bell ends of the storm drain where side-by-side storm drain pipe is proposed. Lk Meridian Estates storm Drainage Impr/Schleicher 7 - 1 May 2, 2018 Project Number, 16-3017 PVC pipe that protrudes into manholes shall be installed with a sand collar. Sand shall be bonded to the pipe with a low VOC, medium bodied general purpose PVC cement. Sand shall be firmly and uniformly bonded on the outside of the entire pipe within 1 feet either side of the manhole sidewall. SECTION 7-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.4 Measurement Measurement for Ductile Iron Storm Sewer Pipe shall be per linear foot, measured once along the invert. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "Ductile Iron Storm Sewer Pie, 30 In. Diann. shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES INLETS CATCH BASINS AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3 Construction Requirements Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 2 May 2, 2018 Project Number: 16-3017 All catch basins shall be precast concrete units and shall conform to WSDOT standard plan B-10.20-01 . Each new catch basin shall include a new frame and cover, which shall conform to WSDOT standard plan B-30.70-03, display the word "DRAIN", and be bolted down upon installation. All Type 2 catch basins shall be installed with at least 6 inches of adjustment section. The Stormwater Junction Vault shall be installed with open covers per WSDOT Standard Plan B-30.80-00. The frame and grated inlet for the Stormwater Junction Vault will be modified so that it bolts down substantially similar to standard plan B-30.70-03 type B installation. Steel, concrete and mortar materials shall conform to the requirements of a B-10.20-01 catch basin. Concrete shall meet or exceed 7,000 PSI for a 28-day break as tested by ASTM C39. All requirements associated with a type 2 catch basin installation shall apply to the Stormwater Junction Vault. Riprap shall be embedded flush into the subgrade prior to placement of crushed surfacing and geotextile fabric. The Contractor shall be responsible for supplying a full structural submittal to includestamped, signed, and sealed structural drawings, diagrams and calculations. The drawings and calculations shall be sealed by a structural engineer licensed in the state of Washington, and be designed to meet H-20 loading standards. Steel diagram will be determined by structural design. The Contractor shall submit the full submittal prior to the pre-construction conference. The Contractor shall procure quality control testing for concrete compressive strength and air entrainment in accordance with ASTM C39 and C233 at the point of discharge. Should the concrete fail to reach 7,000 PSI at the 28-day break, or any other requirement of the structural design fail to meet performance standards, the work will be rejected. Outfall isolation shall occur before junction vault installation; the Contractor shall temporarily plug the outfall pipe with a rubber inflatable capable of completely sealing the pipe outfall; the plug shall be removed immediately after the City's acceptance of new pipe. Prior to construction start, the pipe exiting the existing manhole at station 10+00 shall be temporarily plugged with a rubber inflatable so that off-site drainage runoff will backwater into the adjacent drainage system to the north and east. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. Sealing compound shall meet the requirements of Standard Specification Section 9-04.3 as shown on the Standard Plans. Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 3 May 2, 2018 Project Number. 16-3017 PVC Pipe that protrudes into proposed or existing catch basins shall be coated with epoxy Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops or other infrastructure, the Contractor shall be responsible to relocate or replace the traffic loops or other infrastructure at no additional cost to the City. Final elevation and slope of the frame and cover shall conform to the final street surface, or when catch basins are installed outside the proposed pavement, the frames shall be adjusted to conform with existing ground surface. All joints between ring adjustment sections shall be filled with mortar. A 3/8 inch thick mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish, feathered evenly over 6 inches to match concrete. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus one feet. The frame shall be placed on concrete blocks or other Qualified Product List approved devices and cemented to the desired grade. The base materials and crushed rock shall be removed to a depth of 12 inches and Cement Concrete Class 4000 shall be placed so that the entire volume of the excavation up to the finished pavement surface is filled with concrete. Concrete shall fill the entire excavation, contain 4 equally spaced radial score marks 1/2 inches deep, and have a broom finish. A number 4 rebar hoop shall be centered within the concrete and elevated 3-4 inches above bottom of excavation. Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 4 May 2, 2018 Project Number 16-3017 SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button: PIN 4 � Cost for installation shall be included in Contractor's unit bid price for various types of catch basins. The Contractor is responsible for installation of the buttons, which includes all materials, labor, and equipment necessary to clean the pavement below the button and permanently adhere the button to the pavement. Adhesive shall cover at least 50 percent of the back of the button, and beads shall be applied beginning at the outside of button moving in. Buttons will be provided by the City, the contractor shall supply the adhesive. Adhesive shall be das #rs-222 or equal. SECTION 7-05.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.4 Measurement "Stormwater Junction Vault", per each. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Stormwater Junction Vault" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 5 May 2, 2018 Project Number: 16-3017 the specifications. This work includes but shall not be limited to: excavating; shoring; dewatering; connecting new or existing pipes, backfilling; compacting; quality control testing; installation and adjustment to final grade of frame and covers or grates; referencing for future locates prior to final overlay; and storm drain stenciling. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Side Sewers.................................... 7-18.2 Gravel Backfill for Pipe Zone Bedding., 9-03.9(3) 7-08.3 Construction Requirements SECTION 7-08.3(1)A IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-08.3(1)A Trenches Excavation outside the limits described in section 2-09.4 for the size of pipe and catch basins installed shall be considered extra excavation, and require in-kind restoration of materials encountered during extra excavation. All costs associated with extra excavation and associated restoration shall be included in the bid item "Shoring or Extra Excavation Class B". The two pipes to be plugged are 6 inches and 24 inches. If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. See Appendix for dewatering permits. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in a gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 6 May 2, 2018 Project Number, 16-3017 It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Note the Engineer may elect to embed riprap into the finished subgrade in lieu of stabilization per Section 7-08.3(1)A. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding and backfill shall be placed in accordance with the trench detail shown on the plans. All imported crushed rock used for trench bedding and shade shall be measured and paid as "Gravel Backfill for Pipe Zone Bedding". The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 7 May 2, 2018 Project Number, 16-3017 7-08.3(5) Street Restoration The Contractor shall restore the surface of the storm drain pipe and catch basin trenches by installing and maintaining a finished grade cold mix asphalt concrete patch on top of the crushed surfacing base course or native soils used for trench Backfill; the Contractor is responsible for maintaining the cold mix patch so that no settlement occurs in excess of 1 inch as measured by placing a straight edge across the trench that rests upon existing hot mix asphalt on either side of the trench, and depth checking across the length of the straight edge. Upon completion of storm drain installation, the Contractor may then begin removal operations for remaining asphalt. The removal of the cold mix patch shall be incidental to the appropriate storm drainage bid item. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel Backfill for Pipe Zone Bedding shall be measured in accordance with section 4-04.4, by the ton, including haul to the project site. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Gravel Backfill for Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary to furnish and place bedding and shade material as shown on the plans and described in the specifications. 7-18 SIDE SEWERS SECTION 7-18.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.2 Materials Side Sewers.................................. 9-05.13 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 8 May 2, 2018 Project Number: 16-3017 7-18.3(1) General If the side sewer pipe near station 16+25 is found to be in conflict with proposed storm sewer pipe, the side sewer shall be relocated in accordance with these specifications. The Contractor shall immediately notify the Engineer when a side sewer is discovered in conflict with the proposed storm drain. A side sewer shall be considered in conflict if separation between side sewer and storm drain is less than 6 inches. Bends and fittings are included in the unit bid price for this work. New side sewer shall maintain a minimum fall of 1 .5% towards the main at all locations along the invert of new side sewer. Minimum vertical separation between new side sewer and new storm drain pipe shall be 6 inches. Cutting, removing, and off-site disposal of the existing side sewer shall be incidental to the Work. Bypass and dewatering shall be included in the unit bid price. XR501 or equal pipe couplings shall be used to connect new side sewer to existing side sewer. Joints for bends shall be push on type. The Contractor shall be responsible for calculating the existing angle(s) of the Wye or Tee in respect to the main in order to install the appropriate standard bend(s) at the appropriate offset(s) to connect the new side sewer to an existing stub off the Wye or Tee in its existing orientation. No bend shall be greater than 45 degrees. In the event side sewer relocation limits extend to the connection to the sewer main, a new WSDOT Qualified Product List (QPL) rubber gasket shall be installed at the existing Wye or Tee joint. Care shall be taken to prevent crushing of the existing side sewers not in conflict during backfill and compaction of proposed storm drain. Should a side sewer be found to have collapsed after compaction, the contractor shall repair the side sewer per WSDOT and KSP specifications. This Work shall be done at no cost to the Contracting Agency. Structure Excavation Class B shall be considered incidental to the side sewer pipe bid item. Lk Meridian Estates Storm Drainage Impr/Schleicher 7 - 9 May 2, 2018 Project Number: 16-3017 CD I V I S I ON a MISCELLANEOUS SCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 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 ....................................9-14.2 8-01 .3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Turbidity curtains shall be installed and maintained at locations indicated on the plans and in conformance with the turbidity curtain detail on the plans, in advance of outfall isolation. Geotextile fabric shall be impermeable. Ballast is not allowed to be used to sink the bottom of the curtain to the lake bed, this shall be accomplished by using a galvanized steel chain heavy enough to secure the turbidity curtain firmly to the ground. The ends of the curtain shall be pulled flush with lake embankments and secured to eliminate seepage. The turbidity curtain shall become the property of the contractor at the completion of the project. 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 3. City of Kent 2016 Surface Water Design Manual 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if there is a suspected discharge that exceeds state water quality standards. 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 1 May 2, 2018 Project Number 16-3017 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 SUPPLEMENTED 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. Seed shall be applied evenly so that all exposed areas to be seeded are covered 50% or greater with seed. No fertilizer is necessary. Seed mix is as shown on the plans, and is intended for use along existing road shoulders and the grassy lawn surrounding the Stormwater Junction Vault. Grass seed mixture shall be fresh, clean, new crop seed. Seed shall 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 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. The Contractor shall begin maintenance immediately after seeding. Water seeded areas immediately and thoroughly following seed application so that the ground is lightly saturated. Water slowly and thoroughly with fine spray nozzle. Protect seeded areas from any disturbances including pests, pedestrian or vehicular traffic. Repeat watering operation to keep areas moist for a minimum of 3 weeks from the day of first watering and as necessary for healthy growth or until the Contract expires. 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 Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 2 May 2, 2018 Project Number: 16-3017 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 The Contractor shall use environmentally acceptable lubricants composed of biodegradable base oils such as vegetables oils, synthetic esters, and polyalkylene glycols in equipment operated in or within 50 feet of open water or exposed lake bed. The Contractor shall check equipment daily for leaks and complete any required repairs in an upland location before using the equipment in or within 50 feet of open water or exposed lake bed. The Contractor shall remove soil or debris from the drive mechanisms (whell, tires, tracks, etc.) and undercarriage of equipment prior to operating the equipment waterward of the ordinary high water line. Equipment and materials may be stored on the roadway shoulder of the public portion of 135`h Avenue South, south of 256`h Street and north of Lake Meridian. The Contractor shall maintain proper sight distances for all adjacent streets and turnouts. No equipment may be stored on Lake Meridian Estates property. Should other private arrangements be made for storage of equipment and materials, the Contractor shall provide written confirmation of the arrangement signed by the property owner at the pre-construction meeting. In no circumstances shall equipment or materials be stored within 50 feet of the shore of Lake Meridian, regardless of private arrangements. 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 in a permitted off-site facility. 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 8-01.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.4 Measurement Measurement for "Vehicle Maintenance and Storage" shall be per Lump Sum. Measurement for "Turbidity Curtain" shall be per Lump Sum. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 3 May 2, 2018 Project Number: 16-3017 SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide, maintain, and remove the baker tank for stormwater storage and disposal. If the Baker Tank is not capable of treating stormwater fast enough to discharge pit water into Lake Meridian per section 8-01 .3(1)C1 , the Contractor shall discharge into the local Sanitary Sewer at rates equal to or lesser than the allowable rate per the General Authorization Eligibility Worksheet shown in the contract appendix. If discharge rate into the sanitary sewer exceeds the allowable rate per the discharge permit shown in project appendix, work shall be suspended. "Vehicle Maintenance and Storage" per lump sum. "Turbidity Curtain" per lump sum. 8-02 ROADSIDE RESTORATION SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A.......................................... 9-14.1 (1) 8-02.3 Construction Requirements SECTION 8-02.3(4)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(4)A Topsoil Type A Topsoil shall consist of a 50/50 mix of uniformly amended fine compost and sand per WSDOT and KSP section 9-14 and lightly compacted to 80% in the grassy area surrounding the Stormwater Junction Vault, and feathered to match existing ground. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.4 Measurement "Topsoil Type A" shall be measured by the compacted cubic yard. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Tyre A"' constitutes complete compensation for all labor, materials, tools and equipment Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 4 May 2, 2018 Project Number. 16-3017 necessary to supply and spread the topsoil in the areas shown on the plans or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-15 RIPRAP SECTION 8-15.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-15.2 Materials Mechanically Embedded Riprap........ 9-13.1 (4) SECTION 8-15.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-15.3(4) Mechanically Embedded Riprap Riprap shall be uniformly embedded into the ground so that riprap sits flush with top of native soils below proposed junction vault(s). Riprap will be installed at the discretion of the Engineer. SECTION 8-15.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-15.4 Measurement Mechanically Embedded Riprap shall be measured by the ton of embedded material. SECTION 8-15.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-15.5 Payment "Mechanically Embedded Rip=," per ton. 8-20 ILLUMINATION TRAFFIC I N L SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS AND ELECTRICAL SECTION 8-20. 1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: This work consists of removing and replacing an existing local power supply beginning at roughly station 10+25 and ending at station 16+30. The existing power supply is located within a 1 .25 inch conduit, which shall be removed and disposed of and replaced by a 2 inch schedule 80 conduit. The Contractor shall build the system in the field to include up to 6 Type 1 junction boxes at locations approved by the Engineer, in order to move the local power supply out of conflict with existing and proposed storm drain. Separation betweenjunction boxes shall not exceed 250 feet. All junction boxes and conduit shall be installed within the pavement replacement area. The minimum bury Lk Meridian Estates storm Drainage Impr/Schleicher 8 - 5 May 2, 2018 Project Number: 16-3017 depth shall be as described in section 8-20.3(5)D. Conduit must run directly between junction boxes; no swoops or bends are allowed. No splices are allowed between junction boxes or light fixtures. The lump sum price includes but is not limited to all excavation, removal of existing conduit and wire, pavement removal, placement of 4 inches of crushed rock top course bedding and 4 inches of crushed rock top course backfill, cold mix patching and maintenance as described in section 7-08 of this KSP, protection of conduit during roadway grading, adjustment of new junction boxes to finished grade, replacement of existing wire in-kind which is understood to be #10 thnn solid and #10 stranded green for grounding, connection to existing fixtures, field verification of utility crossings to provide minimum separation between all existing utilities and new conduit of 1 foot, protection of conduit during roadway grading, and testing. All newjunction boxes shall be installed in accordance with WSDOT standard plan J-40.10-04, type 1 installation. