Loading...
HomeMy WebLinkAboutWest Coast Signal 12-19 LIMTED PUBLIC WORK CONTRACT NO. 12-19 Project No.CP1215,Banner Pole Foundation Repair THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal Corporation("City"),and West Coast Signal, Inc("Contractor"),whose mailing address is 20111 208th Ave SE, Renton, WA,98058; The parties agree as follows: 1. CONTRACTOR SERVICES. The Contractor shall do all work and furnish all tools, materials and equipment for the construction of Project No. CP 1215 in accordance with this Contract form. Scope of work is as follows: The Contractor shall do all work and furnish all tools,materials and equipment for the construction of Project No.CP1215, in accordance with this Contract form and as shown on the attached Exhibit A entitled"Exhibit A—Project Location Map",the attached Exhibit B entitled"Exhibit B—Technical Special Provisions",the attached Exhibit C entitled"Exhibit C—List of Standard Details and Geotechnical Report",and the attached Exhibit D entitled "Exhibit D—Foundation Detail",and the 2010 Washington State Department of Transportation Standard Specifications for Road, Bridge,and Municpal Construction which is by this reference incorporated herein and made a part hereof. The complete Contract includes the following parts,which are by this reference incorporated herein and made a part hereof. Any inconsistency in the parts of the Contract shall be resolved by the order in which they are listed: A. Addenda B. Quote Proposal Form C. Limited Public Work Contract No. 12-19 D. Exhibit A—Project Location Map E. Exhibit B—Technical Special Provisions F 2010 Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction G. Exhibit C—List of Standard Details and Geotechnical Report H. Exhibit D—Foundation Detail I. Invitation to Submit Quote J. Washington State Department of Labor& Industries Prevailing Wage Rates and Benefit Key Code effective October 18'h, 2012. On the Contract plans,working drawings,and standard plans, figured dimensions shall take precedence over scaled dimensions. LIMITED PUBLIC WORK CONTRACT NO.Error:MergeField was not found in header record of data source. 10/09/12 Page I of 13 In case of any ambiguity or dispute over interpreting the Contract,the City Engineer's decision will be final. H. CITY OF AUBURN BUSINESS LICENSE REQUIRED In order to do business in the City of Auburn,you are required to have a current City of Auburn business license. All subcontractors and lower tier subcontractors working on the project must also have a City of Auburn business license. M. NOTICE TO PROCEED- A Notice to Proceed will be issued once the Contract has been fully executed by the Contractor and City, and all required documents as set forth in this Contract and all requirements as set forth in the award letter have been met. IV TIME OF COMPLETION. The Contractor shall complete the work within 25 working days from the date of issuance of the City's Notice to Proceed. V LIQUIDATED DAMAGES. If said work is not completed within the time specified,the Contractor agrees to pay liquidated damages to the City as follows: A. To pay(according to the following formula)liquidated damages for each working day beyond the number of working days established for physical completion,and B. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. C. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Formula: Contract Price(without tax)x 0.15,divided by the original number of working days for completion. VI. HOURS OF WORK Normal working hours for the Contract shall be any consecutive 8- hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday If the Contractor desires to perform work on holidays, Saturdays, Sundays,or between the hours of 6:00 p.m. and 10:00 p.m. on any day,the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer two (2)working days prior to the day for which the Contractor is requesting permission to work. The City reserves the right to grant or deny any such request at its sole discretion. 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, as indicated in Auburn City Code Chapter 8.28.010 entitled "Noise Control." If the Contractor desires to work during restricted times,the Contractor shall submit a written request to the Engineer fourteen(14)calendar days prior to the day for LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 2 of 13 which the Contractor is requesting permission to work. The written request will include specific days and times and description of work to he performed and the reasons the work cannot be performed during the normal hours of work. The City reserves the right to grant or deny any such request at its sole discretion. If approval is granted, it may be revoked at any time the City receives complaints from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for any reason. VII. COMPENSATION. The Contractor shall do all work and furnish all tools,materials, and equipment for the work and services contemplated in this Contract for the lump sum price of fourteen thousand one hundred and twenty-five dollars($14,125.00.) This project is subject to use tax, which shall be included in the lump sum price stated on the Quote Proposal Form. The retail sales tax area is 1702 for King County No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every Subcontractor, has been approved by the State Department of Labor& Industries,and is received by the City A. Performance Bond. A performance bond is not required for this project. B. Retainaae. The City shall hold