Loading...
HomeMy WebLinkAboutCAG2023-006 - Change Order - #8 - Active Construction Inc. - S. 240th Street and Russell Road TIB Sidewalk Improvements - 11/07/2023 Agreement Routing Form • For Approvals,Signatures and Records Management KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. WASHINGTON (Print on pink or cherry colored paper) Originator: Department: S.Anderson PW Engineering Date Sent: Date Required: j 11/7/23 0 L aAuthorized to Sign: Date of Council Approval: Q 0 Director or Designee ❑Mayor 12/13/2022 Budget Account Number: Grant? 0 Yes ❑No R20122.64110.120 Budget? 0 Yes ❑No Type: N/A Vendor Name: Category: Active Construction, Inc. Contract Vendor Number: Sub-Category: C 2319336 Change Order#8 Project Name: S. 240th Street and Russell Road TIB Sidewalk Improvements E Project Details:Underground power was unlocated resulting in additional equipment and C manpower to install new CB at sta. 36+02. C E Agreement Amount: $1543213 Basis for Selection of Contractor: � , . Bid Go Start Date: N/A Termination Date: 130 Working Days ch a Local Business? ❑Yes ❑No* *If meets requirements per KCC3.70.700,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Notice required prior to disclosure? Contract Number: ❑Yes 0 No CAG2023-006 Date Received by City Attorney: Comments: , 0 V1 •> i !0 ph Date Routed to the Mayor's Office: Vf Date Routed to the City Clerk's Office: r l i ZJ adaW22373 1 z0 Visit Documents.KentWA.gov to obtain copies of all agreements • KENT W A S H I N G T G N CHANGE ORDER NO. # 8 NAME OF CONTRACTOR: Active Construction, Inc. ("Contractor") CONTRACT NAME & PROJECT NUMBER:S. 24011 Street and Russell Road TIB Sidewalk Improvements ORIGINAL CONTRACT DATE: December 28, 2022 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: Underground power was unlocated resulting in additional equipment and manpower to install the new CB @ sta 36+02. This work was tracked as force account on sheets 12 and 13. 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, $1,943,943.00 (including applicable alternates and WSST) Net Change by Previous Change Orders $54,611.28 (incl. applicable WSST) Current Contract Amount $1,998,554.28 (incl. Previous Change Orders) Current Change Order $15,432.13 Applicable WSST Tax on this Change $0.00 Order Revised Contract Sum $2,013,986.41 I I CHANGE ORDER - 1 OF 3 Original Time for Completion 130 working days (insert date) Revised Time for Completion under 0 working days prior Change Orders (insert date) Days Required (f) for this Change Order 0 working days Revised Time for Completion 130 working days (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: DgR4ty epnetl by Ryan Rake Ryan Burk$R;.us, Digitally signed by Chad Bieren r�nbQ+ctiveconslruc�I.n.com.CR=Ryan Chad Bieren Date:2023.1,.07 OHWM20 _11-W 1].01Y3-0- By: By: 10:48:30-08'00' (signature) (signature) Print Name: Print Name: Chad Bieren, P.E. Its Its Public Works Director (title) (title) DATE: DATE: CF for A EC KP CHANGE ORDER - 2 OF 3 ATTEST: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent City Clerk Kent Law Department C[In this field,you may enter the electronic filepath where the contract has been saved] CHANGE ORDER - 3 OF 3 File No. 200.2 ` KENT V!A$HIHG*ON CHANGE ORDER WORKSHEET NO. 8 Construction Engineering Division - Public Works Project: 0 240th and Russell Rd TIB Sidewalk Project No: 22-3004 Improvements Project Engineer: Drew Holcomb