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. When adjusting existing junction boxes to grade, the Contractor shall ground the existing J-Box in accordance with WSDOT standard plan J- 40.05-00. 8-20.3 Construction Requirements THE FOLLOWING PARAGRAPH /S ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits shall be installed within junction boxes. Splices for illumination circuits, including two way, three way, four way and aerial splices, shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 6 May 2, 2018 Project Number: 16-3017 SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-20.5 Payment The unit contract price per each for "Adjust Existing Junction Box to Finished Grade" 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: referencing for future locates prior to overlay, excavating, backfilling, compacting, removal and disposal of existing junction box, surfacing and restoration, and retrofit grounding. Adjusting the grade by adding or removing risers, 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. The lump sum contract price for "Illumination System" constitutes complete compensation for all materials, labor and equipment required to install the illumination system as shown on the plans including but not limited to: aluminum lighting standard, conduit„ excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, removal of existing systems. Labor and Industries electrical, and any other items required for the fully functional Illumination System. 8-22 PAVEMENT MARKING SECTION 8-22. 1 IS REVISED AS FOLLOWS: 8-22.1 Description SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and letter markings shall be white or red paint as noted in the Proposal and Bid Item Descriptions. All paint 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 applied immediately following paint. 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, and shall be applied at a rate of 6 pounds per gallon of paint. 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. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 7 May 2, 2019 Project Number, 16-3017 8-22.3 Construction Requirements I 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 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. White letters and red edge line paint stripes shall be removed and replaced in-kind. The Contractor is responsible for maintaining a record of existing pavement markings throughout construction. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 8-22.4 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Red Edge Line Paint 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 a single 4-inch line. Measurement of Pavement Letters shall be per each pavement letter installed. 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: "Red Edge Line Paint Stripe," per linear foot. "White Letter " per each. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description This work consists of procuring and installing a bollard in conformance with WSDOT standard plan H-60.10-01 , in the grassy area surrounding the Junction Vault. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 8 May 2, 2018 Project Number: 16-3017 8-26.2 Materials Foundation shall be commercial concrete. Granular free draining material shall meet requirements of section 9-03.12(4). 8-26.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 1/2 degrees, in accordance with the standard plan. 8-26.4 Measurement Bollard Type 1 per each bollard furnished and installed. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid item when they are included in the Proposal: The unit contract price per each for "Bollard Type 1" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and details. Lk Meridian Estates Storm Drainage Impr/Schleicher 8 - 9 May 2, 2018 Project Number: 16-3017 011MISION 9 - MATE IAU 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil SECTION 9-14. 1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A shall be a uniform mix consisting of 50% fine compost per WSDOT section 9-14.4(8) and 50% backfill for sand drains per WSDOT section 9-03.13. 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. 9-29 ILLUMINATION, SIGNAL ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, I nnerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.12 Electrical Splice Materials Lk Meridian Estates Storm Drainage hmpr/Schleicher 9 - 1 May 2, 2018 Project Number: 16-3017 SECTION 9-29.92(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. Lk Meridian Estates Storm Drainage Impr/Schleicher 9 - 2 May 2, 2018 Project Number: 16-3017 WSDOT STANDARD PLANS j DRAINAGE STRUCTURES AND HYDRAULICS B-10.20-01 Catch Basin Type 2 B-30.40-02 Rectangular Bi-Directional Vaned Grate B-30.70-03 Circular Frame (Ring) and Cover B-30.80-00 Circular Grate B-30.90-02 Miscellaneous Details for Drainage Structures B-85.20-00 Side Sewer Connection ROADSIDE AND SITE DEVELOPMENT H-60.10-01 Bollard Type 1 SITE PRESERVATION AND EROSION CONTROL 1-30.30-01 Wattle Installation on Slope ILLUMINATION SIGNALS AND ITS J-40.05-00 Existing Junction Box Retrofit Grounding Details J-40.10-04 Locking Lid Standard Junction Box Types 1 & 2 (2 sheets) Lk Meridian Estates Storm Drainage Impr/Schleicher A - 1 May 2, 2018 Project Number: 16-3017 --- Ll IL m h w E Eat � ) 4 �, z N a uE y .1 O5 . elµ �4.n,�10ii. C O QM Q• 1. ° Q 3 p oP Z PL m s' N y N5.5 E Q � m ° e e m E ME w E e 2~ CYi c -p —w 01 w O j1 �4�-'m �OIGZ � ry J j0 v 'c$Rn.a ........ O N F Z 1- Ff YmEm 0 UOW O W f Y N e e ` o N m N i ".. ..._ _ . ..... e in c = 180 m a m n �i m W — U a Cy i N a N T N m 0 m m m J 3. la- M to O pi O N < i0 a (0 x ^ Q J a Z m n m m Uz � i y ti w gym . V N n v n 'E R w Z 2 m Now I�� An Z IW- pp y Z Z F (p 15ggjpTl a Q}. Uma Um6 ^ UNN U' O� O FO 2� WU j� yN K ai fw �z `5�z y r am LLK a'o d r, m mz zJ ca o U U Q�Q m U'J 1' K ryR f X „ V R N _.._...._ ,......._ / J p k , ¢ yo kwW.S"t ((llff NIW Z �5�} W NIW.9Z / �U JII A N �fA �r �... ... .. .... m... .., ' �Y,YFWN91N14W MfY9� MVW d..94 I CSOJAO VSII A9 NM"O Nvv3 O v �ay3 _ O nwM f zim r IyyIII =O z h 5 e F m�° x '3 m c z rlr z ,.•,•.0...... ,lf. �y I,� I ke z V a IL J o 8 a vw w �c°r E 'F "�' A FO:Z p �' E o o U° b R m l�' ..�y IL ..l Q �a vzE ° m {III iJ IPI I,II�� ICI Cm p y a u c b L, U m'°N bi � 1� '' .✓.. 1 � 21p Qv bVlwTi d N `' i $Nt.m p c vivo w mY f fs' w Cal . z � U IY F 5 ru. w� �o °z �)a If/ gd dg . gg i m a w � gl dg gg � �r J OCt #YNNN AMIOMJ V10EN "`� t II \\ I DOGI1 NH 'At1 NMVHG ¢ �1 09 NN IM e "m m�� E n w R �19 Ul S rn v r u o o c na ` +per py� or LU i �a o rn°Fc9n CQi.O w o ac m .IQ cc rc � C H 9 5-a Ct 3o J �� 0 If V 0 a N 9 Nc en 8Em'.;,t 01, n v v y o15W Q E E0 gg m m�n 2° v •e m m `� o ti v Cf«to vm m {o 0 o v tg. 0p cc s—� ��m - vm vm p my 11 Y Svc a� c�� Ern n zo vy i�l W d~ E 3oAZN2Ea v Im w e O Z W� i ooya a < Frzo h w °p ooxmY ��. � / N � �RO.z � 04 z i z z zj m wwc o0 a � w a a w a a < m a G1 � 5 o n m � N m a � 9 a w'•I U Y U V "' U a .E, N k K f O 91 W I ` 0 A z ..I k OW VC yF nQim �.9 F Y PIS 4 0 t 3c Olt "..� m t d I ^ z p p m c VJ f� ✓M 4 � ® w Q� E x w � ca 3 �o �o pILL N N •�•"•�• a z N 11 ti a y N \, i J i NvaHooa wvav As wmvan j 09 N ry nn "� Cr II i 11 w �,�.r�•�9&,d W F M � e 3 0:1% z m f f Q W CL _ II �l W F W ° a $ H � z ry — o c z to sffi g T Eo o �"NM 6n rn n"F/ Fr U w E m m a N E o v F " /I c / /' � � � ycw w•= g �Q a s a�N lip Ix O i,I U LL Gi tt �P � w w W o O W w d � ....., w < I U ow at _ . W _..w o vdw Rt G 'N-W W . w ��u X a !I 20 I O M1-1 e� n Zui V 11 KR NHE J -d9 NMVffl N < . g = LLJ K . � ■ z ° {§ \ ! G ® + - �\ \ ^ } § ; ( ( C \ * : , z § }/ _ < ! § ( . ( . .. . \/ . . . , � . ( \ § ` � \ z | ` B ) : w k 7\y , 1 W {0 ° e G w Q d w o 0 LL w a o � .t � e \ o a �1 N O fi 10 3 tl �v O r ¢ `: -..r.... a U m L/lL l >ri � " U i ZUJIIr � 11 � ;�"�� � WW '.e"......eu.✓ yam` 02 O CY d� �. ��.......... �u rc— Z g a a y° o m z w � tl ,Y W - � a o w Q � T I Ni,la�r; n5 k .ui n r 1 Ll a a• ro o m o- (] .....y U p LLI " U 2 ptt? IT.911E1 m UR OY 0 HN]ll3F]Illf] AH NMVYIO U a w � d6 8 E h 3 rco 90 k' = x hQn Oa �Q o m N Zu) IL o o � 3$N d a " o t c Silo W O O w m g PAu� N=i 0� A 8U Tj m _ m CE op N TN "'o ma Cp a9 y xa5 wa`u 0 .5 0 9 C°n 1 � 2 N t7 Q N 16 F w F ko ! gp- �N l a s 4 " os 3 T %MW Al �' 2 top uap� qa r obi, r 3 z ! f a r/ z a Jf ad am I moan uaa� we W"U ''.... wi ww ^ 9 UgU Fw J U m= 0 S zza z ��o az wwpv1 S� m P r, O2 e l y -) s � x a S� wa r '`y it Ir a4 O 9 ; i z3 - c.r Tidi�Yl J Z z �WF CL p o o x p Z o w �g O c� x 0 U Z / Z < ¢m K p K mx¢ p 2 z JZ Jf-O Ih Z o z z m �z� z� Zzw o a D Z pop io a y 2 0 Z O a � m W mpU mU� m �3 I � U 8 n a 16, �a 0 I � ! r ` ✓ ¢E w tt y ' p r 5 �r 8f w I ^ rc x. T w p u� r III ._..,�..... y........ .. ...... z 1 d ........., ., L� C11 , GF nt9U �O ¢ YI g GALL OG� W�i> w' X, w IG-�\1� OOU jW2Q Jz U Nn CNS �+ OKGO n n m tt� w I 5 UZ wF v r m m n w ° � va G EL w n om / / a o� wo m v oc c �� LLL m �m aOE x m� ni�O➢ NOC 9_ W JW SVu K_,w OZn FK W�F _— ��a N �Y N'3Om 9CN O.`t OQ 6a6w2V w._ rri�� pt �o LLaJ �xOa w w¢ �U c'c d m:c Rio o V a m oy�` Wowo w Qo Ow m¢ sN3a��nle ne wvea p p U` C fr_.. Fa ".�} p I w- n 3 n `d' m. �o SEfO'ki .4* , F.ZN o �! u� F. s gg� � p �( 3i as� . NOe02Q ry �E �'' a myl�c"X ur .1 w E z N .G S N 5 Ng4� 8 m N E U.o S rrmi °b'�¢ `y�.G'�3 �vrVq�' Z E Q m a F mn § X ° Pam " � _ [$ rq.°, Et.7..R PE a § v L ,°�� o E° p m c a = 5 m U Ti oL � & tub o cM1, t$ Em° o:e x m ° ea ,N E or i- W-Q �= w., w woo m `o�° c v u SE _ o m oN rmrm! � m ,ar✓1 p w p� MF �[ewm^ v Ti V S�'roi is A= 10 � z vy c m d� kcii W ��.is i` y oa ONy ^q E ' �20y�'am w -'ga iv m � 3'� mm m rewH.E i uo °p�� °mow a `= n o'a Vo �2 Nrya g+ rmE �tm v o nvm ._aYr ca 8o rc v p� � mR'°rgoa mFN� an N�a tiE F. +yro d' mc r N 3't °' cT+rmcnO may. a cam c c N E .2 E F.&- rm �cYiz mua� I 'R f0 x b EN�bF � W u is v m c a rn v N x�v 2• sm c'g aE � n pi W. C CP pro 9 y O N L {Up C Wi'. pl`yp y ~"'y Z p h a nr V a qN m° W w � ?.c ° Z N n Tm 01tA39Y I,I, v e ,d' h °O w..... Z mf owG o or� N E w^ ~7, = wn =a d n oo .z a O w Z ~ 0 o o,,, fzi ma p ,� � ✓�� O � U "w�$5 mm �E Y d N (.. U w E Ea U w o n m 8 � 1- F ° ° � � u pC <�Z �� wU UU wi lll'h 0 L e1 AF oz .. ..", irt.. y° o� 1:o 33Hna'l�s+m ja dol °r 6 o aw o 3 rc p i�p V 3M4MQld8 WY4WYMYW.4 M �N G d 1 } _ ,.... y�'YfaW � K• � �4,,tl� 14310N F ry r� t X o m - r 4 HO wa z Ydko `w poi Nz J'eJ y_ - o UZw �i lv°o I• C'd \ i a0u 4N map BBB, \Tl \g � a rmw W rcu'� Z x, Nwtl.a LT Y> =wz H U N � m o � � .'_-,_°,� _� � � Dd � •, Boa ' r LL �r C. =a xJ F O O 5 q �?w �KOI-W wJ0 O 3 i0 ..a, �; J N ... oF� � ✓ row znF �� OFF nW O 2rt �� OxN2°dZF =yt 0 �ll� n N JW 62W 00 ',. zz ¢°vWawz5w '4 a;w d OOi° ti 30ol0g UNI3 vz ~ J �v U� ~ °OO UUOWory Zmw ~ LLUZ� MOl3B WnWINIW.bZ ¢ u m a aao�no vsn ae NMvaa mO O o Z.2 t4 O o0 Z w m � o Z� �= ry a o �... s rc iui mg J `✓ I g gm�A' y�� z O Vygo o IL ' m AI 5, J bl2 l .W14 V a _ Z 2� Z q --v6i CC F� o o a t _ rv'i w z J4 z z 2 GSY a Y i i N m � ..•• Y F U h r x WZ i_ O/E TJI ¢ 4 _ 7 N a O 0 O a o ro z�i 3w _,zo � zm ao� nz r ,•`I N _ I n �o0 3w "--oo z G3 -- �p rao oWo� z: /L... PII U if w�a'a 6 v(9 Z2 ¢LL A Z mDW pW 2arG anrcw wad¢ 3N NZ F W �� NOKw OwZ gryW � �3 nF Nw u i ° u��aa °jda < pub o?� �z3a Na Ym i3 .i mid ng 00 _n 0or. rci �a .lN rl� I N2W 'Im r I� �� z •'AP � � �� � ..� ��ri�l yy r L � 1 O W O 10 m'o w Oi m ¢ 40 � z V 3� °Dm � i S0i ,3 a arc axw z 3r aFW z.. x >> a o a Dw� tiiw aw zF a A} w x � w mr ZV 4 N W J 2 N J w ° z � I l 54 ng z w z F3m w 1 ➢ •,h �a y m mow ° a Wx�n N ° zOo�r mrc z w zoD�� 9 "arcoa �o ri�z "zd�9a --r o 3rx 3-nw °w ug3w w=N �D ��w m U OHO.'AO tlSII AB N WNtltld SUPPLEMENTAL,TAL PROJECT PLANNING INFORMATION Lk Meridian Estates Storm Drainage Impr/Schleicher A - 2 May 2, 2018 Project Number, 16-3017 I i3irrt,+� annt�xs �xtaeao ,-.. u ar ro mry v ._. ... d 4 " ""n x " w a 153a0 nn38kVH .... " S� A _. auk equiloN 9 ewwaeg _. ..... �.��„� a�s isenuyar.N siaarona a q v5;;A M +�SRSSA'. dw u b M ( 1i .bAi 4k�g% 1a Agio lS o t l ,yr AY �,ddSOn � try N h r. r e .. R T�$4m � y W ., nrpD yy Y rf �, rr p 5� fifi 1 up 4Y Y/ i .al l ix + Ik ... ,..,. ... m., . . 4. i i 1 ........... -- --- i a�f o- ',. 'MAPGMIIMIk YYA,p��Y '. ( JJ e I i Px IT, i 6 f 1 t�@ I lrr a Hot w b u ; MIX i2 n M F ¢F" b I f I a � w. pq' sRa xe } e I PYJe�4 r n - us ,l p s � a t - M �Ildn� � Vudtln:neMio Y°�. n6F ...., �Y1 T p N L 1} J uw x f: AI� }p xN��Q rp9 Wp - I arvndw PRQ.ICCYC W[W[W T INS, N w �� 9nvntRFr er<o-sl I NS aW wHleombeng Inc,g¢ m� rSSF S M P 'I.Er n - C: riCa r2,. ,r' t uas uar •, reu , ,i,i a 39IlONd VLYfI1S 3115J1R1 p` FEE .... .: Huh 6imtpwlgN v ew� �;ruu natnwumela.sa's�r•rJnd ��„ I v 6 � qq_ Y ur u la^v. ryG � I dtld �f I �No <a as $ a , Y p p " r 7 I PERMITS Lk Meridian Estates Storm Drainage Impr/Schleicher A - 3 May 2, 2018 Project Number: 16-3017 ECONOMIC &COMMUNITY DEVELOPMENT Kurt Hanson Director 0!0!r�u:xurv��h4„ 220 4th Avenue South y,I^ Kent, WA 98032 u mrrv�i WP l� T Fax: 253-856-6454 wns n�r�c,oH PHONE: 253 856 5454 March 26, 2018 Misty Blair Shoreline Permit Review Department of Ecology 3190 160th Avenue SE Bellevue, WA 98008-54S2 Ecology Division Office of the Attorney General PO Box 40117 Olympia, WA 98504-0117 RE: Shoreline Management Substantial Development Permit Lake Meridian Estates Storm Drain Repair SMA-2018-1 / #RPSP- 2180187 Dear Shoreline Reviewer: The approval is in accordance with the City's Shoreline Master Program and is specifically a proposal to remove and replace an existing storm drainage pipe and catch basins with a larger pipe and new catch basins in the same location within existing drainage easements. The pipe to be replaced is located within the paved private roadways of SE 258`h Street and 132"d Place SE, except for a Small segment within a grass area at the terminus of 132"d Place SE. Pavement and grass will be replaced following construction. The City of Kent approved the substantial development permit on March 26, 2018. Enclosed with this letter for your review are copies of the following documents: • SMA Decision Document dated 3/26/18 • Shoreline Permit Application dated 1/12/18 + Determination of Nonsignificance (DNS) dated 7/5/17 TESC Plan dated 1/12/2018 Notice of Application dated 6/16/17 SEPA decision dated 1/12/18 • SEPA Checklist dated 7/5/17 If you have any questions concerning the issuance of this permit, please contact me at (253) 856-5454 or egeorge@kentwa.gov. Sincerely, o m Q `- Erin George, AICP Y Acting Current Planning Manager O Mayor Dana Ralph . a— ., ,W ., City of Kent Economic&Community Development ECONOMIC & COMMUNITY DEVELOPMENT Kurt Hanson, Director PLANNING SERVICES 1c r 1*! Erin George, AICP, Acting Current Planning Manager °" Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S Kent, WA 98032 SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT Decision Document March 26, 2018 City of Kent Lake Meridian Estates Storm Drain Repair SMA-2018-1 RPSP-2180187 Planner: Erin George, AICP I. PROPOSAL DESCRIPTION AND LOCATQ ,: The applicant proposes to remove and replace an existing storm drainage pipe and catch basins with a larger pipe and new catch basins in the same location within existing drainage easements. The pipe to be replaced is located within the paved private roadways of SE 258th Street and 1321d Place SE, except for a small segment within a grass area at the terminus of 132nd Place SE. Pavement and grass will be replaced following construction. The proposed pipe replacement is located within 200 feet of Lake Meridian, a shoreline of the state. Accordingly, the proposed work requires a Shoreline Substantial Development Permit and is subject to the requirements of the Kent Shoreline Master Program. The existing outfall to Lake Meridian will remain as is. All work will be located above ordinary high water mark. The site is located at 25739 135th Ave SE and is identified as King County parcel number 2722059193. II„ rrry nP VrKIT rr)MDRFI-IFAICT%/F pl AN] 7nnlTnir Anin C-WnQPl TKIF DESIGNATION: The project is located within the MHP, Mobile Home Park zoning district and Comprehensive Plan Land Use Map designation. The site is currently developed with a mobile home park. Portions of the project area are located within 200 feet of Lake Meridian, a Shoreline of Statewide Significance; therefore, the proposed project is subject to the City of Kent Shoreline Master Program. The Shoreline Environment Designation is Shoreline Residential. Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 III. EN.V_.gRf WKIY;TAL,CC1hi_STDERATION: A. Ee�wironrr,ent CAssessment. Environmental review pursuant to the State Environmental Policy Act (SEPA) was completed and a Determination of Non-Significance (DNS) was issued for this proposal on July 5, 2017 (ENV-2017-18). The 14- day appeal period for the DNS ended on July 19, 2017. No appeals were received. B. Significant Phvsical Fekri:rs 1. I pgoaph and.HydanQa Q_qy, The subject site gently slopes towards Lake Meridian, with the steepest slope approximately 15 percent. Material removed during pipe excavation will be stockpiled for use as backfill, unless determined to be unsuitable. Any unsuitable material will be removed and disposed of. If import material is necessary, the source will be determined by the contractor and will be required to meet or exceed WSDOT material specifications. All asphalt removed will be replaced in kind. No new impervious surfaces will be created as a result of this project. The project is located within the vicinity of a wetland in Lake Meridian. The scope of work is exempt from regulation under Kent's Critical Areas Ordinance per KCC 11.06.040 as the work is a maintenance activity. No portion of the project is within the 100 year floodplain. 2. VEgetation Some grass will be disturbed within the construction area. Following construction, all disturbed areas will be re-vegetated to pre-construction condition. C. Sic,Jnificant Social Features 1. Parks and Recreation No parks or formal recreation areas are located within or near the project area. However, it is assumed that residents of the mobile home park use the grass area to recreate and enjoy the lake shore. A shared dock is located on site, with an access path connecting to the street. The dock will be unaffected by this project and access to the dock will remain open during construction. Page 2 of 7 Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 Temporary fencing will be erected to enclose the construction area, which will prevent residents from utilizing the grass area on the west side of the dock for several months. The grass area on the east side of the dock will remain open and available for resident use. 2. Public Roadways During construction, minor traffic delays on 135th Ave SE are possible. The road shoulder may be used to store pipe or other materials or equipment during construction. Traffic control personnel and devices will assist all types of traffic to minimize impacts. 