back retainage in the amount of five percent(5%)of any and all payments made to the Contractor pursuant to RCW 39.08.010. The Contractor can choose to have the retainage held by the City in a non-interest bearing account,have it placed in an Escrow(interest bearing)Account, or submit a bond in lieu of retainage. Said retainage shall be held by the City for a period of forty-five(45)days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and State Employment Security Department, including Affidavits of Wages paid for the Contractor and each and every subcontractor,and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Contract;and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason,to satisfactorily complete any portion of the work,the City may complete the work by contract or otherwise,and the Contractor shall be liable to the City for any additional costs incurred by the City "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 3 of 13 further reserves its right to deduct the cost to complete the Contract work, including any additional costs,from any and all amounts due or to become due the Contractor D Final Payment: Waiver of Claims. The making of final payment(excluding withheld retainage)shall constitute a waiver of claims, except those previously and properly made and identified by the Contractor as unsettled at the time request for final payment is made. VIII. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Contract,the City being interested only in the results obtained under this Contract. IX. SUBCONTRACTING. Work done by the Contractor's own organization shall account for at least 30(thirty)percent of the awarded Contract price. Before computing this percentage however,the Contractor may subtract(from the awarded Contract price)the costs of any subcontracted work on items the Contract designates as specialty items, including the helical pile materials and installation. The Contractor shall not subcontract work unless the City approves in writing. Each request to subcontract shall be on the form the City provides. If the City requests,the Contractor shall provide proof that the subcontractor has the experience, ability,and equipment the work requires. The Contractor shall require each subcontractor to comply with RCW 39 12(Prevailing Wages on Public Works)and to furnish all certificates and statements required by the Contract. As stated in Section VI, "Compensation,"no payment shall be issued until a Statement of Intent to Pay Prevailing Wages form,for the Contractor and each and every subcontractor,has been approved by the State Department of Labor&Industries, and is received by the City Along with the request to sublet,the Contractor shall submit the names of any contracting firms the subcontractor proposes to use as lower tier subcontractors. Collectively,these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor When a subcontractor is responsible for construction of a specific structure or structures,the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: A. Furnishing and driving of piling,or B. Furnishing and installing concrete reinforcing and post-tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The City will approve the request only if satisfied with the proposed subcontractor's record, equipment,experience and ability Approval to subcontract shall not: LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 4 of 13 I Relieve the Contractor of any responsibility to carry out the Contract. 2. Relieve the Contractor of any obligations or liability under the Contract and the Contractor's bond. 3 Create any contract between the City and the subcontractor,or 4 Convey to the subcontractor any rights against the City The City will not consider as subcontracting: (1)purchase of sand,gravel, crushed stone, crushed slag, batched concrete aggregates, ready mix concrete,off-site fabricated structural steel, other off-site fabricated items,and any other materials supplied by established and recognized commercial plants;or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However,the Washington State Department of Labor and Industries may determine that RC W 39 12 applies to the employees of such firms identified in A and B above in accordance with WAC 296-127 If dissatisfied with any part of the subcontracted work,the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the Contract. This section does not create a contractual relationship between the City and any subcontractor Also, it is not intended to bestow upon any subcontractor,the status of a third- party beneficiary to the Contract between the City and the Contractor X. TERMINATION. The City may terminate this Contract for good cause. "Good cause" shall include,without limitation,any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled Workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Contract. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor D The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. After all the work contemplated by the Contract has been completed either by the Surety or the City,the City will calculate the total expenses and damages for the completed work. If the total expenses and damages are less than any unpaid balance due the Contractor,the excess will be paid by the City to the Contractor If the total expenses and damages exceed the unpaid balance,the Contractor and the Surety shall be jointly and severally liable to, and shall pay the difference to,the City on demand. LIMITED PUBLIC WORK CONTRACT NO.Error!MergeFieid was not found in header record of data source. 