TIB-Aid No: #P-P-106(P06)-1 Capital Projects Jason Bryant Contractor: ACI Manaa r• Date: 10/31/2023 I. Proposed Change Underground power was unlocated resulting in additional equipment and man power to install the new CB @ sta 36+02. This work was tracked as force account on sheets 12 and 13. II. Reason and Background for Change During installation of the new storm CB @ Sta 36+02 Crews discovered an unlocated power line. Crews used a vactor truck to expose the line. The new CB was adjusted to meet the field conditions as well as changed to a concrete inlet. This work was tracked as force account on sheets 12 and 13. III. Method of Payment NEW PAY ITEMS El Not applicable Sch. 7Item Description Total Est. Unit Unit Price Total Estimated Cost of No Item 1 Unlocated power conflict 1 FA $15,432.13 $ 15,432.13 $ New Pay Items Total: $ 15,432.13 DELETE EXISTING PAY ITEM(S) per 1-09.5 ❑ Not applicable Sch Bid Item No. 71tem Description Qty Unit Unit Price Cost of Item No. Page 1 Delete Existing Pay Items Total: $ - INCREASE/DECREASE TO EXISTING PAY ITEMS) ❑ Notapplicable Sch Bid Item No. 71tem Description Qty Unit Unit Price Cost of Item No. $ Increase / Decrease to Existing Pay Items Total: $ - *TOTAL ESTIMATED COST OF CHANGE ORDER: $15,432.13 * Total of the Cost of Item Columns IV. WORKING DAYS Original Contract: 1307 Due This Change Order: 0 Previous Total: 130 Explanation/Justification for Additional Working Days: *TOTAL WORKING DAYS: 130 * This Change Order + Previous Total Capital Projects Manager: Date: Jaso Bry Construction Engineering Date: Supervisor: ,✓ 11 z z3 Jason Barry Construction Manager: Date: 1 Eric Connor l Page 2 FA Sheet No.: 12 DAILY REPORT OF FORCE ACCOUNT WORKED �_ T Project Name: TIB Sidewalk Improvements Project No: 22-3003,22-3004 Item No.: 8017 Date: 4/25/2023-4/26/2023 Description of Work: Unlocated power @ sta 36+05 Work by Subcontractor?: No Prime Contractor: ACI Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs Hourly Rate Hrs OT Rate AMOUNT John A Foreman 11 95.31 $ 1,048.41 Corey Truck Driver 6 91.2 $ 547.20 Jim S Laborer 11 69.58 $ 765.38 Cody P loperator 11 91.21 $ 1.003.20 Lavorato Truck Driver 11 91.21 1 $ 1,003.20 Wyatt Laborer 3 68.37 $ SUBTOTAL-LABOR: $ 4.367.39 LABOR OVERHEAD&PROFIT @ 31% $ 1.353.89 LABOR TOTAL $ 5,721.28 EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment# Equipment Description Hrs Hourly Rate Hrs Standby Rate AMOUNT 141 Dump Truck 11 96.81 $ 1,064.91 441 Chevy 3500 11 31.97 $ 351.67 Backhoe 1.5 105.66 $ 158.49 152 Trailer 6 11.25 $ 67.50 492 Dump Truck 61 78.08 $ 468.48 506 85G Deere 2.51 10Z751 $ 256.88 SUBTOTAL-EQUIPMENT $ 2,367.93 EQUIPMENT OVERHEAD&PROFIT @ 21% $ 497.27 EQUIPMENT TOTAL $ 2,865.20 MATERIALS/SERVICES/RENTALS MATERIALS/SERVICES Quantity Units Unit Price DOLLAR AMOUNT Trenchman Safety#848440 1 ea $ 2,439.25 $ 2,439.25 CNI Locates 1 ea $ 510.00 $ 510.00 Is SUBTOTAL $ 2,949.25 OVERHEAD&PROFIT @ 21% $ 619.34 TOTAL $ 3,568.59 Verification of Hours Worked: TOTAL: $ 12,155.07 12%MARKUP (for prime when subcontract work) $ Miranda Frasier 10/25/2023 Contractor's Representative Date SHEET TOTAL: $ 12,155.07 Owner's Representative Date Pay Est(ate red: Date: By: 1)0�- '�-D Trenchman Trench an Shoring Invoice 848440 INVOICE DATE 05/03/2023 Trench safety PO Box 8734 DUE DATE 05/03/2023 ECE'HED SALESPERSON Brian Garlinghouse Lacey, WA 98509-8734 briang@trenchmansafety.com MAY 0 3 2023 (360)490-8453 RENTAL 1315 ACI SHIP TO BILL TO(#564251) Active Construction,Inc. 24244 Russell Rd 5110 River Road E. Kent,WA 98032 Tacoma,WA 98443 s (253)248-1091 CUST 22-044/240th St. CONTACT Bill Ward BiIIW@activeconstruction.com,Ap@activeconstruction.com !SHIP UT Will Call DROP SW No DESCRIPTION QTY F LED RATE DISC } NEC FJET 1# ProRS 2 P (THQ)[#256995]Pro Tec — — 0.00 li 0.00 0.00 MODULAR BOX 8': MODULAR BOX 8' I Rent Qty: 1 Start:04/24/2023,End: j I 05/02/2023(Called Off) j Duration:1 Week(s)2 Day(s) j I 2 Comer Rail 8' (THQ)Corner Rail 8'1 W:75 0.00 — 0.00 0.00 0.00 i Rent Qty:4 I : Start:04/24/2023,End: 05/02/2023(Called Off) Duration: 1 Week(s)2 Day(s) 3 Panel 2'X 8' (THQ)Panel 2'X 8'1 W: 120 — 0.00 1,056.00 1 11,056.00 1.056.00 Rent Qty:8 Start:04/24/2023,End: j 05/02/2023(Called Off) Duration:1 Week(s)2 Day(s) 4 Finnform 4x8 (THQ)Finnform 4x8 — 0.00 — 78.62 ; 78.62 78.62 Rent Qty:2 Start:04/24/2023,End: j 05/02/2023(Called Off) Duration:1 Week(s)2 Day(s) i � I 5 160"-96"Adjustable Spreaders (THQ)60"-96"Adjustable — 0.00 — 0.00 0.00 0.00 Spreaders Rent Qty:4 Start:04/24/2023,End: 05/02/2023(Called Off) Duration:1 Week(s)2 Day(s) 6 ProRS 257007 (THQ)[#257007)Pro-Tec 0,00 0.00 0.00 MODULAR BOX 10': MODULAR BOX 10' Rent Qty: 1 Start:04/24/2023,End: 05/02/2023(Called Off) Duration:1 Week(s)2 Day(s) 7 Comer Rail 8' (THQ)Corner Rail 8'1 W:75 0.00 0.00 0.00 0.00 GENERATED 5/03/2023 AT 3:00:51 PM BY Brian Garlinghouse l INVOICE CREATED 05/02/2023 1 Of 2 § v � # PART DESCRIPTION QTY B/O FILLED RATE DISC NET EXT Rent Qty:4 Start:04/24/2023,End 05/0212023(Called Off) Duration:1 Week(s)2 Day(s) 8 Panel 2'X 10' (THQ)Panel 2'X 10'1 W:132 0.00 1,056.00 1,056.00 1,056.00 Rent Qty:8 Start:04/24/2023,End: 05/02/2023(Called Off) Duration: 1 Week(s)2 Day(s) 9 Adjustable Spreader 4 hole Blue 22"-34" (THO)Blue Adjustable 0.00 0.00 0.00 0.00 Spreader 22"-34" Rent Qty.4 Start:04/24/2023,End: 05/02/2023(Called Off) Duration:1 Week(s)2 Day(s) 10 Mod Lifting Lugs (THQ)Mod Lifting Lugs 0.00 0.00 0.00 0.00 Rent Qty:4 Start:04/24/2023,End: 05102/2023(Called Off) Duration:1 Week(s)2 Day(s) 11 DELV (THQ)Delivery to address; 1.00 0.00 1.00 0.00 0.00 0.00 24244 Russell Rd Kent WA 98032 12 TAX (THQ)1700-King(3.60%) 1.00 78.86 78.86 78.86 13 TAX (THQ)Washington State Tax 1.00 142.39 14239 142.39 (6.50%) 14 TAX (THQ)Wa State Heavy 1.00 27.38 27.38 27.38 Equipment(1.25%) PAYMENT DETAILS AMT Account COMMENTS SUBTOTAL 2,190.1621, Ordered by Bill -TAXABLE SUBTOTAL, 2,190.621 TAX 248.63 Customer PU 4/20, Rental Starts 4/24/23 TOTAL 2,439-.25� Customer DO 5/2 PAYMENTS 0.06: � No lift slings needed BALANCE DUE 2,439.2 W mod 8x10 mod ACCEPTANCE: DATE: All sales are as is,the Competent Person on job shall determine the condition of the equipment prior to use.Items returned within 30 days of purchase with original invoice are subject to a 30%restocking fee.Special order items are only returnable with factory"ok",plus a 30%restocking fee and return freight.Special order items not picked up after 30 days will be placed back in inventory,a 30%restocking fee and inbound shipping are charged.No returns on electrical parts. 2 of 2 TED 510312023 AT 3:00:51 Pm By Binan GaringhouSe I INVOICE CREATED 05/02/2023 " INVOICE #46641 -}j- SERVICE DATE Apr 21, 2023 MAY 10 2023 INVOICE DATE Apr 21, 2023 LOCATES-1,1 DUE Upon receipt und.