3. Light-And Glare No lighting is proposed as a part of this project. IV. & PLI ABLE LAWS AND RE(ULATIONS A. PUblic Notice Public Notice of Application was provided on February 2, 2018 with a 30-day comment period as required by the Kent Shoreline Master Program, Chapter 7 Section B.2.c. The comment period closed on March 5, 2018. No public comments were received. B. Sta ��caf Washin t^g off+ Sh,or line Management Act Development, as defined in RCW 90.58.030(3)(d) will occur within 200 feet of the Ordinary High Water Mark of Lake Meridian and is therefore governed by the regulations of the State Shoreline Management Act pursuant to RCW 90.58.030(2)(d) and (f). The cost of development exceeds $7,047; therefore, a Shoreline Substantial Development Permit is required in accordance with WAC 173-27-040(2)(a). As conditioned, this project will be consistent with the Shoreline Management Act. C. City of Kent C rprehensive Ba_n The City of Kent has adopted a revised Comprehensive Plan pursuant to the Growth Management Act (Ordinance #4163 dated September 2015). The goals and policies of the Comprehensive Plan represent an expression of community intentions and aspirations concerning the future of Kent and the area within the potential annexation area. The Comprehensive Plan is used by the Mayor, City Council, Land Use and Planning Board, Hearing Examiner and City departments to guide decision-making relative to development and capital facility spending. Page 3 of 7 Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 The Comprehensive Plan Land Use Map designates the subject site as Mobile Home Park. The proposal, as conditioned, generally is compatible with the following relevant policies of the Kent Comprehensive Plan Chapter 6, Utilities Element and Chapter 10, Shoreline Element: Utilities Policy U-9.1 Shoreline Use Policy 10.b.1 Shoreline Use Policy 10„b.2 Shoreline Use Policy 10,b.3 Replacement of an inadequate storm line with a new larger pipe is consistent with Utilities Policy U-9.1 to ensure constant maintenance and upkeep of storm systems. As identified in Shoreline Use Policy 10.b.1, the proposed work will not require shoreline protection works. Upon completion, the underground storm line will not be visible and thus scenic views will continue to be protected in accordance with Shoreline Use Policy 10.b.2. By replacing the existing storm line in its existing location which is primarily within a paved street, environmental impacts will be minimized and conflicts with present and planned uses will be avoided pursuant to Shoreline Use Policy 10.b.3. D. (Sernt,_:S orelinq_ Cos er_4 ro r ra The City of Kent Shoreline Master Program (SMP) is a planning document that outlines goals and policies for the shorelines of the City, and also establishes regulations for development occurring within shoreline jurisdiction (the area 200-feet landward of the Ordinary High Water Mark). The SMP recently underwent a comprehensive update in September 2009. The SMP designates the project area as Shoreline Residential. The Shoreline Residential environment is intended to accommodate residential development and appurtenant structures that are consistent with the Plan and to provide appropriate community access and recreational uses. Primary and accessory utilities are permitted uses in the Shoreline Residential environment. Chapter 3 of the SMP, General Provisions, includes policies and regulations that apply to all uses and activities regardless of shoreline environment designation. Sections within Chapter 3 that pertain to the proposed project include Archaeological and Historic Resources, Environmental Impacts, Public Access, Shorelines of Statewide Significance, and Vegetation Conservation. Page 4 of 7 Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 • Chapter 3, Section B.2, Archaeological and Historic Resources: Condition #1 of this Substantial Development Permit requires work stoppage and an archaeologist inspection should any such features be discovered during site work. • Chapter 3, Section B.4, Environmental Impacts: A Determination of Non-Significance (DNS) was issued for this proposal on July 5, 2017 (ENV-2017-18). The project has been determined not to cause significant ecological impacts or significant adverse impacts as defined in the SMP. No work will occur over or in the lake. The lake outfall will be plugged during construction and standard erosion control measures will be implemented to prevent sedimentation, erosion and water quality impacts. No new impervious surfaces will be created as a result of this project. The project is located within the vicinity of a wetland in Lake Meridian. The scope of work is exempt from regulation under Kent's Critical Areas Ordinance per KCC 11.06.040 as the work is a maintenance activity. No portion of the project is within the 100 year floodplain. • Chapter 3, Section B.7, Public Access: No parks, public access points, or formal recreation areas are located within or near the project area. However, it is assumed that residents of the mobile home park use the grass area to access and enjoy the lake shore. A shared dock is located on site, with an access path connecting to the street. The dock will be unaffected by this project and access to the dock will remain open during construction. While the grass area west of the dock will not be available for resident use during construction, the grass area east of the dock will remain available for resident use during that time. • Chapter 3, Section B.11, Vegetation Conservation: Some grass will be disturbed within the construction area. Following construction, all disturbed areas will be re-vegetated to pre-construction condition, as conditioned in Condition #2. ;jM C_h t rTa Shoreline lJ .i ravr'sio 7s Chapter 5, Shoreline Use Provisions, includes policies and regulations for each type of shoreline use. Specifically, the following regulations within Section C.10, Utilities, apply to this proposal: Page 5 of 7 Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 • 12 gu_igtio Ss C.J.Q.C.J,r All utility facilities shall be designed and located to minimize harm to shoreline ecological functions, preserve the natural landscape, and minimize conflicts with present and planned land and shoreline uses while meeting the needs of future populations in areas planned to accommodate growth. The City's Shoreline Administrator may require the relocation or redesign of proposed utility development in order to avoid significant ecological impacts. • ftegulatign S.ClO.c 6. Utility development shall, through coordination with local government agencies, provide for compatible, multiple uses of sites and rights-of-way. Such uses include shoreline access points, trail systems and other forms of recreation and transportation, providing such uses will not unduly interfere with utility operations, endanger public health and safety or create a significant liability for the owner. • ttggUlatr_oo ,C,.10,c,9: Transmission and distribution facilities shall cross areas of shoreline jurisdiction by the shortest, most direct route feasible, unless such route would cause significant environmental damage. • 2ggQt tign 5.C.10,c.1,!L Clearing of vegetation for the installation or maintenance of utilities shall be kept to a minimum and upon project completion any disturbed areas shall be restored to their pre-project condition. Planning Services Comment Staff has reviewed the proposal and has determined that it is consistent with the SMP Chapter 5 regulations pertaining to utilities. The existing storm line is located underground, primarily beneath the existing paved private street. This line will be replaced with a larger storm line within the same location, also underground primarily beneath the streets. Disturbed areas will be minimal and vegetation is limited to lawn grass. Disturbed areas will be stabilized during construction to prevent erosion and will be re-vegetated following completion. The project has been determined not to cause significant ecological impacts or significant adverse impacts as defined in the SMP. No work will occur over or in the lake, so the lake substrate, banks and aquatic habitat will not be disturbed. The lake outfall will be plugged during construction and standard erosion control measures will be implemented to prevent sedimentation, erosion and water quality impacts. V. DECISION The Shoreline Substantial Development Permit for the Lake Meridian Estates Storm Drain Repair SMA-2018-1/RPSP-2180187 is APPROVED, with the following conditions: Page 6 of 7 Decision Document Lake Meridian Estates Storm Drain Repair SMA-2018-1, RPSP-2180187 1. Should any phenomena of possible archaeological value be uncovered during site work, all work shall be stopped immediately, and a professional archaeologist shall inspect the site to ensure that all possible valuable archaeological data are properly salvaged or mapped. 2. Any vegetated areas within shoreline jurisdiction disturbed during the construction of the proposed project shall be re-vegetated to its pre- project condition. Approved this 26T" day of March, 2018 Erin George, AICP, Acting Current Plan ng Manager This decision shall be final unless an appeal is made. Persons aggrieved by the grant, denial, rescission or modification of a permit may file a request for review by the Shoreline Hearings Board in accordance with the review process established by RCW 90.58.180 or as subsequently amended, and with the regulations of the Shoreline Hearings Board contained in Chapter 461- 08 WAC or as subsequently amended. The request for review must be filed with the Hearings Board within twenty-one (21) days of the date of filing, as defined in RCW 90.58.140(6). Per WAC 173-27-190, construction pursuant to this permit shall not begin and is not authorized until twenty-one days from the date of filing as defined in RCW 90.58.140(6) and WAC 173-27-130, or until all review proceedings initiated within twenty-one days from the date of such filing have been terminated; except as provided in RCW 90.58.140(5)(a) and (b). EG\as\S:\\Permit\Plan\Shoreline\2018\2180167_sma-2018-1_stfrpt.doc Page 7 of 7 Planning Services Location:400 W.Gowe•Mail to:220 4th Avenue South•Kent,WA 98032-5895 Permit Center (253)856-5302 FAX:(253)856.6412 KEN T www.KentwA,gov/permltcenter Shoreline permit Applications Check all that apply to this permit. ,horAliin�c,Abstantial Development Permit ,,refine Conditional Use Permit ❑ Shoreline Variance P/ease print in black, ink only, Public Notice ooara and Application Fees...See Fee Schedule Application #, N I / [-?Q.:J KIVA# 1On'0 0 ONLY -i p �1399 ONLY Project Name: � r ti<C' eFIXu c i T Caf'r� ( �� f)(), I, Project Address/Location .�,j �� _ �F 990 4,r,Zone. K Section-Alor el umber(s)_ , Acres: King i Section — Township N Range 5 E Applies (ma calory r 9 Name _ .?_ ��� ��� � r�1 ! y� Daytime Phone: , `0 Mailing Address: _W*Z �P _�.._. _ Fax mbar; ,r Cit /StaCo/ZI C /f ()3 Z Signature: Y p . _ G✓v« G Professional License No _,_, Contact Person: C p `(� or if Jiff roan frfrm applicant) Pro pert Owner 1: manila y Yrr � J 2 a qa Name: uK I k ( G rG ,..,, `T J�� MailingAddress: �� Da FaxNlsmber �7 City/staiteZip: g Ay-r ZyU3e) � —.�� L" Signature: C-�" �inf Y Pro ert Owner 2 if more than tw property owners attach additional info/signature sheets) Property Name: . ( 1 Daytime Phone: 1 77. l�F b Mailing Address• ': r Fax Number City/State/Zip; i ��7 �� �^ � �"" �' License No.; The above signed property owners, certify that the above information is true and correct to the best of our knowledge and under penalty of perjury, each state that we are all of the legal owners of the property described above and designate the following party to act as our agent with respect to this application: Agent/Consultant/Attorney: (mandatory if primary contact is diflarond from applicant) Name: _ aytime Phone Mailing Address i Fax Number _ License N�.; _ q1 City/StatolZip, �? �i t C_ W_.__ Email Address t ( M i ei U p L7 Yyy[[r� pppp(�ppppLryryry��ryyyl��µryrypppp� m • M1 a e X M1 ¢ N • • u it m u w m a d b E M FILE USE ON',LF: WWWF pN Date Application Received: , i , Received by, Date Application Cortmpib�� ..,., Completeness Review by 3H1-2 ,f"��" /° /, „.^"� psd4060_6_13 p.1 of 14 NAME OF SHORELINE WATER BODY WITHIN 200 FEET OF PROPOSED DEVELOPMENT: L0 kC MP(`I (� '� cO'� CURRENT USE OF PROPERTY WITH EXISTING IMPROVEMENTS Mob, I c �`�➢frwt� ����� 5 v� � (`� S�� t 4- 0, �V'�epa f, va � L'VV(`�, tlf 1 .J ( C4Jrr P , ar,a ArcGor� t ( ^ PROPOSED USE OF PROPERTY.(including all activities nece nary to accompilsh the project): } e ( , I g 1 -'Vk CSC( 14A � 0 '" C rl�Tl c I ki S r '° boil-to Y p 1 If applying for a varia ce or conditional use, please also complete the attached variance(A-1) or conditional use (A-2) forms. + 1. NATUFiF OF "T fjiG_$ RELf I Describe type of shoreline, such as marine, stream, 'IVED lagoon, marsh, bog, swamp, flood plain, floodway delta;type of beach, such as accretion, erosio ZO'a bank, low bank, or dike;material, such as sand tent', gravel, mud, clay, rock, riprap; and ex and t of bulkheading,If any): NT y F FfN�T own . l CENTER 0� � , y 'f'��5N�1��} �. ('c-" c�ovr t e teA, yy ed'\ b✓+J( C.)'q f} ,✓t R �t;p� cat cf'5-4�b I « " { tiff yin � C` C ( J I u1y W ' 't'`t t" Fro, JJ�CCl eA54 �b f"�qp �✓t �r N`'�V�t� �'�. �"�^f~ �,/cM� �'�' � � ����,✓t /1 c�tt. wi°i1.2 *�,. �^" i¢••� p�'G ��• ` �y,SeUAflatl�IS..t'3 G.281 fA r .I � �� � 4nJ�)s`"I�, ?C:j r\�, a �tihc� I"`� 1 `e- !a W �� ✓ I 2. ENVI80 qMFNTAL_IMPAC_T Please describe potential impacts to water quality habitat, natural shore- line processes, and soil stability as a result of the proposed development.How will these impacts be rniflir od arid/or fnitigated"7 A,�Cr, 4 � " V 4,`� CJIt� • f� (`r1/Ifreitt� Cq It 1x c f 5 rM � n o C` 54 G � Will b j5� r �. I-q Fy+ I � yam " il ,e 0 kATtrl I WV 3. QjdfR VMPA TS. Please describe potential impacts to adjacent properties, public access and public use of the shoreline as a result of the proposed development.How will these impacts be minimized and/ or mitigated? .�'f 1� �t''�f C1� 'k..IJ�4c`.� � I'�� ln/�J(`,�"l' LvI � 1 C7 �f✓l �', 1 r"1.�. u6r fci-I ZI ,/\A,�^I�cr I C � 5 Y`" cor\ ( c ! lot, M TV I t C 5 Urr` I � " J r iC CITY OF KE e R WH1-2 psc14050_5_13 p.3 of 14 Planning Services Location:400 W.Gowe• Mall to:220 4th Avenue South•Kent,WA 98032-5895 Permit Center(253) 856-5302 FAX:(253)856-6412 Hal, www.KentWA.govtpermitcenter Shoreline Conditional Use Permit Attachment A-2 The purpose of a conditional use permit is to allow greater flexibility in varying the application of the use regulations of the Master Program in a manner consistent with the policies of RCW 90.58.020. In authoriz- ing a conditional use permit, the City or the Department of Ecology may attach special conditions to the permit in order to prevent undesirable effects of the proposed use. Uses not listed in the Master Program may be authorized as conditional uses based on the criteria below. Uses which are specifically prohibited by the Master Program may not be authorized with approval of a conditional use permit. APPLICANT: Answer the following questions being as specific as possible. The conditional use criteria described below must be met before a conditional use permit may be granted. If extra space is needed, attach additional sheets. t. Flaw is the proposed use c nsistent with the policies of RC ,'4N 90.58,020 and the policies of th Maslar Program? /�.+ .. �;I r6i � I A4 �-5e� wi l I b i t r - a I t'1 I� CA V"'3 i'� y' c, �"�`Cty� d " , 6 y d i cG +�t + �✓cry� c c t 'tN e vaxa i:` 2, Will the pro\p_osed usetinterfore with the nyoorrmal public use of the ublic $1 orellnes? Please explain. t )i am/ -Ror" I cil �1 � tc cCc- 7yy 9 ylt PROvJer_� 't,A/ G � � lol- C y"eii:°` �C I ! �• y� d ` �'Jf I fatG71\5 or` �" L'1(5(`S) � tr-, 3. How will the proposed use of the site and the design of the project be compatible with other pormltted uses in the area? «� i � 2 Q 5�or , J��n w l � � N 'Ib"If, use , 01-11-2 Psd4050_6_13 p.11 of 14 4. How will the proposed use avoid causing significant adverse sflects to the shoreline e vironmont in which it is to be located? f"� t� � k �� 401 �� IyX .� �`' � � M..lti.. ,-^ � �/Kr ."ti li f'�{j""YY 1 �n+'y '" t 1 to 4 cv f rw- 1 k�^ } ' C t !l�/ K 1 1 v i i ! o �C�4 '� t U+ �t� � � tk 1�7��V ✓t I 5. I•low will the put3lhc,fnterest be protected? 1 RECEIVED JAN 12 2018 P ° TERERMIT c GH1-2 pad4050_6_13 P.12 of 14 , 40510'��ENT � A9� o.o CITY OF KENT DETERMINATION OF NONSIGNIFICANCE Environmental Checklist No. #ENV-2017-18 Project: Lake Meridian Estates Outfall #RPSA-2172009 Repair Description: The City of Kent Public Works proposes to reroute off-site drainage to mitigate for a sink-hole that has formed along SE 259th Street in the Lake Meridian Estates mobile home park as a result of a plugged and rotted 24-inch outfall pipe. Phase 1 of this project (to be completed summer 2017) will reroute the off-site drainage away from the existing 24-inch pipe into an existing 30-Inch pipe network, repair the sinkhole, remove existing 18-inch storm drain pipe in SE 257th Ct from catch basin (CB)-1 to CB-2 and replace it with 24-inch storm pipe, and add a new 24-inch storm drain from CB-2 to CB-3 in SE 257th Ct. The existing 24- Inch pipe will remain in high-flow service until Phase 2 is complete. Phase 2 will upsize the existing 30-inch pipe with a 42-inch pipe (to be completed summer 2018). Removal and replacement of existing pavement and curb is planned for both phases. Location: Within the Lake Meridian Estates Mobile Home Park located at 25739 135th Ave SE, identified by Parcel Number 2722059193. Applicant Richard Schleicher, Civil/Environmental Engineer, City of Kent, Public Works Engineering Lead Agency CITY OF KENT The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental Impact statement (EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request. X There is no comment period for this DNS pursuant to WAC 197-11-355 Optional DNS process. There is no comment period for this DNS. This DNS is issued under 197-11-340(2). The lead agency will not act on this proposal for 14 days from the date of this decision; this constitutes a 14-day comment period. Comments must be submitted by _._.. This DNS is subject to appeal pursuant to Kent City Code section 11.03.520. Responsible Official: Charlene Anderson, AICP Position/Title: Long Range Planning Manager / SFPA OFFICIAL Address: 220 S. Fourth Avenue, Kent, WA 98032 Telephone (253) 856-545 Dated July 5, 2017 Signature �� -- - APPEA PROCC'S AN APPEAL OF A DETERMINATION OF NONSIGNIFICANCE (DNS) MUST BE MADE TO THE KENT HEARING EXAMINER WITHIN FOURTEEN (14) DAYS FOLLOWING THE DATE OF THIS DECISION PER KENT CITY CODE 11.03.520. CONDITIONS/MITIGATING MEASURES: NONE � w a.9" r t r f1 x✓r �, � I s � r�' � "�d n � I0 00 44 ii L t h sa I, f fILPI �+ G �1 p�.� +p ryryry '.wyµg H`3 s f P a _ �`F sa Aw&pr 31 .t` �iY IL�f ✓e �e.s m i�{ .