10/09/12 Page 5 of 13 XI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages" with the State of Washington Department of Labor& Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages and comply with Chapter 39 12 of the Revised Code of Washington,as well as any other applicable prevailing wage rate provisions. The prevailing wage rate revision in effect on the quote submittal due date in effect on the date of the bid opening; is by this reference incorporated herein and made a part hereof. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor,has been approved by the State Department of Labor&Industries,and is received by the City Final payment shall not be released until an Affidavit of Wages Paid form for the Contractor and each and every subcontractor,has been approved by the State Department of Labor& Industries,and is received by the City XH. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Contract. If the Contractor determines, for any reason,that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within fifteen(15)calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance,the City will make an equitable adjustment. The City will attempt,in good faith,to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree,the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order If the Contractor fails to require a change order within the time allowed,the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the Contract work. If the Contractor disagrees with the equitable adjustment,the Contractor must complete the change order work; however,the Contractor may elect to protest the adjustment as provided below- A, Procedure and Protest by the Contractor If the Contractor disagrees with anything required by a change order,another written order,or an oral order from the City, including any direction, instruction, interpretation,or determination by the City,the Contractor shall: I Immediately give a signed written notice of protest to the City; 2. Supplement the written protest within fifteen(15)calendar days with a written statement that provides the following information: LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 6 of 13 a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. c. The provisions in this Contract that support the protest. d. The estimated dollar cost, if any,of the protested work and how that estimate was determined. e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests,provided the procedures in this section are followed. If the City determines that a protest is valid,the City will adjust payment for work or time by an equitable adjustment. No adjustment will he made for an invalid protest. B. Contractor's Duty to Complete Protested Work. In spite of any protest,the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Changes. The Contractor accepts all requirements of a change order by (1)endorsing it, (2)writing a separate acceptance, or(3)not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for Contract time and for direct, indirect and consequential costs, including costs of delays related to any work,either covered or affected by the change. D Failure to Protest Constitutes Waiver By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order(including directions, instructions,interpretations,and determination). E. Failure to Follow Procedures Constitutes Waiver By failing to follow the procedures of this section,the Contractor completely waives any claims for protested work and accepts from the City any written or oral order(including directions, instructions,interpretations, and determination). XIII. CLAIMS. The Contractor waives right to a claim if they have not followed procedures outlined in Section XI1.A of this Contract. If resolution cannot be reached under Section XII.A,then the Contractor shall give written notice to the City of all claims other than change orders within fifteen (15)calendar days of the City's notice of its final decision on the Contractor's protest. Any claim for damages,additional payment for any reason,or extension of time, whether under this Contract or otherwise, shall be conclusively deemed to LIMITED PUBLIC WORK CONTRACT NO.Error!MergeFicid was not found in header record of data source. 10/09/12 Page 7 of 13 have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract; or if(and only if)no such provision is applicable,unless that claim is set forth in detail in writing and received by the City within seven(7)calendar days from the date the Contractor knew,or should have known,of the facts giving rise to the claim. At a minimum, a Contractor's written claim must include the information set forth regarding protests in Section XII.A. Failure to provide a complete,written notification of claim within the time allowed shall be an absolute waiver of any claims arising in any way from the facts or events surrounding that claim or caused by that delay The Contractor must, in any event, file any claim or bring any suit arising from or connected with this Contract within forty-five(45)calendar days from the date the Contract work is complete. XIV WARRANTY All defects in workmanship and materials that occur within one year from the date of the City's acceptance of the Contract work shall be corrected by the Contractor When defects are corrected,the warranty for that portion of the work shall extend for one year from the date such correction is completed and accepted by the City The Contractor shall begin to correct any defects within seven(7)calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time,the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XV INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials,employees, agents and volunteers 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 the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers,officials, employees,agents and volunteers,the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that this indemnification constitutes the Contractor's waiver of immunity under Industrial Insurance,Title 51 RCW, solely for the LIMITED PUBLIC WORK CONTRACT NO.Error:MergeField was not found in header record of data source. 