�,�d G Wiry Detection Impecdon 5 nso 40 $510.00 PO Box AMOUNT DUE BONNEY LAKE,WA"391 C-N-1 Locates Ltd. Active Construction Inc. SERVICE ADDRESS PO Box 430 2440 Russell Rd S zo Puyallup, WA 98371 Kent, WA 98032 10 CONTACT US U (253) 248-1091 P.O. Box 7740 ap@activeconstruction.com Bonney Lake, WA 98391 (253) 862-5204 adminC@cnilocates.com Service completed by: Brandon Boudreau INVOICE METALLIC LINE DETECTION- 1.0 $110.00 $110.00 UTILITIES WITH NO BREAK IN ELECTRICAL CONTINUITY: Utilizing radio frequency electromagnetic transmitters and receivers to tone and locate Electrical, Phone, Gas, TV, Sewer, Water and Storm Lines. (2-HR MINIMUM) PURCHASE ORDER-22-044 1.0 $0.00 JOB DESCRIPTION-Brandon 1.0 $0 00 Technician met with Eugene on site for locate. Customer requests locates at two (2) separate entrances at apartment complex. Customer installing new drainage in area. Located telephone and power electromagnetically throughout work area. Provided several electromagnetic depth assessments on locates. Used GPR cart throughout work area to provide depth assessments on publicly marked utilities throughout. Multiple passive scans throughout work areas, marking no new clear or continuous signals. Public locates on water, gas, power and communication lines throughout work area prior to private locate. Went over all locates with Eugene on site. P G R SUBSURFACE UR ACE UTILITY SCANNING - 2.0 200.$ 00 $400.00 C-N-I Locates Ltd. UBI #602133975 http://www.cnilocates.com 1 of 3 (GPR) GEOPHYSICAL METHOD THAT USES RADAR PULSES TO IMAGE THE SUBSURFACE: GPR can be a powerful tool for mapping the location and depth of metallic, non-metallic utilities and detecting the reflected signals from subsurface structures. (2-HR MINIMUM) Total $510.00 C-N-1 Locates, Ltd will accept all credit cards with a 3%transaction fee for invoices above $1000.00. Payment for services is due no later than 30 days after billing. Sums remaining owing after 30 days from billing shall bear interest of 1.5% per month. If it becomes necessary to take any action to collect the amount due, client will be liable for all costs of collection, including attorney's fees and costs of suit which is 40%of the invoice amount, collection agency fees, etc. The scope of C-N-I Locates, Ltd., service is limited to those specifically requested by client. Client understands that underground utility locates are performed per client's instructions with information (i.e. maps, records, points of origin or termination for utility access) provided by client and relied upon C-N-1 Locates, Ltd. C-N-I Locates, Ltd., it's employees and technicians have no prior knowledge of existing utilities on clients site and as such cannot guarantee that all underground utilities in the requested area will be designated. C-N-1 Locates Ltd, shall not be liable for damages of any kind which may arise due to existence of underground utilities not located or mis- located and client agrees to hold C-N-I Locates, Ltd. Harmless from any such damages. If conditions and/or circumstances are encountered at the job site which are concealed physical conditions, or unknown physical conditions of an unusual nature, which differ materially from that which is visually ascertained, customer agrees to accept responsibility for such conditions and those circumstances outside the control of contractor and further agrees to pay for any labor or materials, including repair to damaged equipment of contractor caused by such conditions and/or