� .'i - e , �ryq YEM 13 f + w p IV Y u I i 10 XI I ! E r r t f . I J/ YP f .. _1__. ....... J -]F iM1V I L41 ECONOMIC & COMMUNITY DEVELOPMENT Ben Wolters, Director PLANNING SERVICES Matt Gilbert, AICP, Current Planning Manager T Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S. Kent, WA 98032-5895 NOTICE OF APPLICATION and Proposed Determination of Nonsignif"Icance An Environmental Checklist application was filed with City of Kent Planning Services on May 30, 2017. The City of Kent expects to issue a Determination of Nonsignificance (DNS) for the proposal; therefore, the Optional DNS Process is being used. This may be the only opportunity to comment on the environmental impacts of the proposal. The proposal may include mitigation measures under applicable codes, and the project review process may incorporate or require mitigation measures regardless of whether an EIS is prepared. A copy of the subsequent threshold determination for the specific proposal may be obtained upon request. Following is a description of the application and the process for review. The application and listed studies may be reviewed at the offices of Kent Planning Services, 400 W. Gowe Street, Kent, Washington. DATE_0F Ngl-ICE OF APPLICATION: June 16, 2017 APPLICATION NUMBE:. ENV-2017-18 / KIVA #RPSA-2172009 APPLICATIOgN NAME: LAKE MERIDIAN ESTATES OUTFALL REPAIR PROJECT DESCRIPTION: The City of Kent proposes to reroute off-site drainage to mitigate for a sink-hole that has formed along SE 259`h Street in the Lake Meridian Estates mobile home park as a result of a plugged and rotted 24-inch outfall pipe. Phase 1 of this project (to be completed summer 2017) will reroute the off-site drainage away from the existing 24-inch pipe into an existing 30-inch pipe network, repair the sinkhole, remove existing 18-inch storm drain pipe in SE 2571h Ct from catch basin (CB)-1 to CB-2 and replace it with 24-inch storm pipe, and add a new 24- inch storm drain from CB-2 to CB-3 in SE 2571h Ct. The existing 24-inch pipe will remain in high-flow service until Phase 2 is complete. Phase 2 will upsize the existing 30-inch pipe with a 42-inch pipe (to be completed summer 2018). Removal and replacement of existing pavement and curb is planned for both phases. ZONING: MHP, Mobile Home Park R_QJECT=LO A"PION: Lake Meridian Estates Mobile Home Park is located at 25739 135th Ave SE, Parcel Number 2722059193. P'EREIIT APPLICATION DATE: May 30, 2017 CA,T I E_C0ME9-FI"ENES May 30, 2017 Notice of Application Lake Meridian Estates Outfall Repair ENV-2017-18, KIVA #RPSW-2172009 Page 2 of 2 STUDIES SUBMITTED WITN,APPLICAT_ON: None OTHER �FRCwI_ITS ANb PLAN,SmmWHIC'H�._MAY,BE'_R�IPED, Shoreline Exemption Permit and Shoreline Substantial Development Permit CIPTIDNA DE ERMINATIO_N._ As the Lead Agency, the City of Kent has determined that the proposed project is unlikely to have a significant adverse impact on the environment that cannot be mitigated. Therefore, as permitted under the RCW 43.21C.110, the City of Kent is using the Optional Determination of Nonsignificance process to give notice that a DNS is likely to be issued. Comment periods for the project and the proposed DNS are integrated into a single comment period. A 14-day appeal period will follow the issuance of the DNS. PUBLIC_!MQMM_En._?ERIQlL June 16, 2017 to June 30, 2017 All persons may comment on this application. Comments must be in writing and received in Kent Planning Services by 4:30 P.M., Friday, June 30, 2017 at 220 4th Avenue South, Kent WA 98032. For questions regarding this project, please contact Katie Graves, Planner at (253) 856-5454, learilves kewnLvua.g y. Any person wishing to become a party of record shall include in their comments that they wish to receive notice of and participate in any hearings and request a copy of decisions once made. A party of- record may appeal the decision on this application by filing a complete appeal application within 14 calendar days of the date of decision. Any person requiring a disability accommodation should contact the City in advance for more information. For TDD relay service, call 1-800-833-6388 (hearing impaired) or 1- 800-833-6385 (Braille) or the City of Kent at 253-856-5725. TENTATIVE HEARING: A public hearing is not required for this application. STATEMENT OF QQN51ST.EN.CY ,AND LIST.._ OF APPLIC/ABLF a! VEmmB �1PMENT RE_VLAP`IONS_ This project is subject to and shall be consistent with the Kent City Code, Kent Shoreline Master Program, Kent Zoning Code, Kent Design and Construction Standards, and Kent Surface Water Design Manual. PRO.FOSED_MITIGATION MEASURE. : None APPLICANT_ JM_F., ADDRESS AND TEI EPHON_ENUMQER,: Richard Schleicher, City of Kent, 220 4th Ave S, Kent WA 98032, (253) 856-5525 KG\ct: S:\Permit\Plan\NOA\2017\2172009_noa-optdns.doc AFFIDAVIT OF POSTING As required by the Regulatory Reform Act, Chapter 347, 1995 Laws of Washington, and Kent City Code Chapter 12,01, I do hereby declare that the Notice of Application, as described in this notice, was duly posted on by a member of Kent Planning Services, on or near the site described herein, _ ........_... __ ....,... _..r__......... .... Matt Gilbert, AICP, Current Planning Manager ECONOMIC & COMMUNITY DEVELOPMENT Ben Wolters, Director PLANNING SERVICES Matt Gilbert, AICP, Current Planning Manager 1KENT Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S. Kent, WA 98032-5895 ENVIRONMENTAL REVIEW REPORT Decision Document LAKE MERIDIAN ESTATES OUTFALL REPAIR ENV-2017-18/RPSA-2172009 Responsible Official: Charlene Anderson, AICP Staff Contact: Katie Graves I. PROPOSAL The City of Kent Public Works proposes to reroute off-site drainage to mitigate for a sink-hole that has formed along SE 259th Street in the Lake Meridian Estates mobile home park as a result of a plugged and rotted 24-inch outfall pipe. Phase 1 of this project (to be completed summer 2017) will reroute the off-site drainage away from the existing 24-inch pipe into an existing 30-inch pipe network, repair the sinkhole, remove existing 18-inch storm drain pipe in SE 257th Ct from catch basin (CB)-1 to CB-2 and replace it with 24-inch storm pipe, and add a new 24-inch storm drain from C13-2 to CB-3 in SE 257th Ct. The existing 24-inch pipe will remain in high-flow service until Phase 2 is complete. Phase 2 will upsize the existing 30- inch pipe with a 42-inch pipe (to be completed summer 2018). Removal and replacement of existing pavement and curb is planned for both phases. The project will take place within the Lake Meridian Estates Mobile Home Park located at 25739 1351th Ave SE, Parcel Number 2722059193. II. BACKGROUND INFORMATION Compliance with Kent's Comprehensive Plan (Ordinance 4163), the Washington State Growth Management Act (GMA), The Local Project Review Act (ESHB 1724 and ESB 6094), Kent's Construction Standards (Ordinance 3944) and Concurrency Management (Chapter 12.11, Kent City Code) will require concurrent improvements or the execution of binding agreements by the Applicant/Owner with Kent to mitigate identified environmental impacts. These improvements and/or agreements may include improvements to roadways, intersections and intersection traffic signals, stormwater detention, treatment and conveyance, utilities, sanitary sewerage and domestic water systems. Compliance with Kent's Construction Standards may require the deeding/dedication of right-of-way for identified improvements. Compliance with Title 11.03 and 11.06 of the Kent City Code may require the conveyance of Sensitive Area Tracts to the City of Kent in order to preserve trees, regulate the location and density of development based upon known physical constraints such as steep and/or unstable slopes or proximity to lakes, or to maintain or enhance water quality. Compliance with the provisions of Chapter 6.12 of the Kent City Code may require provisions for mass transit adjacent to the site. Decision Document Lake Meridian Estates Outfall Repair ENV-2017-18/RPSA-2172009 In addition to the above, Kent follows revisions to the Washington State Environmental Policy Act, Chapter 197-11 WAC (effective November 10, 1997), which implements ESHB 1724 and ESB 6094, and rules which took effect on May 10, 2014 in response to 2ESSB 6406 passed by the State Legislature in 2012. III. ENVIRONMENTAL ELEMENTS A. Earth The subject site gently slopes towards Lake Meridian, with the steepest slope approximately 15 percent. There are no indications of unstable soils. Material removed during pipe excavation will be stockpiled for use as backfill, unless determined to be unsuitable. Any unsuitable material will be removed and disposed of. If import material is necessary, the source will be determined by the contractor and will be required to meet or exceed WSDOT material specifications. All asphalt removed will be replaced in kind. The rotten storm drain pipe is resulting in deposition of fine sediments into Lake Meridian. The project will reduce this erosion. Trenching activities will take place under existing asphalt surfaces and any exposed soils will be protected from erosion. The applicant is required to submit and receive approval of a Temporary Erosion and Sedimentation Control Plan meeting the requirements of the City of Kent Construction Standards and the City of Kent Surface Water Design Manual from the City for the entire development. B. Air Emissions typical of construction equipment may occur during construction. Soil material will be kept damp during construction to minimize dust and construction equipment will be kept in good working condition. C. Water The project is located within the vicinity of a wetland in Lake Meridian. The scope of work is exempt from regulation under Kent's Critical Areas Ordinance per KCC 11.06.040 as the work is a maintenance activity. The project is located within 200 feet of the ordinary high water mark of Lake Meridian. As such, the work is subject to the standards outlined in the Shoreline Master Program and will require a Shoreline Substantial Development Permit or Shoreline Exemption determination. No dredge or fill is planned to take place in Lake Meridian. D. Plants Some reed canary grass will be disturbed within the existing landscaped areas. All vegetation will be restored to pre-construction conditions. E. Animals Page 2 of 4 Decision Document Lake Meridian Estates Outfall Repair ENV-2017-18/RPSA-2172009 Various birds have been observed in the project area and bass and trout are in Lake Meridian, but will not be impacted. This pipe replacement project will reduce future deposition of sediment into the lake resulting in less turbid lake water. F, Energy and Natural Resources There are no additional energy needs associated with the completed project. G. Environmental Health Some noise will occur during construction due to the use of machinery. Construction will occur Monday through Friday. Hours of construction and noise levels will comply with Kent City Code. Construction discharges will be monitored and controlled through Best Management Practices. H. Land and Shoreline Use The project area is zoned MHP, Mobile Home Park. The proposed project is located throughout the property. The project is located within 200 Feet of the ordinary high water mark of Lake Meridian. As such, the work is subject to the standards outlined in the Shoreline Master Program and will require a Shoreline Substantial Development Permit or Shoreline Exemption determination. I.. Aesthetics No changes to aesthetics are anticipated. I Light and Glare No changes to lighting are proposed. K. Historic and Cultural Preservation The project area is not listed on a national, state, or local preservation register. Should archaeological materials (e.g. bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc.) or human remains be observed during project activities, all work in the immediate vicinity should stop. The State Department of Archaeology and Historic Preservation and the City should be contacted immediately in order to help assess the situation and determine how to preserve the resource(s). Compliance with all applicable laws pertaining to archaeological resources (RCW 27.53, 27.44 and WAC 25-48) is required. L. Transportation The proposed project will be constructing improvements within a residential roadway which will temporarily affect traffic circulation in the neighborhood. The applicant will prepare a traffic control plan meeting the requirements of the 2009 City of Kent Design and Construction Standards and other applicable standards. The completed project will not cause impacts to the regional and local transportation system. Page 3 of 4 Decision Document Lake Meridian Estates Outfall Repair ENV-2017-18/RPSA-2172009 M. Public Services The proposal will not generate the need for increased public services. N. Utilities This project will replace existing and install new storm drain pipe. Other existing utilities in the area will not be affected by this project. IV. SUMMARY AND RECOMMENDATION A. Per WAC 197-11-660 and RCW 43.21C.060, the City of Kent may establish conditions to mitigate any identified impacts associated with this proposal. The following supporting documents serve as possible bases for any conditions and mitigating measures: 1. City of Kent Comprehensive Plan, as prepared and adopted pursuant to the State Growth Management Act. 2. The State Shoreline Management Act and the Kent Shoreline Master Program. 3. Kent City Code Section 7.07, Surface Water and Drainage Code. 4. City of Kent Transportation Plan, Green River Valley Transportation action plan and current Six-Year Transportation Improvement Plan. 5. Kent City Code Section 7.09, Wastewater Facilities Plan. 6. City of Kent Comprehensive Water Plan and Conservation Element. 7. Kent City Code Section 6.02, Required Public Improvements. S. Kent City Code Section 6.07, Street Use Permit Requirements. 9. Kent City Code Section 14.09, Flood Hazard Protection. 10. Kent City Code Section 12.04, Subdivision Code, 11. Kent City Code Section 12.05, Mobile Home Parks and Section 12.06, Recreation Vehicle Parks. 12. Kent City Code Section 8.05, Noise Control. 13. City of Kent International Building and Fire Codes. 14. Kent City Code Section 15, Kent Zoning Code. 15. Kent City Code Section 7.13, Water Shortage and Emergency Regulations, and Water Conservation Ordinance 2227. 16. Kent City Code Section 6.03, Improvement Plan Approval and Inspection Fees. 17, Kent City Code Section 7.05, Storm and Surface Water Drainage Utility. 18. City of Kent Comprehensive Sewer Plan. 19. City of Kent Fire Master Plan. 20. City of Kent Section 11.06, Critical Areas. B. It is recommended that a Determination of Nonsignificance (DNS) be issued for this project. KENT PLANNING SERVICES July 5, 2017 KG:pm S:\Permit\Plan\ENV\2017\2172009_ENV-2017-18decision.doc Page 4 of 4 Planning Services Locatlon:400 W.Gowe•Mail lo:220 41h Avenue South-Kent,WA98032-5695 �r Permit Center(253)856-5302 FAX:(253)856-6412 KEN* T www.KentWA.gov/permitconter Mln n n i KGW 0 ai ECONOMIC S COMMUNITY RECEIVED MFNT Ens irr�nmental Checklist OMIC MAY 2 3 2017 Application Form CITY Public Notice Board and O� iEaT PERMIT CENTER Application Fee...See Fee Schedule Please print in black ink only. To be completed ompleted by !Staff: Application# 7"J V (]�...I .� KIVA Received by, Oate , ........._. , _ .._. Processing Fee: A. Staff review determined that project: Meets the categorically exempt criteria. +- Has no probable significant adverse environmental impact(s) and application should be processed without further consideration of environmental effects. Has probable, significant impact(s)that can be mitigated through conditions. EIS not necessary. Has probable, significant adverse environmental impact(s). An Environmental Impact Statement will be prepared, An Environmental Impact Statement for this project has already been prepared. Signature o1 Responsible Official ype B. Comments: C. Type of Permit or Action Requested: RFCrtIV n MAYio2017 District: CITY Of KENT D. Zoning PERMIT f.LN t ER t+a raa) To be completed by Applicant: SEPA CONTACT'S AND PROFESSIONALS Please fill out applicable boxes for all different professionals: Applicant Architect Company Name n u.., (4 t_ Irw/ �:li'14�� , a _ ...... )I Ylk 46 ♦`C Fl - Property Owner#1 (it more than i property owner, Engineer c � ) Pjurnrpa ry U t.r I slur V I 9 rtxirr�rrurl!shel1ets rKpinenr l .ru rinf, ,r�inrn Yq r r .. _ .. ... f :.ap !(Owl It fit if V t t D r 14 hftnrrrJ�r0. `1 s, .C1��' S�nts. .. Pyd N Fax . .. Consultant Project Contact (parson receiving a)7 project communications it dlllerent from applicant) Company Name: Name. f nnu� ,i Nurke', Ad tii 1.its h '1110 Contractor Company Name Address. C&(y: Rk%lci. Zq ,,,,,,,,,,,, ....... .... Itn l'(�V Fax. wrn To be completed by Applicant: A. Background Information: 1 Name of project: Lake Meridian Estates Outfall Repair 2 Name of Applicant: City of Kent Mailing Address 400 West Gowe St.. Kent. WA 98032 3. Contact Person: Richard Schleicher Telephone 253.856 5525 (Note that all correspondence will be mailed to the applicant listed above unless a project contact is designated here and on Page 2 of application ) 4. Applicant is (olvner, agent, other): Employee. City of Kent ------------------- 5. Location. Give general location of proposed project(street address, nearest intersection of streets and section, township and range). Lake Meridian i is located between I 32nd Ave SE to the west. SE 256th St to the north, 135th Ave SE to the oust and Lake Meridian to the southe,,ast Access to this site is from SE 256th St on to 135th Ave, SE 27-22-5 6. Legal description and tax identification number a. Legal description (If lengthy, attach as separate sheet.): Parcel # 2722059193 BEG AT NXIN OF S It ON OF SE 25eThi ST-& VV VIGN Orl,'35TH AVE SE TH S ALG SD WIVIGN 500 FT TO TPOB TFf CONTG ALG SD W(NAGN PRODS 500 58 FT Ti-I S 29-59-00 E,110 25 FT TH S 01-07-OC W 45 FT M/L TO ,5H OF LK TH WILY & SVVLY ALG SD LK SH TAP WCH BEARS 5 62-58-40 E Fr\ P 1.20 FT E & 456 Fl- N OF SVV,CQR TI-I N 62-56-40 W TO E MIGN OF 132ND AVE SE TH INLY ALG SD kAGN TAP 500 FT S OF S MGN OF SE 25CTH ST 111 E TO TPOB 8, FOR OF BED OF-LK BELONGING THTO to Tax identification number: 272ZO5919306 7 Existing conditions: Give a general description of the property and existing Improvements, size, topography, vegetation,soil, drainage, natural features, etc. (If necessary, attach a separate shcol), Thi's Sim It,(Am enrly_Lake Me ridiaft Estates-a mobiic kurne P a rK it onujripassos 9 84 acics Accordirio to Kiiiij Couniy Q%?oltolet it of At�sessrnnnis i!js a Proporly-Type C and conies Mt IP I hL suis ata Aructiwomi GmveLyLsaa4 Loam witii a M 30! skr" W45110 X10 k0l(1rdllntlu.o 15 pipe in-the sons CreaK Dralnoi;jo batuti within the. Gfecil-Dwolami5l,WatusIhQd (VVRIA 9), Potable w4lOf is aoUfck d apo Supplied on-site,krnde seorrur service fnprovitic0 6Y.uou6(.creek Water arui 5esd4r Orsh'icl_.7he 24".ralpe cau5ad-a seikha3r3.Ccquldng replacemt,,rli of the pipe 8, Site Area: cj,84-,ir.res/428,54D---4uareJeat-- -.-, Site Dimensions:iftegulaf shape 9. Project description: Give a brief,complete description of the intended use of the property or project inducling all proposed uses,days and hours of operation and the size of the project and site,(Mach site Pans as described in theinstructons) A �.jnlktL a e��@Lop-4 n_4 -��LlqhL qtft h�L_�L _ p _q_ _p is located linniediatel y1qJL)e i rtls 2af L ak_e Meritch,an, If is be III$ sinkliole has formed as a Lqsult—ofa RinllnJ.np.ri And rotten 24 1 phnqp 1 of this nirnier.1 nnnsists of a inch ol.ilifnil ning re-route of off-site flows awayfrom the faiiii 1 24 In pjpA finch and t�j,gii -IQ 1 n-QN��at_e]ig r�qlh_stornoi drain network Phase 1 @1.50 itonlLide.,; ri-.nqir of the cinkholp.- Diii-ing nhase 1 thejGdi remove existinci 18 inch storm drain nine frnrn CR-1 to CB and teolace, it with 24 inch storm p'toer New 24 inch storm drain MI he installed from (a-2_Lo will remaiin in.hLq h-flow service until !1_q§g_ZJs_qpm, Of n Si7i n .. rjgxk;-i s P,3 of 72 xf:lirtr ,3( irucf?g if.7r` kg y !d2 iac {ri,� <prr l tlrplseoitc.rrl +aC xp,4ora Ca iwr;irnt ralvd ra S,, urY d, rrc��a*�„ ary rfrru�rrd hca4lp fafo�a 4�w, TalCdra facdWl rasa<tcp�iarOa drI jumuo us area well t,p�craa!Q 5— rkas�alt ¢f dl7p _ ar ct__.