10/09%12 Page 8 of 13 purposes of this indemnification. The parties acknowledge that they have mutually negotiated this waiver The provisions of this section shall survive the expiration or termination of this Contract. XVI. INSURANCE. The Contractor shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the Contract work hereunder by the Contractor, its agents,representatives,employees or subcontractors. Before beginning work on the project described in this Contract,the Contractor shall provide a Certificate of Insurance evidencing the coverages listed below The policies of insurance for general,automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers,elected officials, employees,agents and volunteers,and any other entity specifically required by the Contract Provisions,as additional insured(s). A. Automobile Liability insurance covering all owned, non-owned,hired and leased vehicles with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage. 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. B. Commercial General Liability insurance written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate,and a$2,000,000 products-completed operations aggregate limit. Coverage shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors,products-completed operations,personal injury and advertising injury,and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy,with respect to the work performed for the City using ISO Additional Insurance endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. C. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 9 of 13 D. 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 E. Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery,equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers, or contractors as well as to any temporary structures, scaffolding, and protective fences. F Waiver of Subrogation. The Contractor and the City waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees,each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to Section XV of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. G. Acceptability of Insurers. Insurance is to be placed with authorized insurers in Washington State with a current A.M.Best rating of not less than A- VII. H. 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. 1. Subcontractors. Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum,the insurance coverages listed in this section. Upon request of the City,the Contractor shall provide evidence of such insurance. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor The City reserves the right to receive a certified copy of all the required insurance policies. XVII. MISCELLANEOUS. A. Nondiscrimination. In the hiring of employees for the performance of work under this Contract,the Contractor, its subcontractors,or any person acting on behalf of Contractor LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 10 of 13 shall not,by reason of race,religion,color, sex, sexual orientation,national origin,or the presence of any sensory, mental, or physical disability,discriminate against any person who is qualified and available to perform the work to which the employment relates. B. Compliance with Laws. The Contractor shall comply with all federal,state and local laws,rules and regulations throughout every aspect in the performance of this Contract. C. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents,and subcontractors in the performance of this Contract. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials,tools,or other articles used or held for use in connection with the work. D. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein,or to exercise any option herein conferred in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect. E. Governing Law This Contract shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this Contract,resolution of that dispute shall be available only through the jurisdiction,venue and rules of the King County Superior Court,King County Washington. F Attorneys Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties'performance of this Contract, each party shall be responsible for payment of its own legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit; however,nothing in this subsection shall limit the City's right to indemnification under Section 10 of this Contract. G. Written Notice. All communications regarding this Contract shall be sent to the parties at the addresses listed on the signature page of this Contract, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event three(3)calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. H. Assignment. Any assignment of this Contract by the Contractor without the written consent of the City shall be void. I. Modification. No waiver, alteration, or modification of