circumstances. It is the intent of this provision to make the customer responsible for all (1) unforeseen and concealed conditions, and (2) for that which contractor cannot control. Accordingly, customer further agrees to hold contractor harmless and shall indemnify and defend contractor and all its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees, consequential damages, arising out or as a result from the performance of contractors work involving, affecting, or relating to such unforeseen or concealed conditions regardless of whether such damages are caused in part by contractor. Client is responsible for contacting the local one-call center to request public utility locates and for all actions required for compliance with RCW 19.122, ET. Seq. Any liability of C-N-I Locates, Ltd. Shall be limited to an amount not more than the total amount billed by C-N-1 Locates, Ltd. For its services for this request. if utilized-Ground Penetrating Radar (GPR) subsurface utility scanning is not without its limitations, its effectiveness is site specific and varies greatly from place-to-place. The most significant performance limitation of GPR is in high- conductivity materials such as clay soils and soils that are salt contaminated. Performance is also limited by signal scattering in heterogeneous conditions (E.G. Rocky Soils) and responds differently to changes in soil type, density, water, content, as well as many other buried objects; making unique identification of the desired target difficult. GPR Structural and Concrete Imaging depth of exploration is dependent upon the electrical properties of material(s) 2of3 C-N-I Locates Ltd. UBI 4602133975 http. www.cnilocates.com inspected and interpretations are opinions based on judgments made from those acquired radar signals and/or other data. GPR cannot distinguish the difference between a single rebar, conduit or post tension cable. It can only detect the center and approximate depth of target. Also, while scanning in congested areas, with upper and lower rebar mat's, conduits and post-tension cables... A 3-D scan to aid in viewing various elements is recommended along with a radio frequency (RF), electromagnetic (EM) and 60 cycle scan (power must be running through these lines) is performed to detect any utilities as a secondary precaution. At all times during the term of this agreement, and for a period of three (3) years following any termination of expiration thereof, contractor and client agree that they shall not, directly or indirectly, for themselves or on behalf of any person or entity solicit or contact any employees or customer of each other for the purpose of inducing them to terminate their employment or contractual agreements with either of them or to become employees or independent contractors of either of them or such person or entity. We want to thank you for trusting C-N-I Locates Underground Utility Detection & Inspection Services with your recent service needs. We would like to follow up to make sure that you received exceptional service during this visit, as well as to make sure all your questions or concerns were addressed to your satisfaction. We value all our customer's feedback and would like to ask if you would please write a review regarding your experience. Your comments help others know what to expect when they are looking for the services we offer. Please give us your feedback by visiting: https://g.page/r/CTOtmv5oD4v4EAI/review C-N-1 Locates Ltd. UBI #602133975 http://www.cnilocates.corn 3 of 3 FA Sheet No.: 13 DAILY REPORT OF FORCE ACCOUNT WORKED �_ T Project Name: TIB Sidewalk Improvements Project No: 22-3003,22-3004 Item No.: 8017 Date: 4/25/2023-4/26/2023 Description of Work: Unlocated power @ sta 36+05 vactor truck trench Work by Subcontractor?: NO Prime Contractor: ACI Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs Hourly Rate Hrs OT Rate AMOUNT John A IForeman 95.31 $ Corey Truck Driver 91.2 $ Jim S Laborer 69.58 $ Cody P Operator 91.2 $ Lavorato Truck Driver 91.2 $ Wyatt Laborer 3 68.37 $ SUBTOTAL-LABOR: $ LABOR OVERHEAD&PROFIT @ 31% $ LABOR TOTAL $ EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment# Equipment Description Hrs I Hourly Rate Hrs Standby Rate AMOUNT 141 Dump Truck 96.81 $ 441 Chevy 3500 31.97 $ Backhoe 105.66 $ 152 Trailer 11.25 $ 492 Dump Truck 78.08 $ 506 85G Deere 102.75 $ SUBTOTAL-EQUIPMENT $ EQUIPMENT OVERHEAD&PROFIT @ 21% $ EQUIPMENT TOTAL $ MATERIALS/SERVICES/RENTALS MATERIALS/SERVICES Quantity Units Unit Price DOLLAR AMOUNT ECO Street Services#5394 1 ea $ 2,925.95 $ 2,925.95 $ $ $ SUBTOTAL $ 2,925.95 OVERHEAD&PROFIT @ 12% $ 351.11 TOTAL $ 3,277.06 Verification of Hours Worked: TOTAL: $ 3,277.06 12%MARKUP (for prime when subcontract work) $ - Miranda Frasier 10/25/2023 Contractor's Representative Date SHEET TOTAL: $ 3,277.06 Owner's Representative Dat,/ �f ? Pay ima a Entered: Date: By: ECO Street Services,LLC. 14505 Aqua Drive Kp N �r _ Gig Harbor,WA 98329 253-549-9223 shammon99@gmail.com Street Services, LLC www.ecostreetservices.com 253.549.9223 �a www.ecostreetservices.com BILL TO SHIP TO INVOICE# 5394 ACI#22-044 Kent ACI#22-044 Kent DATE 04/30/2023 Kent, WA DUE DATE 06/29/2023 ["SATE ACTIVITY OTY RATE AMOUNT 04/25/2023 Services 6.50 225.00 1,462.50 VAC Truck Services on Project #22-044 at Hogan Park and Russell in Kent,WA 04/26/2023 Services 5.50 225.00 1,237.50 VAC Truck Services on Project #22-044 at Hogan Park and Russell in Kent,WA 04/26/2023 Services 1 225.95 225.95 Pass through charges for Dump Fees ECO Street Services, LLC SUBTOTAL 2,925.95 TAX 0.00 TOTAL 2,925.95 BALANCE DUE $2,925.95 THANK YOU FOR YOUR BUSINESSM Bryant, Jason From: Krier, Rick Sent: Monday, April 24, 2023 7:52 AM To: Barry, Jason; Holcomb, Drew Cc: Bryant, Jason Subject: RE: Power conflict is completed Good Morning Team: ACI is planning on Pot Holing today after saw cutting is completed. I will send the information as soon as I have it. Thanks Rick K From: Barry,Jason<JBarry@kentwa.gov> Sent: Monday, April 24, 2023 7:30 AM To: Holcomb, Drew<DHolcomb@kentwa.gov> Cc: Bryant,Jason <JBryant@kentwa.gov>; Krier, Rick<RKrier@kentwa.gov> Subject: FW: Power conflict Hi Drew, Just an FYI... should know more after potholing. Thanks, Jason Jason Barry, Capital Projects Supervisor Construction Management I Public Works Department 220 Fourth Avenue South, Kent, WA 98032 400 Phone 253-856-5546 1 Cell 253-797-8462 IN rr_ iibarry�KentWA.00v 7.10Waei..wai�bx www.KentWA.4ov PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E- MAIL From: Krier, Rick<RKrier@kentwa.gov> Sent: Friday, April 21, 2023 11:52 AM To: Barry,Jason <JBarry@kentwa.gov> Subject: Power conflict 1 r s + "" ; Jason I think we are going to have a problem in this area 36+00 CB#2A looks like it lands on a power line. I'll have the pot hole on Monday to confirm. 3