( I nrac d vv€rA<.<i arF fe�e>odi?y d predly frnpj BAWM to rlpin_ I his well. aLl, t orb dpss U(mm 1 . Ono 10. Schedule: Describe the timing or schedule (include phasing and construction dates, if possible). Construction_of_thispwjeetls_plannedfor Augustus,an effort totake,advantage,of iow slori lwaster— flfbw�-alld cause The leasCamoorltslf,:tJksllufbaacP—to.wd(J1ifs—A(Lworkwid comply with tine stait,d.ards.set fodbin_Keot_C1tyLodeliL5-0flf1,8 5-100, andB_05_11tl,lirr t ng_noiseafteL-ll7eM-and hefore-7Atvi_ 11. Future Plans: Do you have any plans for future additions,expansion or further activity related to or connected with this proposal? If yes, explain, This prefect will be completed in 2 phases.. In the summer of 2017 Phase 1 will route drain iga away from the 24'aDmnglad omn anrd if In F,ha nnalmn 4o nina Sim,„ ;r 9nI A th.�V uiaa will he uooredad to a 42 nine dunnn Phace J. 12. Permits/Approvals: List all permits or approvals far this project from local, state,federal,or other agencies for which you have applied or will apply as required for your proposal. Agency Permit Type Date Submitted* Number Status" f i .,,. ..., ,. .. ............................. 'Leave blank if not submitted "Approved,denied or pending 13 Environmental Information: List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. NIA .. 14. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the property covered by your proposal? If yes, explain. tvdA_ _ _ B. Environmental Elements Evaluation for 1. Earth Agency Use Only a. General description of the site (circle one): Flat, rolling, hilly, steep elopes, mountainous, other, gently loping toward Lake Meridian h, What is, the stocpnst slope on the Site(approximate percont slopo)v The s&outac t stope is toughly 15`N. c. What general types of soils are found on the site(for example, clay,sand, gravel, peat, muck)? If you know the classification of agricultural soils, specify them and note any agricultural land of long term sign licance and whether the proposal results in removing any of these soils. Calcined mach lad rather_select foundation unafcrlai pWar:d_nin top _. of Alluvial araifs d. Are there surface indications or history of unstable soils in the immediate vicinity? It so, describe. Nona. .. _.... e. Describe the purpose, type,total affected area, and approximate quantities of any filling, excavation or grading proposed. Indicate source of fill.'N,o_fir L,w,ill he plaitedfoi:.tkiLs prgezit_markri,al temavad,during pipo excavation wir hL 3tockpiler9. Inc use, d.tsarl:fiil.,unI dplery[iuLd.to hCr 1jur;u0Abe-Unsuitatilo,rrcitr:rial will be., rernove.d arids4Wpraad_otpec VtlSC1Ca.-Isactuan } e3s{.z.)._ miipoto'barl<fi'lt i fe. 4U rred SiopXaf9 Will be af_ceIIktaCt!C'.diaatobaA.that sneetLcair„nred tl`y8:DCj I IIYSsBYhtial SnNi;�rr^ 7ripn6 f. Could erosion occur as a resulft of clearing,construclion, or use? if so;, generally doiscribu YhVs par'njnci Win causing accUrehAidiiM nt se?decrant attiter.n inh Filare af.k..dlw..Maridiae- A tafrn v if m diazrppt aN ravulting,irr,rlmltsavitian of north teny.nf 1.akt!Metiddaer....Ivinia tianchieg welt win.Fzlaca urycder ax,iihnio alphalt,surikicin,snyexppaPd;nits.. ith bo PLO Bula 9,Icrsrer.ercrsinn and See'nar a4 g. About wheat percent of the site:will be covered With impervious suliaces after project construction (for example, asphalt or buildings)? _ k9naddi!vurr,t9imF}erxini spac�vattl hectr:aJtari_Asphalt will.tie reraomd and replaced in=kind_kv tr odi-rg7nir of-thu stoan plpa h. Proposed measures to reduce or control erosion, or other Impacts to the earth, if any. C,arbuidy c.u¢d�p tns.willive iaL311acN pnrn Ica iar.vp.allalion of/yqut+Lt�nrrse.eupitull_isals[inn Sfcrcrrn-dra�h.uRfa*t�evili kre:pratte�creet.ueifh..cell.caCcRxing.uiaerts_C7istt[rP,atactuur,(,�,e:.Pes_ waloa co+vered,.wa'tkl..fate_matking_aeuiseadatf-atdda carrrpafaptan_of _._.._ IBua petapasd. ....... _... 2. Air Evaluation for a, What types of emissions to the air would result from the proposal iI_e., dust, Agency Use Only automobile, odors, industrial wood smoke)during construction, operations, and maintenance when the project Is completed? It any, generally describe and give approximate quantifies if known Tl sfais-sonic polcutiat for dust-and.equipment of-vehicle am[ssru, ...Th¢[e-wilLbr�conslrucllon�cahiplas andegwAmsnl lhat_witl.most likel.y_bepewerrtt;l by gasolmo or d egmL F quipmen(aud�eWeswllt be kor)L n good working.ordacsn;�nu4.to produce excessiveemissions—T.rLcce w i-ric gging-to- expose.the existingpipe_ancLreplace avhtehmaK.cause_dust_Wate[_sprayer trucks will be utilized to control dust b. Are there any off-site sources of emissions or odor that may affect your proposal? If so, generally describe Proposed measures to reduce or control emissions or other Impacts to air, if any, Waler.aprayer.tcucks will.he,iditiyP f.fn.runt rnnirnl 3. Water a. Surface Water: i. Is there any surface water body on or in the immediate vicinity of the site (Including year-round and seasonal streams, salt water, lakes,ponds, wetlands)? If yes, describe type and provide names. If appropriate,state what stream or river it flows into. Lake, i9randirmi-t %kaLaslaorcipm tJho: rtczr4hwvr tetn cc.iresaf i akL Nlc itilrsrl. The lal e dralris, it to Soles Creed L Will the project require any work over, in or adjacent to (within 200 feet) the described waters? If yes,please describe and attach available plans.yes Ttie_piper.4s bereplacedhas an outfall-within_the lake— _ The.boiling_waterholeis-within 100_fnet_afShelake—Attachad{ala❑s indicate the location of the,sinkhole- H. Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. Indicate the source of IN material. it w 9rf Men "'I'u iv. Will the proposal require surface water withdrawals or Evaluation for diversions?Give general description, purpose,and approximate quantities, Agency Use Only If kncwn.The pnoject,will be h'mtecLci ing thesiri€estpart of the yciar_ tn.tause.the-ieasLdisiurbancevuthln waterw,ay.; Pump and_'bypass may�r�aeeded ducia�actor n.e ni_ L5{ater�oWd b distruibuted over the-gcrass_lawn_urrnred'iatel,Wweat_of hre 24"C P,,.rsutfalLand- thus allowed to infiltrate Into soils- v. Does the proposal lie within a 100-year flocdplaln? If so, note location or NO o. Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge No waste material will be discharged into surface waters b. Ground Water, I. Will ground water be withdrawn from a well for drinking or other purposes? If se, give a general description of the well, proposed uses and approximate quantities withdrawn from the well.WIII water be discharged to ground wafer? Give general description, purpose, and approximate quantities, if known.GroLnd water wvill-not he-withdrawn, any surface_wateL__ that interferes witfLstorrrLdrain rerilacarteriLwill_be-distributed o>Zalarge-grassJawnlmmediately_nottl'r'westof Lake_fvlendian_ ii, Describe waste material that will be discharged into the ground from septic tanks or other sources, if any (for example: domestic sewage; industrial, containing the following chemicals.,.;agricultural;etc). Describe the general size of the system, the number of such systems,the number of houses to be served(if applicable), or the number of animals or humans the system(s)are expected to serve, a Water Runoff(including storm water): I. Describe the source of runoff (Including storm water)and method of collection and disposal, If any('include quantities, if know), Where will this water flow? WIII this water flow into other waters? It so,describe.lf storm ran- uff acr:urs would he aureerl...frorn upi walarshed-af_Laka-Mendiaalhis..-- includes private residential.proped!as and,few.citystreets uE.hyuass.ic..__ required_it willbe.cnllsaled at Ihe.nac4hern limit%of Lake Mendian_Esiates ptoperiy_.pumped_intoasettltng lanlc.artd_di5ftiktuludsave[lhe.yrassy.lawn..__ area of Lake Mandan F Could waste materials enter ground or surface waters? If so, generally Evaluation for describe. Agency Use Only NO il, Does the proposal alter or otherwise all drainage patterns in the vicinity of the site? If so, descrlldo. The propi will re-route off-site flows inio an existing 30 inch sconnn draiin sysitcrin,which during phase 11 will be Lesized to a 42 Inch Sybieft" (i the,existing 24"storm drain and existing 30"stomi drain cuffall w0hin 2pproxhnalrily 50 tHel of each otherr,therefore the proposed re-route does not significantly effect drainage patterns d Proposed measures to reduce or confrol surface, ground, and runoff water, and drainage pattern irnpacts, if any:tno,rhopused 2d soort),ci syriiierain li lJW comet of LaKq_Moj ckon yebolct be horn the downscrearn to usistivern oeid clical GH lu I thern.will'ba no asi to putop all d hyp IF&Paws volific . eapyiiuicg}boo 2A inch CMP Off-,241a I'lows will-nawigravily rp�xd,jnhoi existing 30" pips [hu-magio,iii o[ird gonirig V ff,sWItagon will,ihelhy ulirminate niaod far any juiy)v 4scd ri 4. Plants a. Chei;k or circle types of vegetation found on the site: J Deciduous tree: alder, maple aspen, other,_______................. LJ Evergreen tree: fir, cedar,pine, Shrubs Landscape Grass Reed canarygiass J Pasture J Crop or grain LJ Orchards,vineyards or other permanent crops ❑ Wet soil plants' cattail, buttercup,bulrush,skunk cabbage,other ❑ Water i water Illy,eelgrass, rnifod, other...., Other types of vegetation jepanese knorweed h. What kind and amount of vegetation will be removed or altered? Soma rscd-cssnatyqrsies.yodh be disturbed boli the-pirwalis road.and lhatake during pipa replacemenL-Ithi is macaqad i&Jandscatjv onnun shwha llqhd.� pa,inodjapad canarygr=s mowed lolawn,wWi same.rioxwus.%voads itinotweed- V: ti�!'.) ma ii'Silnrjr:, i c- List threatened or endangered species known to be on or near the site. NOM, KNOV11h i d, Proposed landscaping, use of native plants, or other measures to Evaluation for preserve or enhance vegetation on the site, If any, Agency Use Only P_roperty_willbe-restored to pre construaiionc ridition, which irn,:ar do a st,zwchn g or vlisill0,)nd �ue.-,are: i e, List all noxious weeds and invasive species known to be on or near the site. IapkinJs6'knotweed reed c,rnityitmsb __._._._ _ ._. .. 5. Animals a. List any birds and other animals which have been observed on or near the site or are known to be on or near the site: Birds Crawl herDn ogle, ongblyda other: Mammals: deer, bear, elk,beaver, other; _ Fist Gs, ralmon EDerring,shellfish,other b. List any threatened or endangered species known to be on or near the site, ._ Nore known c. Is the site part of a migration route? It so, explain.The greater.Keut.area is.pa2nf the Pacific,_Flywa,y,a.major nodhisouttimigralorytout- for birds m North America, d, Proposed measures to preserve or enhance wildlife, if any: BMPs will be used-to preservamuildlife-.by_leaving Lake-Meridian as_undisturbec as possible...Bipe-retalacement.project wilt reduce future deposition.raf.sedlrnenLineto the lake res Lilting.lrl less.t"d Iake water, e, List any invasive animal species known to be on or near the site. irfrrrxa: €n�Uw , . _ . Ir tErrur{> Andy po�.L.ti.i[iPnak?<•- 6. Energy and Natural Resources a. What kinds of energy(electric, natural gas, oil, wood stove,solar)will be used to meet the completed projects energy needs? Describe whether it will be used for heating, manufacturing,etc. Tlnp—equipment wild-be gasoline-orliieseLpowered-and_used.for trenching,replacing prpc,and covering-- b. Would your project affect the potential use of solar energy by adjacent Evaluation for properties? If so, generally Agency Use Only NC) c. What kinds of energy conservation features are included in the plans of this proposal? List other proposed measures to reduce or control energy impacts, if any: 7. Environmental Health a Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion,spill, or hazardous waste,that could occur as a result of this proposal? If so, describe There-are-no-expected risks nf ha7ardous-wziate-laxicxjlernicais, fire, extrilos[on or spills 1. Describe any known or possible contamination at the site from present or past uses. Nf)np knnwn ii. Describe existing hazardous chemical conditions that might affect project development and design. This includes underground liquid and gas transmission pipelines located within the project area and in the vicinity. IN iii. Describe any toxic or hazardous chemicals that might be stored,used, or produced during the project's development or construction, or at any time during the operating life of the project, iv. Describe special emergency services that might be required. Ncinp are anticipated to be,rectuirect v. Proposed measures to reduce or control environmental health hazards, if Evaluation for ou'p _ Agency Use Only Mnn?I .. ,. b Noise I. What types of noise exist In the area which may affect your project(for example:traffic, equipment operation, other)? ii. What types and levels of noise would be created by or associated with the project on a short-term or a long-term basis (for example:traffic,construct tlon,operation, other)? Indicate what hours noise would come from the site. There may 1)e-equip.extent,.noise.associated-wAhtbis project but will nr-rrir het ween_tbe hours_of,?"AM and_]OPM_Cnnstcuction equipmentwilL-create noiselempocarpyduring_construction_ Naadditianal ruoises_w" -created-as q re suttnClhis_project. ili. Proposed measures to reduce or control noise impacts,if any: None- 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties?Will the proposal affect current land uses on nearby or adjacent properties?If so, describe. The.siteis a rnchite horne park.surrnundert_by_private-rasidences. It. Has the project site been used or working farmlands or working forest lands? If so,describe. Not withn the Jast tiff years if ever. How much agricultural or forest land of long-term commercial significance will be converted to other uses as a result of the proposal, if any? If resource lands have not yet been designated, how many acres in farmland or forest land tax status will be converted to nonfarm or nonforest use? nr,. i. Will the proposal affect or be affected by surrounding working farm or forest land Evaluation for normal business operations,such as oversize equipment access,the application Agency Use Only of pesticides, tilling and harvesting? If so, how: c. Describe any structures on the site. Malcile honrrcys, are spry ,gh aut_th"rope:nay_tvlanlioles_.... catch basirt-structures exist_alsn existlhfovgbout.the-pmpefty—_ d. Will any structures be demolished? If so,what? e, What is the current zoning classification of the site? MHP f. What is the current comprehensive plan designation of the site? NJA g. If applicable,what is the current shoreline master program designation of the site? Shoreline Racirlonkial h. Has any part of the site been classified as a critical area by the city or county?If so,specify. Portion$of the work will take place uwlthln Or area rtassofferf os S.))errekn :per tine City of Kent`s_S-treani Classifications and Suffers Map.__ i. Approximately how many people would reside or work in the completed project? Norre, fttlwr lirojt_ra#r ule,:t�tr�t :rr,+rak;a:.l, rrtlrwnvr _ j. Approximately haw many people would the completed project displace? k. Proposed measures to avoid or reduce displacement impacts,if any: Evaluation for Agency Use Only 7,-fie.pruject site fb within threiou6may and wellnoG displaa —a-any I. Proposed mcasurns to onsuic the proposal is compatible with existing and pirliocted land uses and planc,if any.--__ ------------ ---------- Fhi.s'Ja.zrepnirand upgrade of an exisfinp thal a ft:llm'We_ rhis-Nipah will wri)FAy ,wi I h all. tres m. Proposed measures to ensure the proposal is compatible with nearby agricultural and forest lands of long term commercial significance, if any: N/A 9. Housing a. Approximately how many units would be provided, if any? Indicate whether high, middle, or low income housing. Non- In. Approximately how many units, if any, would be eliminated? Indicate whether high, middle, or low income housing. nioha c. Proposed measures to reduce or control housing impacts, if any. 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building material(s) proposed? b. What views in the immediate vicinity would be altered or obstructed? c. Proposed measures to reduce or control aesthetic impacts, if any. Evaluation for Agency Use Only 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? N/A- b. Could light or glare from the finished project be a safety hazard or interfere with views? nin c. What existing off-site sources of light or glare may affect your proposal? nm,o d. Proposed measures to reduce or control light and glare impacts, If any. Klone 12. Recreation a. What designated and informal recreational opportunities are in the immediate vicinity?Lake—M ridi apu erceafion_spot inthe.City of i anL Boating, fishing,swirrrmaing,wildlife waliGhing-aad-walking-are popular_forms_of-racreationirlthe.irnmediate_area....... b. Would the proposed project displace any existing recreational uses? If so, describe, non c. Proposed measures to reduce or control Impacts on recreation, including recreation opportunities to be provided by the project or applicant,if any. 13. Historic and Cultural Preservation Evaluation for a. Are there any buildings,structures, or sites, located on or near the site that are Agency Use Only over 45 years old listed in or eligible for listing in national, state,or local preservation registers located on or near the site? If so, specifically describe. No- The project-takes-place in a roadway withirLamobile home park b. Are there any landmarks,features, or other evidence of Indian or historic use or occupation? This may include human burials or old cemeteries.Are there any material evidence, artifacts, or areas of cultural importance on or near the site? Please list any professional studies conducted at the site to identify such resources. In the last 150 yearatberelaave been niany.alterattrnnsucI landscape from fotestto_the current_usaas_mobile-bnme_park_ Shs is_no known inaterlal evidencp-ALcultural..impnrtaoce on._ or near the ste c. Describe the methods used to assess the potential impacts to cultural and historic resources on or near the project site. Examples include consultation with tribes and the department of archeology and historic preservation, archaeological surveys, historic maps, GIS data, etc. 4!4(n8h[ih«al„4ri..I]L"' rll tr.Aa'gIt9M'" ,yJ,f(i,CVIolL.1 ..idCd'(S4Y JS.ii¢ wli &axio 'ts. .) rnAoox li w:Z ","'h"no9nmu m� mk"A 111'.d i(WrA,„Tnhia ia4lh" hdr oetma. ."Alta Infamilifirm thr,I +m✓d alWvq�.i, Ivsr lrn r.dntm¢uunsoh^rnu.l0at re snrvorPunry ntf 5'Ei_ tll15D I'll llf W(rsa,nn_ffid nn f a oho d. Proposed measures to avoid, minimize, or compensate for loss,changes to,and disturbance to resources. Please include plans for the above and any permits that may be required. Since this projectisto rapi a-pipe in a roadbeilbe_assnmption, is-the-projectisoccuaing-n.a-disturbed-area.wit We-to-no-cultural sfpr7ifoance 14. Transportation a. Identify public streets and highways serving the site or affected geographic area, and describe proposed access to the existing street system. Show on site plans, If any. 1".Site Avenue- .tk,rs-the.i i,lkr j Liola:r stteet.