any of the provisions of this Contract shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page I1 of 13 J Severability If anyone or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid,that decision shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect. K. Entire Contract. The written provisions and terms of this Contract,together with any referenced documents and attached Exhibits , supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this Contract. This Contract,referenced documents, and any attached Exhibits contain the entire Contract between the parties. Should any language in any referenced documents or Exhibits to this Contract conflict with any language contained in this Contract,the terms of this Contract shall prevail. LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 12 of 13 IN WITNESS WHEREOF,the parties below have executed this Contract. WEST COAST SIGNAL, INC THE CI ( ature) _ (Signature) By �00iZ l� �^ �O� By Peter B. Lewis (Print name here) Its Its Mayor (Authorized rep esentative) DATE. 10-3 d_'Z 01- - DATE: I I 1 S I 1 Contractor's State License No. WESTCCS8928G State Tax Registration(UBI)No. 603149602 Federal Tax ID# 45-3619669 Notices to be sent to: Notices to be sent to: WEST COAST SIGNAL, INC CITY OF AUBURN Attn: Roger Sherwood Attn: Leah Dunsdon 20111 208TH Ave SE 25 West Main Street Renton, WA 98058 Auburn, WA 98001 Phone: 253-508-6412 Phone: 253.931.4013 Fax: N/A Fax: 253.931.3053 E-mail: rsherwood @westcoastsignal.com E-mail: Idunsdon @auburnwa.gov ATTEST Danielle E.Daskam,City Clerk APP D TO F D lel B.Hei , City Attorney H:\FORMS\FC125(Rev 12/1/06) LIMITED PUBLIC WORK CONTRACT NO.Error!MergeField was not found in header record of data source. 10/09/12 Page 13 of 13 I EXHIBIT A PROJECT LOCATION MAP I I CP1215,Banner Pole Foundation Repair CP1215 Banner Pole Foundation Repair 1. 3RO ST IST'ST N. 1i jai ST NI SST ST NE 'm 1ST ST NE Project Location I E MAIN'ST ? =P A PL SE In ;SW 137 ST SE 2ND 4T SE CP1215,Banter Pole Foundation Repair i i EXHIBIT B TECHNICAL SPECIAL PROVISIONS I I I INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specications for Road, Bridge, and Municipal Construction,2010 edition as issued by the Washington State Department of Transportation(WSDOT). The Standard Specifications,as modified or sdpplemented by these Special Provisions,shall govern all of the work. The deletion,alteration,or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section,and in no way should it be interpreted that the balance of the section does not apply I In case of conflict between the various elements of the Contract Documents,refer to Section 1-04.2 (Coordination of Contract Documents,Plans,Special Provisions Specifications,and Addenda)of these Special Provisions for order of precedence. IMPORTANT—PLEASE READ ` The Special Provisions are documents that: supplement,add new specifications,replace,or modify the Standard Specifications. To clarify the purpose of each section provided,Special Provisions have the following section descriptions. Supplement: Text supplements or adds clarification to that Section of the Standard Specifications. Revision: Pmts of that Section of the Standard Specification are altered. Replacement: Text replaces the entire identified Section of the Standard Specifications. New Section: This Section is a City of Auburn specification or is unique to this project and will not be found in the Standard Specifications. Deletion: This Section is deleted in its entirety. CP 1215,Banner Pole Foundation Repair DIVISION 1: GENERAL REQUIREMENTS DIVISION 1 GENERAL REQUIREMENTS i 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.23(1) CONSTRUCTION UNDER TRAFFIC Supplement (April 2006 City ofAuburn) All unattended excavations shall be barricaded at all times. j i This section is supplemented with the following: The Contractor shall obtain the approval of the Inspector of all barricading and lighting before leaving the job site each day Failure to provide proper barricading and lighting Rill j be cause for the City to call in a barricading company to install proper barricades and lights and charge the Contractor for all costs incurred. Inspector approval shall not relieve the Contractor of his legal responsibilities in case of project area accidents. j At the end of each working day, the Contractor shall place steel plates over unfinished portions of trenches or excavations. Material for temporary patches shall be hot or cold mix asphalt concrete. The cost for temporary patches or steel plates shall be incidental to the Contract. Flagging, signs, and all other traffic control devices shall be in accordance with Section 1- 10.3 (Traffic Control Labor,Procedures,and Devices). 1-07.28 HAUL ROUTES New Section (April 2006 City ofAuburn) Prior to moving any materials or equipment on public streets, the Contractor shall submit a haul route plan to the Engineer for approval per Section 1-06.7 (Submittals). The plan must be submitted five (5) working days prior to hauling. The Engineer must approve the haul route plan before hauling begins. Damage done to streets during the Contractor's hauling shall be repaired to pre-construction conditions at the Contractor's expense. If the Contractor hauls materials or equipment without an approved haul route plan, the Contractor may be assessed penalties per Section 1-08.9(1) (Penalties). 1-08 PROSECUTION AND PROGRESS i 1-08.5 TIME FOR COMPLETION Supplement/Revision (April 2006 City ofAubw•r1) This Section is supplemented as follows: The entire project,including cleanup,shall be physically completed within 25 working days, beginning on the day after the"Notice to Proceed"date. The City,for justified reasons,may extend the contract time. Late delivery of materials, such as the helical pile system, will be considered a justified reason for an extension or suspension if the Contractor can show written evidence of a CP1215 1-1 Special Provisions Banner Pole Foundation Repair DIVISION 1: GENERAL REQUIREMENTS prompt order date after award of the Contract, and a determined effort to acquire prompt j delivery in the specified time. Within five (5) calendar days of the Notice to Proceed, the Contractor shall provide evidence to the City of commencement of preparation of helical pile system submittals by the vendor. Within 5 calendar days of approval of each submittal by the City, the Contractor shall provide evidence, in the form of an invoice or purchase order from the supplier(s), that the helical pile materials and any other equipment and materials that may have lead times longer than fourteen(14)calendar days, have been ordered. The Contractor shall be responsible for storing all materials and equipment until they are ready to be installed. i Once evidence has been provided that all long lead materials and equipment has been ordered, the Contractor may request a contract suspension to allow for material and equipment manufacturing and delivery If a manufacturing and delivery suspension is requested and granted, a date for contract restart shall be mutually agreed upon between the City and the Contractor. The duration of any such manufacturing and delivery suspension is not included in the contract time noted in the Contract Documents. If requested by the Contractor and approved by the City, the Contractor may perform items of work not included on the critical path of the project schedule during the manufacturing and delivery suspension period, and contract working days will not be counted during this period. Suspension of work for any reason other than a mutually agreed manufacturing and delivery period shall be subject to the requirements of Section 1-08.6, and is specifically excluded from the provisions of this paragraph. 1-08.7 MAINTENANCE DURING SUSPENSION Revision (October 1, 2005 AP WA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary detour. 1-08.9(1) PENALTIES New Section (April 2006 City of Auburn) If the Contractor implements traffic control without an approved traffic control plan per Section 1-10 (Temporary Traffic Control), or if the Contractor hauls materials without an approved haul route per Section 1-07.28 (Haul Routes), the Contractor will be assessed penalties equal to 10%of the calculated Liquidated Damages per Section 1-08.9(Liquidated Damages)per incident or$100 per day, which ever is greater. A Traffic Control incident is defined as, per day, per location. A Haul Route incident is defined as one truckload of materials or equipment. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 GENERAL Revision (October 1, 2005 APWA GSP) CP1215 1-2 Special Provisions Banner Pole Foundation Repair DIVISION 1: -GENERAL REQUIREMENTS I Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being famished by the Contracting Agency The Contractor shall erect and maintain all construction signs,warning signs,detour signs,and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1-10.2(2) TRAFFIC CONTROL PLANS Supplement (June 2008 City ofAuburn) Any Contractor-proposed Traffic Control Plan shall conform to the established standards for plan development as shown in the MUTCD, 2003 Edition, Part VI, and the WSDOT Work Zone Traffic Control Guidelines, latest edition. A separate pedestrian traffic control plan shall be required from the Contractor if normal pedestrian travel is affected by the Contractors actions. The Contractor shall submit the Traffic Control Plan to the Engineer for review and approval at least five (5) working days in advance of the time the traffic control devices, including signs, are scheduled to be installed and utilized. The Engineer must approve the Traffic Control Plan before any onsite work begins on the project. Any modifications or deviations from the approved Traffic Control Plan will require review and approval by the Engineer. The Contractor's failure to obtain approval on Traffic Control Plans may result in penalties being assessed per Section 1-08.9(1) (Penalties). (April 2007 City ofAuburn) Outside edges of the traveled way may be delineated with traffic safety drums or tubular markers providing that the requirements of Section 1-07.23(1) (Construction Under Traffic) are met. Barricades must comply with TRAFFIC-05,Barricades,Moveable Type III. 1-10.5 PAYMENT Replacement All costs for"Temporary Traffic Control" as specified in Section 1-10 (Temporary Traffic j Control)shall be considered incidental to the Contract and no additional compensation will ! be made. END OF DIVISION 1 i I CP1215 1-3 Special Provisions Banner Pole Foundation Repair i DIVISION 2: EARTHWORK DIVISION 2 EARTHWORK 2-01 CLEARING,GRUBBING AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION Supplement Clearing and grubbing shall be done to the construction limits shown on the plans and as directed by the Engineer. When no clearing and grubbing limits are shown,the clearing and grubbing limits shall be the smallest area required to complete the other Contract Work. Open burning will not be permitted on this project. 