¢haC �'r rves't r . YIP -- b. Is the site or affected geographic area currently served by public transit? If so, generally describe. If not, what is the approximate distance to the nearest transit stop? There-isna.txansitavailablemiftaio_the-parkr restbus_strup "catedapproximately 300 feet fravm_the.pro9ectsile c. How many additional parking spaces would the completed project or non-project Evaluation for proposal have? How many would the project or proposal eliminate? Agency Use Only Tare-project will rnainta i,rt the,same,.arnount,of-parking spare- Striping,may-result-m-A additional_paarklrng_spacr . --- d. Will the proposal require any new or improvements to existing roads, streets, pedestrian, bicycle, or state transportation facilities, not Including driveways? If so, generally describe(indicate whether public or private;. -. - This proluctmill repair a boiling vvater holelsinkhnle.caused_by_an ecj and damaged pipe located under the street- This project will require_lemovaland-replacement_of existing pavement—AI streets within the project boundary aria private. e. Will the project or proposal use(or occur in the immediate vicinity of) water, rail, or air transportation? If so, generally describe. NO I, How many vehicular trips per day would be generated by the completed project or proposal? It known,indicate when peak volumes would occur and what percentage of the volume would be trucks (Such as commercial and non- passenger vehicles). What data or transportation models were used to make these estimates?. None g, Will the proposal Interfere with, affect or be affected by the movement or agricultural and forest products on roads or streets in the area? If so, generally describe? NO h. Proposed measures to reduce or control transportation impacts, if any. None 15. Public Services a. Would the project result in an Increased need for public services(for example:. fire protection, police protection, public transit, health care, schools, other)? If se,generally describe. _ No b. Proposed measures to reduce or control direct impacts on public services, if any. . _ None 16. Utilities Evaluation for a. Circle ulililwi 112wilialliki sil Wlect(lbly, Wuralga Agency Use Only Irl V, el. b. Describe the utilities that are proposed for the project,the utility providing the service and the general construction activities on the site or in the immediate vicinity,which might be needed. Addidartal-starm drainage pipe,wjRbe.instaded....Some.will.be,,, operated,by City of Kent.....Other drainargepipe will,be privately., rnaintainad----,.... ................. . ..................... C. Signature I swear under penalty of perjury that all information provided on this document is true and correct to l61 es] of y kno ledge Signature: 3C'I'6It'e" -------.... ....... .... Printed Name: - cr Position and AgencylOr anvation —Y\eh Dale. T!" -t'll nec-T-�T e J Midi 1 P0000 5 15 p.17 of 22 • i WF , "a R w ,oz ,wr IL a i t.l Q Q CC Q o^ co g W w y Z Q (j ��o a pQ � m 50 z ui cc C. rs" r4ry . LLLLth NrrS� "I v� i 7 OJ p�w ANY V. Newe ,r x a 3 n M p r r,✓9 Yi a r t a i%E� Y4 U 1 e UI 10 � W J m O " w 0 � rp o n `' 1 a n� t H � n o CZ, �r I im r N r � .......... oil' p ad na rz . . ........................................ /W11 Id J wA....� ��9I rew G�rt �'q1,orb Nrc fl Y O— I.� 8 Z g� N 177...'........':.... � 0 � o �r `;f a u„ 'I... p W rr _ av .raw a4'w'a."P�ra'm wu wmm+J.m"�� rwa.A ��4"a.1YY• i„x .u.�. a,.,re „ I tl Mr r k W 61, y tiI r , J "M1h1 v N k r r n 4 v n9 i� 0 z y G y om � pp d � G9 I n Gh q Shoreline Management Act Local Pen it no.aMA-2 t, RPSP-2180197 Permit Data Sheet and Transmittal Letter Stale permit no. From: (local government) To: (appropriate Ecology office) City of Kent Economic and Community Development Misty Blair 220 4'h Avenue South Department of Ecology Kent, WA 98032 3190 - 160`h Avenue SE Bellevue, WA 98008-5452 misty.blair@ecy.wa.gov Ecology Division Office of the Attorney General PO Box 40117 Olympia, WA 9 9504-01 1 7 Transmittal Date: March 25 2018 Receipt Date: (provided by Ecology) Type of Permit: (Indicate all that apply) Local Government Decision: ® Substantial Development ❑ Approval ❑ Conditional Use Conditional Approval ❑ variance ❑ Denial LJ Revision ❑ Other Applicant's Representative: (If primary contact) Applicant Information: Name: Richard Schleicher. City of Kent Name: Richard Schleicher, City of Kent Address: 400 W. Gowe St. Kent,WA 98032 Address: 400 W. Gowe St. Kent,WA 98032 Phone(s): 253-856-5525 Phone(s): 253-856-5525 Is the applicant the property owner? ❑ Yes ® No Location of the Property: (Section, township, and range to the nearest '/4, Y4 section or latitude and longitude, and a street address where available.) 1/4 Section NW, Section 27, Township 22N, Range 5E , 25739 1391h Ave SE, Kent, WA, Tax Parcel No. 2722059193. Water Body Name: Lake Meridian Shoreline of State Significance: ❑ Yes ® No Environment Designation: Shoreline Residential Project Description: (Summary of the intended use or project purpose) The applicant proposes to remove and replace an existing storm drainage pipe and catch basins with a larger pipe and new catch basins in the sarne location within existing drainage easenienis The pdpe to be replaced is located w4hin the paved private roadways of SE 258'n Street and 132"' Place SE, except for a small segment within a grass area at the terminus of 132"" Place SE, Pavement and grass will be replaced following constwofion "rhe proposed pipe replacement is located within 200 feet of Lake Meridian, a shoreline of the state. Accordingly, the proposed work requires a Shoreline Substantial Development Permit and is subject to the requiremetns of the Kent Shoreline Master Program. The existing Dutfall to Lake Meridian will remain as is. All work will be located above ordinary high water mark. Notice of Application Date: Epbrupry_,?,2018 Final Decision Date: M12r-2 L1 ?.G ?QiA By: (Local government primary contact on this application) Erin Georae, AICP, Actina, Current Planning Manager. City of Kent Planning Services Division Phone: 253-856-5436. ageorge@kentwa.gov L-9 Industrial Waste Program King County General Authorization Application for Construction Dowatering Instructions It may be possible to send water from construction sites into the sanitary sewer if approved by the King County Industrial Waste Program(KCIW) and the local sewer agency. Who needs approval Most construction projects discharging to sanitary servers in King;County's Wastewater Service area(including combined severs that carry stornwater and sewage in the older parts of Seattle)need approval. • Single Family residential construction projects should check with the local city or sewer agency, KCIW does not require applications from these projects. • Projects discharging to separated storm sewers or surface water bodies do not need approval from wastewater utilities. Check with the appropriate emit}c Contaminated site any size: Washington State Department of Ecology + Clean site more Than I acre: Washuigton Suite Department of Ecology • Clean site less than I acre: Local jurisdiction's storrnwater utility Now to get approval to discharge to sanitary sewers I. Contact the local sewer agency. Confirm they accept water from construction sites.Confirm the location and conditions for discharging to their system. A list of local agencies is available: IitIpPJ4vv�ywm,Nsroag,�ouiacy,:c�,+rv_/cnyril,:tcrrtttini�tig,ltlr'f`wbonlf�,�yytrAt��.atctc,ti, I,gxk 2. Select your King County construction dewatering application (individual or general). 3. Download,complete,print and sign your application. Scan your signed application and submit it to King County via email nett[K( I5y(<trkauagictlantiv tltrr. _Z— 4. Contact the local sower agency for permission to connect to their system and any additional requirements. Select your King County application Pmject Meets KCI W Olerr two types of authorizations for discharging construction water to All Criteria sanitary sewers: Individual and General. You may use this form, General lurhorizalion A/flication ar Construction Dovateriig, if our project meets all of the criteria listed on page and summarized here: f---Ywc— • Site is not Contaminated. Apply let Goretnl Apply for l ndmdwi Aulllonnaon Aalhorixatlon • Site is less than I acre, • Project will discharge less than 25,000 gallons per day (gpd)to the sanitary .sewer. • Site has a sedimentation tank, If your project does not meet all of the detailed criteria on page 2,you must use the Individual EIulhrnizution,Ipplfca[inln .for Con5nrueilon&w4flering, available at wwlw ha,c un y..gfov/ 11strla ywlls Applying for a Cliel l Authorization is easier and requires less documentation(no exhibits) than an Individual Authorization. No reporting is necessary once the General Authorization is approved. Tips for a Successful Application • Complete one application for each construction site, All Answer all questions; use additional pages, if needed. (See the application checklist on page 2,J • Make sure the authorized representative (site owner)signs this application. (See pages 3 and 4.) • Keep the original signed application in your records until the project is complete, • For questions,contact KCl VJ at ir>fca.ICC;IW✓ti)kin c±,rtmt ;gqy or 206-477-5300. Alternative Formats On Request 206-477-5300 TTY Relay: 711 LM industrial Waste Program King County General Authorization Application for Construction Dewatering General Authorization Eligibility orksh Check all that apply. Detailed Criteria for General Authorization for Construction Dewatering .__.......__... ——------------------------ Criteria Check if project meets �_ criteria The daily discharge volume to sewer system wi I be less than 25,000 gallons per day(gpd). There are no known chemical contaminants round at the site The surface area generating stormwater from construction activities does not exceed one acre in aggregate for the site. Z A construction dewatering treatment system will be installed at the site that meets the kCAng l;nuirty M1uni;na?m Sdnnrufards for Sr tlinnen rlion r,pru,6(p, The system will use one of the following two sedimentation tank options: • Flow-through discharge: Use a rectangular sedimentation tank with a flow-rate restricted to provide a 90 minute hydraulic retention time. For example: If the flow rate is 200 gallons per minute, use one 18,000 gallon tank to provide 90 minute hydraulic retention time(18,000 gal/200 gal/min =90 minute hydraulic retention time) - I€water Is pumped from the tank,the volume of the tank is based on the level of the pump intake. Under no circumstances will the pump intake be lower than one-half of the tank height. • Batch discharge: Use a circular sedimentation tank with a minimum volume of 5.000 gallons..This tank may process a maximum of five batch discharges per day:. The project will allow at least one hour of quiescent (undisturbed)settling In the tank prior to discharge to the sewer. See this webpage for details' ]rIbxAwwww_.8P_on col,'rtiy.c;Uowlenvioffr7nrlFwrrttwasNrw?CerPdmr1u51ri7tlVWoStk�PCxmekkrmical7rsclrgrc pprovaRfC_',ayr,CrtictrtFnd5t3cNdrnrnt�rr:. tion trinks.aspx ,.,.......--- .. .------ --..............................................__...-_..... __ .._. The flow rate will not be greater than 200 gallons per minute. The following will be checked daily and recorded.Records will be available during inspections - • Discharge volume • Discharge rate • Settleable solids • In-tank settled solids levels The project has approval or will obtain approvalfrom the local sewer agency to connect to the sewer beforenYnN^^^�^^m discharging. If every line is checked ycs, this project is eligible for the general authorization process.Complete the rest of this form, including appropriate signatures,andsubrnit to King County using email:j;,(]j_r B ( I,11 utttcftitl ,y,a tpyi. If one or more criteria are not checked,this project is not eligible for the ge-ncral authorization process. STOP. Do not complete this form. You are required to complete the Individual Authorization Application for Construction Dewatering form available at rn,evty ejaol c gyr7fy ov/iut�ustrnulty 2 IS1industrial Waste Prograrn King General Auathc;>rizabon Appl eabon for Construction Dewfa'tt3r'dlug ---- Required Signature NOTE:E: waA emmtr4SF num odic fSFVSkV_F mum Mgn Nis page faadS the eC eme troApge tot e"fAgate'signalo re muYl3i6}°'i , f"UT f u[111q, Code 18.82M 0 reply-es d-I iCumyile [1'oln sm -auth0F 1 ti <iri rliill1`r ejdt kCajjajjs,jrd i. otifL :r33 QUth 0y`iIC(f ih n:4p(rnowe IN IQ lt`Cm;Q ,b din irijbinvoky; Plop ided. thr cmistr'l[C4.m primcca, it is the riff;,o-wtien f fB[' ll9LILV;✓ed dUp<fit`Cm2iGV , inoy be vow o £fir" HJIImdrig. A h do E4amary. mysilrem. or 1 w i{c pr("trfnl1 ?l dy Qw f9onttion of elyargc of.a pliEr� pai h`n,ijlosz (lilwTion ar an, usher In son nl No f,a,umin AnAm, plie) or as�cisir tr arutt].tn,c;Amcksm; II f kic nr tlt.rg(:1'srt nrlr 47;itvww ni,.nut,tti tdRtittf pru4hn:£r,rn, or nfeet x9tns: 1 ,c wdte5, 1',ut nn,3t 106 rr,rrm^fg:e; IQ al.ithori; d 'o t lake mainTeincol dewhoinh Way geiv(nr £lw upa tbn of the mg Wand t:(:f 'msilitw inchicling I `A My the 6.4(tlf,it or hnphch duqi of 1rlak d! t[ ajar iC cp h al liro'(5ShI7c a 1'iJCdCl41IlT4oxfol.ie= and inn uK and slim et11C,t 1tic"A sIll(o, to le, WO Ilifl.,-(E"N'OTI on,innu[Pm"al urnasi >ht`ncc s,,4hi LrIAIS'€A nostufl IlAw ,,,, Mai i cgnleiti arts,: ?, (in eilaurr,'.fr rt To n a „ l Sy Wins arc cwhlInkti or actions i,Kow to 1pithor onnithna and momm, inhus+aet6m for ccstand im hani,eta r quinnnenis tanhi (runty rEtri:i thi�� rertuu`1 rtr�atCa; Rind, 3. 1 W We a signed or dol trgtted die audwrii , to sign doc rnmrs, in acconAn ee with m1mmme jm cdinw� t' A f:.r cam Ivartlu r or proy"Ur nv a PunicoNdr or gstutgt`iONAlip [} r'a rr+t,°rtnr or highest offuial apt.xxro d ul niuxi f;n ttrr! to etwcr aer.Yhci ofrcraRiun an,l t.,,l,vsuy rf ble irrrlW,tt•d a,r t is a ammrmma9.a=zmq 1 , An hidiw idival andf or posh ion vla gened ht wa,By Q wwa of in(, finnt dxf (rn,-1)tiho ., ii.r is Tcspo(etr(adrhr 1'or thc oNcrall ollQlaiton orthlc filcdd) f°rOnt wmliich rhw hischarge orien lur; or has ove.jaH respon ildloy fer COV IA{l�fklicYlfad mantis for to corn Ipon) Ai apsho Uw the ffmn on A'4,Yt,me hi rikh�k4$69 vigmaum Ai1Bff4(3&`d,%y, f C:CxrVY f)ndof fJt)oWl y Gr k nr thidP doe doc itn of,?7)(1 '}if cathmo 7n-un is woo p,i(i iron l tdrr4,"er my di lr1011 or falpeavlsion to accordarice with 3 S'.yslom rresiafnt d do -otoQjlu tl*<if cfua/Ih''e 9 golhur and t va,(uolel (He ionomr ithn„IrdxrWWd f3,rmd on my rrrdrrily of Me pemm; rlr parson t who tr2 y mwc flan sywfrrrrt, or Uw s+reasons a aJl mAyfe„pon;ihla for r ratirerirrrl tare inform abon tltca inform ation tyldrinPhed rc it, Elie treat of my ktarolflecige loud bojlc'if„ trrd(. �5:icharrrjkrl, oriel r.ompl ile t am ;aware lh at fhnrn Faro mgrrifioant picnwfaldres kv �i>£ahrrrtAq We rrat(arrp,rtic!ra rrrcrrrtiiro flirt jetsskirfily Of fine ravel lr'nprlsoorrinrr(h)r'kncrwing wrrlfatr'ons. fl,chrrd SfAili,(Uier 400lA], Go we, iatr,,,et F{ mmvm it I<emt, VVA, D8032 1110, lira, lm rid/.iCx £lily of My:PAh e Works d]r.pon ment <,gov f mii:ht. lr . p snnS >F 55H r i� k!f tn3t"} .,1 r l NA 4192018 CeEI Phtdnu{upcnr.'a!) 17:G:a' LAI puadu st6 ai Wasa e Pro rams Kirl,gCounky General araaut%r€zatNouu Appflcabo n fQr d„a nstru,xOo n 1.3ewuaterting Delegatioin of Signature AuthorityFor Ill Orm is aril) mylirw Ill the,.mrr udzuat rvyss erA2[t he "Ishn w 9 Is:,u:sigmum Wssat, L. ;rr Wiiior o o lava M' Olk ridge Isv d logiatrti Y n edditimJ t�r Ereurusans.. Person Delegating ign tuure Authority Fly 4J, rrarrg, d utitr95 dug.i ,unr w}tarri/rrs;r Yh,° fotrir+vtrag y7er artu ,I wwwor 11p0jtx+ar(N)No YCCAY! .iE�riaaurr ankliearhfy, a aria a€r jut;}r,rrr2Eat a'a,} res rursrK NY rlw cues on; It4mul in thin jlCs,,lri:' kin Errs. r=w 6 non We troll miry tlufmrti w li,wd oil Plir: page! �A F3 D 14A Mwq rAWs i, rs._�"OQ >.. .t. Person(s) andior Position(s) Receiving Signature Authority .... ........ 1. NA 2. NA V:aruwv I°wUi p _,.. Iwo purr "$"Uc /Arlo➢rrss rin ,, I. 10 i, S Sitgrrx,Ysuru ,i ?cx: ......... ,,,..,.. ................... .. .......... . ...,........,..,............ ....__,....,...._ ..... ........ .............. 3. 2. v + rru .r� arna.r F ,r r' Mr " ➢x; 5e'1rtcc8 ArYIIYeI'19 K ttl Jhwi Add Pfl'9y r ri ,ra< /ipt, t r r.ii nr!a! ^ dr^ _,.,.,.,. ............ .. .._.........,.. ......... ..... _.__.. .,,,,... .,._, ..,. ... _ . . .,_,....., ............. .......... - —------------- ................... 00-01U'l 10 a-140N 0010,'Y3 J!utiad 93GdN 9,-](J,IN !OlfteX-304)102WO jft,,;au"gj oNIO Aq POMAQa S! lifjiad S3C',dN nile)odsvohd ou wqwaq4 SQ 01 jIXAqaJ We JMJ aPS eQ PUe WIR I JOLP SSq 01 W,)LM'qV3-,1P 611S jRuJ@d wW1dqWWa MPOISMS )q pwsq qmmd pIumammu-3 ------------- - ------- popuodsnraQ JIM sjjcaf jo Nap sad suqpb gggIZ um ssal aps Ms ......... .. ---- - .. ......... .......:0 ---- RPOVOC/6 fyu!IqGmM)p 01n)Plj- Rl ............I.... ............... r1mcumandwi pasodoid to NJ qqOI14WCO JIMA q p,Npd wam sampUl pledpIlue S1 MAOAA sama5 AJ12"WeS q,4 pole=[oj sq 11IN,jamod jqbH joaAs[sool mmN umip mns p uopnAsuco Aq pmepsmau se pooeldoi nq jjpAn linowmed -sum Id%ag pmn"e aW p gleL uMqs mou Mal op ja euoqg awl i0au IFMA a6momp mms euiq 0 10 ummnpsui ioj Buirip jdaaxa pajediolue you 1 m iMem punW5 os pue Aini-pui w m6aq a,palsoolue s! Mlawelpapisul s'lqoul I a0gow'sum-) Zp of do add.jobin qjim uie-w ano:Is B"spa 5unqdw pue fl`u!nMujej do Bjfusuco)jaa(ojd aqi, palcid to uciydijo"p papejoa .... ------------- ---L—............=.- - -....----- LIOIyPLLfJOjfjj 5UWOJC1j ayd OPIAWd ol Ajesmneu p osrj 'JION (pem aumid@101 s's8jppp aweu)aAOqP, Aob pmsq you It umenqdde sng Inoap sm-aggim) zams vm,)U")A laf),eg QyAffor�) M(y()p pieqI)1;1 polopluoo act c4 uesjad A.jLtui.jj -—----------- .. ........... ....................... WOO 5pallno,q)rfoijow Lao ssofuppp Ins:i ............... ------ Ocs = (CON gGau ba(000 an xo_y ............................. ........... - ----------------------------- VN VN ou ou0WHe") .......... ass-090 WO Eta&6 (ra (900) o"I aaIyjo ..................... ..................... zC1095/V/VV1Ut)>j 6ZyCI6fv1W3S0f'UPS apcx) diziamsiNio ............. ——------------------- - . .................. .....-------.............. I - ..spas a'A MI Omoo m 00s, I Vj;poo�_j joedsoid rpFg, sseuppe 5UqWyA! ........ ------ .......... WoLil-EdGa s)VOAA Dllqnd 1,10>,do NQ 4,1@IJJ@E[,uPA 16ROO ISOM Ausdam:3 .......................... ..................................... 11)@aUICIU-3 GO ............................................ ............-............1-111,11,11 ......... ... rag s'slr3o5 elEu,iV, 4188H MEd Gwvjq It (Ajo;eu6ys pa4aftjap,io pizympne arl jsrtW� jumMnswa:Wjoy:mjucU3 JOU00 WOMMMS ............................................... ....... .......——---------- Adco e gums act Mm juelpsm)a jo sul se.Yuou ap Incudcle abaWvp oul penss! eq Jim Mumo elf$Mj 3 JjDN ----- ePu diZ pue 'A,,ij sisupput) 6'VOB6 VWWWA "D"",OAV quid 6U9 umeml pah'i .................... ................................................................... ............... Waka WOMWOWUJI ebfflJIP,'(j Ut,�DJS S8',81S3 JOWOR aW I pspaM y)mWjqI )u'eN W!01Gj,f/!uesJddV I ............................................. ........ ........ ...— UOROM Ace 01 ;OOrOJd Bug,io4emaoLioplon4suoojoluoguaqddVUO IEZ!aOLJ;nVgejeuoE) SjunooSul)i LUeIBOJd 3..Seft JflJjSnpUj Ul PJ REVA I L I NIG WAGE DATES Lk Meridian Estates Storm Drainage Impr/Schleicher A - 4 May 2, 2018 Project Number: 1 G-3017 Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. ...._._,_..... . .... Journey Level Prevailing Wage Rates for the Effective Date: 05/22/2018 Count rr•ade Job Classification Wa e Holiday Overtime Note King Asbestos Abatement,ANorl ets Journey Level $46.57 5D 1H King Boi len naker5 Journey Level $66.54 5N I King Brick Mason Journey Level $55.82 5A 1M _ King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1 M King Building Service Em loyeEs. Janitor $23.73 5S 2F King §uitding,_Sel.yic_s-[ml,lIgynes Traveling Waxer/Shampooer $24.18 5S 2F King Bualg9inrr $r vice^ Ei Window Cleaner (Non- $27.23 5S 2F Scaffold) King Building Service Emplovees Window Cleaner (Scaffold) $28.13 5S 2F King Ctabine i Maak^rs...(Ids sliop-) Journey Level $22.74 1 King C,at: trans Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King C cnter.r2 Carpenter $57.18 5D 4C King C.arpenters Carpenters on Stationary Tools $57.31 5D 4C King � enters Creosoted Material $57.28 5D 4C King Urpentcrs Floor Finisher $57.18 5D 4C King Carpen!2rs Floor Layer $57.181 5D 4C King Oren) -Crs, Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers 8-Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers a.Tenders Dive Supervisor/Master $72.97 5D 4C King Divers_Ef Tenders Diver $110.54 5D 4C 8V King Divers fr Tenders Diver On Standby $67.97 5D 4C — King Divers 8 Tenders Diver Tender $61.65 5D 4C King Divers 0 Tenders Manifold Operator $61.65 5D 4C King Divers Et Tcndcrs Manifold Operator Mixed Gas $66.65 5D 4C ..... ..---- King Divers ft Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician — KingDlvers_EL Tenders $57.43 5A 4C httos://fortress.wa.aov/Ini/waaelnokiin/nrvWanelookiin_asnx 5/7/7f11R Page 2 of 18 :Remote Operated Vehicle ,Tender I I King Assistant Engineer $56.44 5D 3F King DredRe Workers Assistant Mate (Deckhand) $56.00 5D 3F King Plat-me—Wo c k ms Boatmen $56.44 5D 3F King Drudge-Workers Engineer Welder $57.51 5D 3F King Qw-d-w-V eke Leverman, Hydraulic $58.67 5D 3F King DFOdPe Workers Mates $56.44 5D 3F Workers......... King L), Oiler $56.001 5D 3F King 2LYWIILA12piicator Journey Level $56.781 5D 1H King DT m�Tl C,�S lJourney Level $57 431 5 P 1 E King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Wo_rkers _ ---- --— King Electricians - Inside Cable Splicer $76.96 7C 4E King Electricians -_Inside_ Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 7C 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $71.80, 7C 4E King Electricians__- Inside Journey Level (tunnel) $76.96 7C 4E ............­ ........................ King ElecLriciarm - Motor Shy Craftsman $15.37 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction___ — - King Electricians - Powerline Certified Line Welder $69.75 5A Q Construction King Electricians - Powerline Groundperson $46.28 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator ............ King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction —­-­­--- ............................ Construction ,King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians - Powerline Pawderperson $52.20 5A Q Construction King Electronic Technicians Journey Level $31.00 King Elevator Constructors Mechanic $91.24 7D King Elevator Constructors Mechanic In Charge _$98 51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B IR ............................................................................ Products lWork Only King Fence Erectors Fence Erector $15.18 King Flaggers Journey Level $39.4:4 8 7A 1 31 King Glaziers Journey Level $61.81 7L ly httDs://fortress.wa.00v/1ni/waaelookuo/r)rvWaaelookur).asr)x 5/2/2018 Page 3 of 18 King heat & frogInsulatarsAnd Journeyman $67.931 5J 4H AabesCtas Wusa Iceo'rw King lc tro7, L(iur ram t Meclitar'tics Journey Level $78.17 7F 1 E King Hod Car€iersma Mason Lenders; Journey Level $48.02 7A 31 King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King Inland Boatn-€en Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King InlandwBoatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Mand Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King Ins acctioQ Cl ^ezl7itro �cPatr79 Cleaner Operator, Foamer $31.49 1 Of Sewer B WdMt 5 stems€py Operator Remote Control -. ...... - King Ln spf c,rjopJ¢"6eEir nn S aatigg Grout Truck Operator $11.50 1 Of Sew(N ft. Water 5y`le€7s_6y Remote Control King Inspc,tt%onOCte.anlnnf5r alimi3g Head Operator $24.91 1 .. O4 r cw c;r h 4 aec==„ ;vstems By Rernote Control King LmmtcLtc]L12S,tc,a;ryse sr;/ c alirla Technician $19.33 1 01 Sewer ft Water Systems By Rernote Control King a/_SealinKn Tv Truck Operator $20.45 1 Of Sewer tt Watei Systems qy - Rernote Contra[ King Insulation Apwh ators Journey Level $57.18 5D 4C King ironworker Journeyman $67.88 7N 10 King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed - King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 - King Laborer. 7A King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker $46.57 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King, Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under30 Lbs.) $46.57 7A 31 King Laborers Chipping Gun(30 Lbs. And $47.44 7A 31 Over) - King Laborers Choker Setter $46.57 7A 31 httns://fortress.wa.aov/Ini/wanelookun/orvWanelnnkun.asnx 5/7/7n1R Page 4 of 18 King Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers _ Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking & $46.57 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King L,abowrers Drill Operator $47.44 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller & Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 Kin laborers _ _ Form Setter g -_ $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 - --- - King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker & Transit $48.02 7A - 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers, Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.571 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 httDs://fortress.wa.aov/lni/waaelookuD/r)rvWacelookuo.asnx 5/2/2Ois Page 5 of 18 King Laborer s Motorman-dinky Locomotive $47,44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air B Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 4 King Laborers Pipe Reliner $47.4 - _7A 31 King Laborers Pipe Wrapper $47.44 7A - 31 King Laborers Pot Tender $46.57 7A 31 King Labcrcrs Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King_ Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers _ Sloper (over 20") $47.44 7A 31 King Laborers SloperSprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper Ft Similar Electric, Air $47.44 7A 31 @ Gas Operated Tools King Laborers Tamper (multiple 8 Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer 8 Cribber) King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 httns-//fnrtress.wa.nnv/Ini/wanelnnkun/nrvWanelnnkun_aenx 5/7/7n1 R Page 6 of 18 King �Laborcrs Tunnel Work-Compressed Air $92.60 7A 31 8� _ Worker 0-30 psi _ King laborers Tunnel Work-Compressed Air $97.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 Worker 44.01-54.00 psi King Laborers. Tunnel Work-Compressed Air $107.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 Worker 68.01-70.00 psi King Laborers _ Tunnel Work-Compressed Air $118.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 Worker 72.01-74.00 psi King ,Laborers Tunnel Work-Guage and Lock $48.12 7A 31 8� Tender King Laborers Tunnel Work-Miner $48.12 7A 31 8 King Laborers Vibrator $47.44 7A _ 31 King Laborers Vinyl Seamer $46.57 7A 31 Kin ---- ................ g Laborers Watchman $35.88 7A 31 King Laborers Welder $47.441 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King LW? !Lm5 Window Washer/cleaner $35.88 7A 31 King Laborers - Underground Sewer General Laborer 8 Topman $46.57 7A 31 ............................------ --- .....- -.... a_Water King Laboue+rs L Underground nd Sewer Pipe Layer $47.44 7A 31 EL Water King andsc3 ar Crnstruction Irrigation Or Lawn Sprinkler $13.56 1 Installers King 111(kcalae COPIStRI(tion Landscape Equipment $28.17 1 Operators Or Truck Drivers King _L_and'scape_ 7c1s;truction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication, In SL)_gaj Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.50 1 King Metal Fabrication i;lrr ghor Machine Operator $13.04 1 King Metal Fabrication (in Sh9M Painter $11.50 1 King MetatFabrcatinn pirm3lts) Welder $15.48 1 King MilRwrigbt Journey Level $58.68 5D 4C King Modular HuiidtgjQ Cabinet Assembly $11.56 1 King, Modarl r Buildings Electrician $11.56 1 King Modularr.Buildings Equipment Maintenance $11.56 1 King Modntar E4uiEdin s Plumber $11.56 1 httDS://fortress.wa.00v/Ini/wacielookur)/DrvWaaelookiin.asnx 90/2018 Page 7 of 18 King ,Modular_Buildings Production Worker $11.50 1 King Modular Ruildincs Toot Maintenance $11.561 1 King M9odularB'ulildjn_gs Utility Person $11.56 1 King Modu(a€ Buitdinnrs Welder $11.56 1 King Painters Journey Level $41.60 6Z 213 King Pile Driver Crew Tender $52.37 SD 4C King Pile Driver Hyperbaric Worker - $71.35 SD 4C Compressed Air Worker 0-30.00 PSI King Pile„_Drivci Hyperbaric Worker - $76.35' SD 4C Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver, Hyperbaric Worker - $80.35 SD 4C Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $85.35 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $92.85 5D 1 4C Compressed Air Worker 64.01 u 68.00 PSI King Pile Driver Hyperbaric Worker - $94.85 SD 4C Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $96.85 5D 4C Compressed Air Worker 70.01 72.00 PSI King Pile Driver Hyperbaric Worker - $98.85 5D 4C Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7Q 1R King Playground urrd Et P3r'R :,qui' meant Journey Level $11.50 1 Installers King PVuml)O's Et Pipefitters Journey Level $81.69 6Z 1G King PO'tsrnr_ qutpmcnt Opr^ratgrs Asphalt Plant Operators $60.49 7A 3C 8P King Prow cr Ecyinroent Opcator;s Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Powee Equipillent_Operatars Batch Plant Operator, $59.96 7A 3C 8P Concrete King Pow rr [:truj?Li�ril Operators Bobcat $56.90 7A 3C 8P King PtraveLlaui2i7x nt Opr €vrlcirs Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power.Eyrronnent_Op rators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Pq ynr EcJritgyrmer t_OjZerators Cableways $60 449 7A 3C 8P' King Ponder EijuiplLi ut 0 eratot' Chipper $59.96 7A 3C 8P httns-//fnrtress.wa.anv/Ini/wanelnnkun/nrvWanelnnkun_asnx c;/7/7f11 R Page 8 of 18 King Power_E lurlara c rrt_017r r,aLars Compressor $56.901 7A 3C 8P King Powei E ur ment. 0 eerators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M King Pow�ui ardb,Ope.esLcrs, Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power Fgrairn ent O Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King B' wyr r__F.guil la gr.r)�3erator5 Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42 m King Pow ar LILn PLIIgrbq C1)er,rrtors Conveyors $59.491 7A 3C 8P King Power E.q ip,t3 grit. Oprrators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Bower Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Power Egtripmei7iL Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Oper<tto s Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom — — (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power EgaaiprnTnt Operators Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Puaver Fctu1LngLnI Ol�ew aLoLr Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons ...................... _ — -- King lawa;ar Eclrailunr21 Ltm .it�ators Crusher $59.96 7A 3C 8P King Power EnUlDment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power Equuipment.Opeirators Derricks, On Building Work $60.49 7A 3C 8P King Pow✓no Ey arlprneu7t Olerators Dozers D-9 Et Under $59.49 7A 3C 8P King Power_Eguula'mem; Operartors Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount — King Power Equipment Operators Drilling Machine $61.10 7A 3C 81) King Powerr Cqulpment_Op-_Lators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco Ft Similar Equipment King Powe€__Etptai-pment Operators $59.49 7A 3C 8P httos://fortress.wa.00v/lni/waaelookiin/r)rvWaaelnnktin-asnx S/7/7nlR Page 9 of 18 Forklift: 3000 Lbs And Over With Attachments King Power EguipmertmOperators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Powor Equ .d,1 7 r C C7g o�dtcpp Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Fjaaw r_tguar Cq t Up tcti,s Gradechecker/stakeman $56.90 7A 3C 8P King Power Eguirrnc nt.Clj orators Guardrail Punch $59.96 7A 3C 8P King Power_F iiu arnirant Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Powe��r. Egtr��nrrnpn;,Cerator'.r, (Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Pow(L..Bq �?noerrL C)7er�ators Horizontal/directional Drill $59.49 7A 3C 8P Locator King Powor E clurinrd 11 OP.L214Ui,5 Horizontal/directional Drill $59.96 7A 3C 8P Operator — — King Powu E(jqipjli qmtOp_e ratois Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power EKir?iprtreni: errztur Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P _ Tons And Under King Pnwerkatrii)men t Operators Loader, Overhead 8 Yards. a $61.10 7A 3C 8P Over King Power Cauuarrrent_Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards — King Power Eauiefrrtent,Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Power Equipment_Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Oaer�s Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power- ETjjLrncn_t_Operators Locomotives, All $59.96 7A 3C 8P King Power Equipment 0[2erutors Material Transfer Device $59.96 7A 3C 8P King Power...-Eguil,ment_Oiaeratgs Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over — — — Mechanic) King bower Euuiprrrent Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mote, $60.49 7A, 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Eower,_Egui*ment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Eruipment Operator,,Blur,, Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Rower Equ�nnPnt_Qf2a (.'aters Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons — King Power Eauiamerit Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over — — King Pew rm mqutfarnt.,st Ocra9urs, Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons King Power Equrpnnent operators Pavement Breaker $56.90 7A 3C 8P httos://fortress.wa.aov/lni/waaelookuo/orvWaaelookun.asnx 5/272()1R Page 10 of 18 King Power Eguil_)rnera Operators Pile Driver (other Than Crane $59„96 7A IC IP Mount) King Power Equipment OPeFators Plant Oiler - Asphalt, Crusher $59.49 7A 3C SP King Power Eguipment Opera ors Posthole Digger, Mechanical $56.90 7A 3C 8P King ?owqrLggip -, � rjL . Power Plant $56.90 7A 3C 8P m�Li Opeu Qrs King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Quad 9, Hd 41, D1 0 And Over $60.49 7A 3C 8P King Power Equirwngnt Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King LLoweLj`qLgjrLie L Qj jLo s Remote Control Operator On $60.49 7A 3C 8P tC Rubber Tired Earth Moving Equipment King awe r EeyEarmeit Operators Rigger And BeRman $56.901 7A 3C 8P King Powtr EqLdL)rrren1,j2pirait s Rigger/Signal. Person, Beltman $59.49 7A 3C 8P (Certified) 8P LC 3C King Power Equipment Operators RoU LA agon $60.49 L_ King Roller, Other Than Plant Mix $56,90 7A 3C 8P King Power KcALril2mLnt.Oj2eritors Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Powc:r Egiripment Operators Rota-mill, Rota-grinder $59.96 7A 3C 8P King Power Equipment Operators, Saws - Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power_Ecruip� entOperators Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King Power Equipment. Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King ?gwerEguip ent.0l; rs Shovel , Excavator, Backhoe, $59.49 7A X SID Tractors Under 15 Metric Tons. King LN)w(,,r Eqr, 3C 8P Ego Op aerators Shovel, Excavator, Backhoe: $60.49 7A Over 30 Metric Tons To 50 Metric Tons ............­­.............. King Power Egknmen 8P t_t_Operators Shovel, Excavator, Backhoes, $59.96 7A 3C Tractors: 15 To 30 Metric Tons I King -s Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power rq Shovel, Excavator, Backhoes: $61 72 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment gjjq��,ItOrs Spreader, Topsider Et $60.49 7A 3C 8P Screedman King Subgrader Trimmer $59.96� 7A 3C King Power E%ilornent 0jrrators Tower Bucket Elevators $59.49 7A 3C 8P ui King Power EquiPflnerit Operators Tower Crane Up To 175' In $61.10 7A 3C 8PHeight Base To Boom httos://fortress.wa.aov/1ni/waaelookUD/DrvWaaelookuo.asox 5/2/2018 Page 11 of 18 King Pow c^^r i cruri i7r i t Ott i�lorti Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King PowerE"q iprrae,nt OdrerruE�rrs Tower Cranes: over 250' in $62.33 7A, 3C 8P height from base to boom King PcJwr a ipmegt Opserr'r)rs Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power Equipment Op< ators Trenching Machines $59.49 7A 3C 8P King Power F uipnient Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power EcruapararrrrR.Ogxiatorrs Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons King I ow2.r F(E.6DrnL it_l7 late dss� Truck Mount Portable $59.96 7A 3C 8P Conveyor King !rower �cttaapra'reu,&,C)pco�ICdpps�Welder $60.49 7A 3C 8P King F'owcwr Fcti_;pn�e tl OGQ*r ators Wheel Tractors, Farman Type $56.90 7A 3C 8P King G'oawer Equip rent O er ators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Under' round Sewer fit ateo- King Power__Ecimument Operators- Assistant Engineer $56.90 7A 3C 8P rJnrl0rcround Sewer & Water King PowcdmF n amcrp,t,,O3-eraL - Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sower & Water King PUw r_E_quipment.Omators Batch Plant Operator, $59.96 7A 3C 8P Underground[ Srw c r A Water Concrete ._.... _ King Power,Equipment_Operators- Bobcat � $56.90 7A 3C 8P Underground Sewer tt Water King Power Egurlarlrtnt, OgseratcMrs- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer fi Water Equipment ............— King Power Ecug12n7op t_Qra rtttis Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power EcluaLrnentOperators- Bump Cutter $59.96 7A 3C 8P Urrderground Sewer fr Water King Pr wee Fqui7is7en_ ¢ OCren<rl;oas- Cableways $60.49 7A 3C 8P Underground Sewer ft Water King Power Ecaripment O Chipper $59.96 7A 3C 8P Underground Sewer it Water King Power Fc 2rrrent OU�r raCgrs;- Compressor $56.90 7A 3C 8P Under ground Sewer Et Water King Power.Equirx1 eitt Oft-;.I.aL rti_ Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewq tt Water With Boom Attachment Over 42 M King Pcaw®er l:cla irLment Op i 2ggars- Concrete Finish Machine -laser $56.90 7A 3C 8P dnrler wand Sewer EL Water Screed King Powtm¢mm( crcaLLfri.it Apr r aters- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer 8. Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Fr ui ment Opt rtc rs Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground Sr,ywerm�s Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C 8P httos://fortress.wa.00v/Ini/waaelookiin/nrvWaaelnnkiin.asny S/?/7(11R Page 12 of 18 Sewer & Water King Power Equipment opfLdjqL�- Cranes Friction: 200 tons and $62.33 7A 3C 8P qridei gLound Sewer a Water over_lLfqLnt King _0ij(2rators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Undorp,rourvil SRwer & Water Tons With Attachments King Power Ecl drxnont Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P -h-Wateir Tons, Or 150' Of Boom (Including Jib With Attachments) King $61.72 Lnt 0)erators- Cranes: 200 tons- 299 tons, or 7A 3C 8P i_ — Undevf=round Sewet & Water 250' of boom including jib with attachments King Power.EcLulprnent 4)pes drtor,- Cranes: 300 tons and over or $62.33 7A X 8P Underground Sewer a Water 300' of boom including jib with attachments King 02LraLorj--. Cranes: 45 Tons Through 99 $60.49 7A X 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Cranes: A-frame - 10 Tons And $56.90 7A X 8P Eqqtpmqnt�� — — UnderV2r0Ljnd Sewer & Water Under King Power Cranes: Friction cranes $61.72 7A X 8P Water through 199 tons King f qwgjLc 7A 3C 8P iwpLn(.?pL Operators- Cranes: Through 19 Tons With $59.49 Qnderpijoun LlSewei It Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer—Et Water King Pqy�ff Equi A­gPffators, Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer B Water (power) King 6 gw qr CcT framer t Operators- Derricks, On Building Work $60.49 7A 3C 8P Underp.rOUnd Sewer Et Water King Power, EguJpmont.Qp,I:qtor.,.- Dozers D-9 Et Under $59.49 7A X 8P Ft Water King Epw(Li Ec eilt_ �4qs:i Drill Oilers: Auger Type, Truck $59.49 7A LC UP juipM_ Qpi ­ uJrrderI)rqgnd_Sewer Et Water Or Crane Mount King Power EauiDrnent Operators,- Drilling Machine $61.10 7A . .. -. —..................... LC LP LhIder l'ound Sewer �i Water King LIO��cl!-.' - Elevator And Man-lift: $56.90 7A C P _quiprq�qjt Opi�L4tors L L UnderRround Sewer EL Water Permanent And Shaft Type__ King Finishing Machine, Bidwell $59.96 7A 3C SP Under round Sewer..E.t W..a..Icr. And Gamaco Et Similar Equipment King Pow(Li FguipymgnLQjLe zj�,qs- Forklift: 3000 Lbs And Over $59.49 7A 3C SP Lind rrnaatu cl Sewer Et Water With Attachments King aqwp,, L_.L -.q rp neqt Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P .. _ L_L_ — Qnilei Ppound Sower & Water �With Attachments King Eqwq Grade Engineer: Using Blue $59.96 7A 3C 8P UndergroundSewcr ft Water Prints, Cut Sheets, Etc King Low(2r Ect Gradechecke r/stake 7A 3C 8P Unde-i ru ound Sewer 8 Watei httDS://fortress.wa.aov/lni/waaelookuD/DrvWaaelookUD.aSDX 5/2/2018 Page 13 of 18 King over E uj rnent OL)cE�'It'Qu- Guardrail Punch $59.96 7A 3C 8P i eraweunadSowerEtWrlaler King Power e Ecuinmnt Operamrs- Hard Tail End Dump $60.49 7A 3C 8P -1.................------- L�kj(ItLi5.,round Sew�c [_AMa_te_j' Articulating Off- Road Equipment 45 Yards. Et Over King Eq4yp,�, )!2fi at('.)r s- Hard Tail End Dump 7A 3C 8P _L $59.96 ULL&­Lcj!ound Sewf-n is:Water, Articulating Off-road Equipment Under 45 Yards King ESIaeL-E�IUJJI_Merlt Operators- Horizontal/directional Drill $59.49 7A 3C sp UndergroUnderground! �terground Sewer—Et WciiW Locator King Horizontal/directional Drill $59.96 7A X 8P !JnLjgr:,Piound Sewer & Water Operator King Power sz E.quipmentOLx., ato Hydralifts/boom Trucks Over $59.49 7A 3C 8P _a r r jJrwLm,orQgnr[_.Sower F1 Wager 10 Tons King p2VL�j mt guFp 2icnY O r atorf- Hydraffts/boom Trucks, 10 $56.90 7A 3C 8P Underground Sewer & Water Tons And Under King Power r Equipment Operators-- - -- - Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P UndergroundSewer (i Water Over King Lo_we1Ecjjji2I�jjt O2c[2Lcjns Loader, Overhead, 6 Yards. $60.49 7A 3C 8P Under It Water But Not Including 8 Yards King Powof Equipt,'e ant 01 -,1� - Loaders, Overhead Under 6__$59.96 7A 3C 8P Underground Sewer Ft Water Yards King Power EQLIiPrnefrt_OL)erators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water ............. King PowesEcidpolmr—It Ppemtctg- Loaders: Elevating Type Belt $59.49 7A7 3C 8P Und.erpround Sewer_Ei _Wa_t_gL King Power Equipment0 Locomotives, All $59.96 7A 3C 8P Wdqrp o Sg&er ft Water" King L)2wer qL r jp .2LatfLr9- Material Transfer Device $59.96 7A 3C SP z_ jjLIAeL9r0UIId Sewer a water King Power or - Mechanics, All (leadmen - $61.10 7A 3C 8P IbAt�gIOL]nd Sower ft Watei-, $0.50 Per Hour Over Mechanic) King Power Uquipment 0 orators- Motor Patrol Graders $60.49 7A C P P L E Uncler oy[id Sower B, Water grp King !Lqw�,iEjgtE)raenLQp i jqrs- Mucking Machine, Mole, $60.49 7A 3C 8P lJncfnrrLr,ctu Sewer a W,IteE Tunnel Drill, Boring, Road Header And/or Shield King ag:wer EgLifp uci t O>ergtt?r Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer & Water Distribution Et Mulch Seeding Operator King Power Outside Hoists (elevators And $59.49 7A 3C 8P L�nAtrqround Sewer ki Water Manlifts), Air Tuggers,strato King Lower E Lij L) Overhead, Bridge Type Crane: $59.96 7A 3C 8P Undergrou ndSewer Et Water 20 Tons Through 44 Tons King Power Ecru qraLors-' Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underpround.Sewer ft Water Tons And Over King Pow 0 rs , 3C 8P- Overhead Bridge Type: 45 60 49 7A L e_�_E erato p_ — — ULnderryrRuqd Sewer 11 Wz ater Tons Through 99 Tons _ 'P: r'C King oLi-_ Pavement Breaker 7A_IL $56 90 NL��enn_t LIA—Sewer, ft Water King 1 $59.96 7A 3C 8P httDS://fortress.wa.00v/1 ni/wacjeIookur)/DrvWaoP.Iooki in.a.,;ny c;/?/?nl s Page 14 of 18 PL)wer_E jinenr OperaLfxs- Pile Driver (other Than Crane qijiL jjndLer.fjrquijd Sewer tx_W,a yr Mount) King ?ovver_EquiprnLnt0p rators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Urdemtound Sewer ft Water King Power Eguipment Dperawirs- Pesthole Digger, Mechanical $56.90 7A 3C 8P U 2 d e t 9�10 k I f I a UL�Yf2 r f_� W FA t ff King Pow(�r,_Eguirrment,gj.1c�i-atoi,s- Power Plant $56.90 7A X 8P Underground Sewer Et Water King 22we )rs-. Pumps - Water $56.90 7A 3C 8P Lin(jerpround Sewer Ft Water- King Ppm-,r Eg, LZatent Oper itors- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P gi _ _ rzr Under round Sewer Et. Water King Pow en Eguiprnerrt Operators Quick Tower 3C- No Cab, Under $56.90 7A 8P .1JridPrgrL)LLn( Sewer a Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A X 8P Underground Sewer It Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And BeRman $56.90 7A 3C 8P Unde,mr-ound Sewer ft Water King Power Equfpnerut.0 7A 8P _perators- Rigger/Signal Person, Bellman $59.49 3C Unders round Sewer F± Water (Certified) King Power Egul rnent OpeEAc Lis- Rotlagon $60.49 7A 3C 8P Urade mound Sewer Et Water King tj war Lggi. le ILD .1n—L LIg Roller, Other Than Plant Mix $56.90 7A 3C 8P Underp,rijund '.�r mer IL Water King Power Equi2rnent Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P !jnd L� ognd Sewer 6. Water Materials �yL King Power Equipment Operators- Rota-mitl, Roto-grinder $59.96 7A 3C 8P Undemround Sewer R Water King LQwe��Lc qipMen !L Qr�s IL L 0 e a!L - Saws - Concrete _$59.49 7A 3C 8P UndetRI-OUnd Sewer & Water ............... King Power Equipment Operators- Scraper, Self Propelled Under $59.96, 7A X 8P ULnderg,Lound Sewcr ft Water 45 Yards King 0.1ts. Scrapers - Concrete Et Carry $59.49 7A 3C 8PUndeM,rourd Sewei 6. Water All King arL�t Operators;:: Scrapers, Self-propelled: 45 $60.49� 7A 3C 8P Under rparmmd Et Water Yards And Over King Power [%gpnnenL0p!2jjitQ�s Service Engineers - Equipment $59.49 1A IC 1P QndcrgEQL]nd Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C SP ............... Underground Sewer F± Water King Power Eequ men4 Shovel , Excavator, Backhoe, $59.49 7A X 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. ,.p _q.. King am%2g�LE%li Ljj� t_ppp r jjqEc Shovel, Excavator, Backhoe: $60.49 7A 3C SP UndurRround Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shove(, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer 6: Water Tractors: 15 To 30 Metric Tons King E2we,L Fsm�p.mpn!.Operators- _$611 101 7A 3C 8P LLk�gi ouqA SLwvr Ft Water httDs://fortress.wa.aov/Ini/waaeIookuD/i)rvWacieIookUD.asox 5/2/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King lotw Zr' Lc)t?iJ rroctti' _ rX r,., Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power-Eauma t Operators- Slipform Pavers $60.49 7A 3C 8P Un_ d round Sewer & Water King Power 7011ipm?rt Operators- Spreader, Topsider & $60.49 7A 3C 8P U¢adei ound Sgwreir a Water Screedman King !jgwei CgLij 7mme .0 1 r's ators- Subgrader Trimmer $59.96 7A 3C 8P UndrararounrV wei EreVkater — — King Powet;,[qualament_OprraC_ors= Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Ft Water King Power uo2Lnent_OJ?r1 cL rs-„ Tower Crane Up To 175' In $61.10 7A 3C 8P Unde-reraund_Sewer Et Water Height Base To Boom King Power Eciurlament.Opeiator's- Tower Crane: over 175' $61.72 7A 3C 8P Unde;gi'eari3dSewer_li_Water through 250' in height, base - - - to boom King &'"eawcer Ecruu)Lnernt 0fleM alc @'s-, Tower Cranes: over 250' in $62.33 7A 3C 8P Underground Sewer Et Water height from base to boom King Bower Cquinment Viper atrkpmma Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer &Water Truck Type camin King Power t 211 "1EtE 1ttar s- Trenching Machines $59.49 7A 3C 8P Undmr and Sewer6: Water King Power EgujptEcnt_Op¢jatot's- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment p rotors Truck Crane Oiler/driver $59.49 7A 3C 8P Ujjggrq,E Eryci-mSewer„Et Water Under 100 Tons King Pgr±C.L_Lggipsat L Orrgrators- Truck Mount Portable $59.96 7A 3C 8P, Underg.ronnd Sewer a Water Conveyor King Power Et1u¢0iveant OpeLd-ators- Welder $60.49 7A 3C 8P Uijt f p 912und Sewer & Water King Powr r..Egglpmetil'._Opc r,ators_ Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer Et Water King !owe o CeluijLai(nPLO ci hors- Yo Yo Pay Dozer $59.96 7A 3C 8P —llndorprouljci Sewer It Water — — King Power Line Clearance -free Journey Level In Charge $50.02 5A 4A Trimmers ............................ _ King Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers — ._.._............ King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers — King Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers King Refrkeration & Air Journey Level $77.86 6Z 1G --------- ---------- CondittoninR Mechanics King Residential Brick Masan Journey Level $55.82 5A 1_M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 httos://fortress.wa.00v/Ini/waaelookun/nrvWaaelookun.asnx Page 16 of 18 King j esidential DrvwaU Journey Level $42.86 5D 4C M112)INZ1,11 a-w 15 King Residential Drvwatt Tapers Journey Level $57.43 5P I E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1H King Residential Insulati-on Journey Level $26.28 1 Aj)phcAtqi_s I 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 ft Journey Level $34.69 1 King Residential Refrigeration Et Air Journey Level $77.86 6Z IG Conditioninp Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F IR Workers King Residential Soft 17C2L)r Layers Journey Level $47.61 5A 3J King Residential SprinklerNiTteL,s Journey Level $46.58 5C 2R ,(Fire Prolectio) I King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A IM ---------------- ------- --King Residentiat Terrazzo/Tilc Journey Level $21.46 1 Finishers I King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $51.02 5A 3H .................... King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Meta[ Workers Journey Level (Field or Shop) $78.17 7F IE King Shjpbujtclfinp �L�p ir Boilermaker 7M 1H ,-LShjp IR _,�L $43.31 King ,Iii Etm_5�gipRcpasir Carpenter $41.06 7T 2B King S-hipt gi LcLl n P I-S-ILi R-R c-�I)a i r Electrician $42.07 7T 4B King Sh�g-Et HJp-Rmair Heat Et Frost Insulator $67.93 5J 4H King Shipbuilding Ft Ship Repair Laborer $41.99 7T 4B King Shipbuilding ft Ship Repair Machinist $42.00 7T 4B King 5hlsitLi-tdimc, Ft Slljp RTL)aJE Operator $41.95 7T 4B King Shipbuilding Et Ship Repair Painter $42.00 7T 4B King Shij)buLding Ej�Rfl) RctLaj r Pipefitter $41.96 7T 4B King 5_hipL)qLl ding ftwShip Repair Rigger $42.05 7T 4B King Sl-j�rpburilding_h Shtp Repah Sheet Meta[ $41.98 7T LB King Shipbuilding Ft Ship Repair Shipfitter $42.05 7T 4B King LI I ip-birl-loing A-Ship,Eej?AL, Trucker $41.91 7T 4B King sbld�LWL q-LUWp Rtoir Warehouse $41.94 7T 4B King Shipbuilding Et Ship Rc,)7Ir Welder/Burner 05 7T 4B L King L-kjn Makers Ft InsuLt L��s Sign Installer $22.92 1 (LteLtrjca!A - King Sinn-Makers-4-InStEffl-ffns Sign Maker $21.36 1 Pc-,c L glg2lj I I- htti)s://fortress.wa.aov/1ni/wacelookul)/DrvWacielookUD.asr)x 51212018 Page 17 8f18 � � King Siign Makers.EtInstallers_(Non- Sign Maker $33.25 King �jag�,��j (Non Journey Level 13.23 1 King Stone Masons Journey Level $55.82 5A Im King Street And Parkin-R_Lot Journey Level $19.09 1 King 5mnla2-119 Assistant Construction Site $59.49 7A 3C SID Surveyor King Construction Site Surveyor $60.49 7A 3C 8P King Telecom rn Lin i cation Journey Level $22.76 1 Technicians King Construction Cable Splicer $40.52 5A 2B Outside King 'j.-g.j?j.)lhone LjpL_�onstrUCti0n - Hole Digger/Ground Person $22.78 5A 2B Outside Outside I— Outside King jetelphone Li ne.Cons truction Special,Apparatus Installer 11 $39.73 5A 2B Outside Outside Operator (Heavy) Outside Operator (Light) Outside King Toteialmne, Line Construction - Television Groundperson $21.60F 5A 28 Outside Outside Lineperson/Instatter King Le.Lephone Line Construction - Television System Technician $34.10 5A 2B Outside King Te[eDhone Line Construction - Television Technician $30.69 5A 2B Outside King T60Dhone Line Construction - Tree Trimmer —�37.74 5A 2B Outside King Terrazzo Workers Journey Level $51.36, �A im King Tfle Setters Journey Level $51.36 5A im Finishers King Traffic Control_Stripenq Journey Level $45.43 7A 1 hMLDS://f8rtreSS.vv6.00v/lni/m/aoeInokun/orv0V.�ioe|ook|masnx c;/7/7O1R Page 18 of 18 King l ruck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L _ WA-Joint Council 28) King Truck DriversAsphalt 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,mDrivers 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 Weal.,Drilters fk. IrrL�Liji P:imarp Irrigation Pump Installer $17.71 1 Installers King Well DOI[ted s,ft Irria rot1r7,F a ). Oiler $12.97 1 Installers King Well _Drillers R Irrhq!1tiai3I u . Well Driller $18.00 1 Installers httDs://fortress.wa.aov/lni/waaelookUD/DrvWaaelookur).aSDX 5/2/2018 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Overtime Codes Overtime ealeulations are based cvi 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 he 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-tcn (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 tan(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 ifworkis lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight(8)regular hours Monday though 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(1 ))hours Monday though 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 tines 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 Sahli days(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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 1, 0. 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 tunes 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 perfanued 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 3/3/2018 thru 8/30/2018 i Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER W EEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. K 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. 0. 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 thin 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 1N 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 to 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 nonnal 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 workto employees. Primary consideration for overtimework 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 rmtil 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. 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. E 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 loth 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 half(1-1/2)times the regular rate of pay. I. All bourn worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event thejob 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[Hake-up day at the straight time rate. However, Saturday shall not lie 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. S. All hours worked between the hours of 10:00 pm and 5:00 arn, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. 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 3/3/2018 thru 8/30/2018 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 mulLipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8) regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half(1 Yz) 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 200N. 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 overtone 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. Holidav Cozies 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). 5 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5� D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays: New Year's Day, Memorial Day,Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J, Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther 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 Years 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). 6 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays: New Ycar'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 h, Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as it 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: Ncw 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 shalt 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 shalt be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a boliday 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. 7 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holidav Codes Continued 7. 1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. K. Holidays: New Year's Day, Memorial Day, hdependence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall he 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 aholiday 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. W 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 cf the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 8 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 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. Note Codes 8. 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,Lever B: $0.75, Level C: $0.50,And Level D: $0.25. R 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 daggers 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 pro jectwhenever 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. Alt daggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. 9 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8. U. Workers onhazmat 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220' - $4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 foot. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W, Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 ab 01 �� 00 w" ww �••. � ^ aM W- m rv . w m w m mm ar r, ua:o n Po::w:: i , m a r -ww wKK � w w w W• uwmllw w -� ,ww r+� �( T Agenda Item: BIDS - 10A w. � .<. ,,. TO: City Council DATE: June 5, 2018 SUBJECT: Lake Meridian Estates Storm Drainage Improvements Phase ]I - Award MOTION: Award the Lake Meridian Estates Storm Drainage Improvements Phase II Project to Tucci & Sons Inc., in the amount of $1,342,899.25, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of installing approximately 900 feet of new storm drainage pipe and catch basins at Lake Meridian Estates, which is a residential mobile home community located at the north shore of Lake Meridian at 25739 135th Avenue SE. The existing storm drainage system, located within a public drainage easement, is undersized and needs to be replaced to convey drainage from upstream areas. The project will improve stormwater conveyance and reduce flood risk to surrounding properties. The bid opening for the Lake Meridian Estates Storm Drainage Improvements Phase II Project was held on May 22, 2018, with six bids received, all were responsive. The lowest responsible and responsive bid was submitted by Tucci & Sons Inc., in the amount of $1,342,899.25. Bid Tab Summary O1. Tucci & Sons, Inc. $1,342,899.25 02. Road Construction Northwest, Inc. $1,450,581.00 03. Scarsella Bros., Inc. $1,524,031.52 04. Northwest Cascade, Inc. $1,569,745.10 05. Frank Coluccio Construction Co. $1,761,463.00 06. R.W. Scott Construction Co. $1,978,476.50 Engineer's Estimate $1,392,424.00 EXHIBITS: None RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Previously budgeted drainage funds are allocated to complete this project. There is no impact to the already approved budget.