2-01.2(2) DISPOSAL METHOD NO.2- WASTE SITE Supplement No waste site has been provided for the disposal of excess material. 2-01.3 CONSTRUCTION REQUIREMENTS Supplement All landscape materials that remain in the work area shall be removed and disposed of by the Contractor,except when the Engineer specifically orders salvage or protection. Before removing landscaping material, the Contractor must receive written approval from the Engineer to begin his work. 2-01.5 PAYMENT Supplement All costs associated with clearing and grubbing shall be considered incidental to the lump sum contract price. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 CONSTRUCTION REQUIREMENTS 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, CURBS AND GUTTERS Supplement (July 2010 City ofAuburn) Pavement, sidewalks, curbs,and gutters shall be saw cut in such a fashion as to form a neat break line. Saw cutting costs shall be included in the lump sum contract price. 2-02.5 PAYMENT Supplement All costs associated with saw cutting, subgrade excavation, and cement concrete flat work removal shall be considered incidental to the lump sum contract price; no additional payment will be made. CP 1215 2-1 Special Provisions Banner Pole Foundation Repair DIVISION 2• EARTHWORK 2-07 WATERING 2-07.3 CONSTRUCTION REQUIREMENTS Supplement j When the Engineer determines that dust is a problem, the Contractor shall water to control the dust in accordance with Section 1-07.23(1) (Construction Under Traffic), Item 6 of, "When traffic must pass through grading areas" All means to disperse water shall be supplied by the Contractor. The Contractor shall have a water truck available for watering. 2-074 MEASUREMENT Supplement No Measurement for water will be made. 2-074(l) WATER FROM CITY HYDRANTS New Section The Contractor shall obtain a Fire Hydrant Permit from the City of Auburn Pennit Center(I East Main Street)before taking of water from hydrants. Water will be furnished by the City from the fire hydrant to be designated at the time a Fire Hydrant Permit is obtained and in accordance with the terms of the Fire Hydrant Permit. To obtain a Fire Hydrant Permit the j applicant shall make a deposit of$1,449.00 which covers the use of a water meter, hydrant wrench, brass adapter and hydrant gate valve, and is refundable if returned in acceptable condition. When the meter, hydrant wrench, and gate valve are returned in acceptable condition,the final charge for water usage will be deducted from the $1,449.00 deposit and the balance refunded to or paid by the applicant. The applicant shall pay a base fee of $31.00 per month and all water usage will be paid by the applicant at the rate of$2.83 per hundred cubic feet. Meters will be read and billed monthly NOTE. These are current 2012 rates and may be revised periodically The Contractor shall be responsible to contact the City and verify these rates when preparing the bid. Adjustment of these rates by the City will not be the basis for any contract unit price adjustment. The Contractor shall furnish all required equipment and material necessary for transporting the water from the hydrant,including gauges for testing(except the meter, wrench and valve as stated above). 2-07.5 PAYMENT Supplement Payment for "Water" will be considered incidental to the lump sum contract price; no � additional payment will be made. i END OF DIVISION 2 CP1215 2-2 Special Provisions Banner Pole Foundation Repair DIVISION 3 PRODUCTION FROM OUARRY AND PIT SITES AND STOCK PILING DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES, AND STOCKPILING I 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 CONTRACTOR FURNISHED MATERIAL SOURCES Supplement No source has been provided for any materials necessary for the construction of this improvement. If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets,the Contractor shall make all arrangements for use of the haul routes at no cost to the City All costs of acquiring,producing and placing material shall be incidental to the unit Contract prices for the various items involved. END OF DIVISION 3 I I I I i I I i CP 1215 3-1 Special Provisions Banner Pole Foundation Repair DIVISION 4•. BASES DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.5 PAYMENT Supplement All costs associated with acquiring, producing and placing material shall be considered incidental to the lump sum contract price;no additonal payment will be made. i END OF DIVISION 4 i l i CP1215 41 Special Provisions Banner Pole Foundation Repair i DIVISION 5: SURFACE TREATMENTS AND PAVEMENT BASES DIVISION 5 SURFACE TREATMENTS AND PAVEMENT BASES No Revisions END OF DIVISION 5 I i CP1215 5-1 Special Provisions Banner Pole Foundation Repair EXMrr B—TEMUCAL SPECIAL-SPECIFICATIONS Project No. CP1215,Banner Pole Foundation Repair DIVISION 6: STRUCTURES Non-Federal Printed on: 9/21/2012 5:00 PM Last Revised 9121/12 CERTIFICATION The technical material and data contained in this document were prepared under the supervision and direction of the undersigned,whose seal,as a Professional Engineer licensed to practice as such, is affixed below PARAMETRIX ES SC WHO �asza: r Prepared by E. Charles Schott,P.E. (Special Provision Section 6-20) C c ed y Joseph R.Merth,PE i Approved by AusV A.Fisher,PE I DIVISION 6*- STRUCTURES DIVISION 6 STRUCTURES 6-20 BANNER LUMINAIRE POLE FOUNDATION NEW SECTION 6-20.1 DESCRIPTION New Section This work consists of constructing a helical pile supported foundation for the banner luminaire pole. 6-20.1(1) DEFINITIONS New Section CHANCE: CHANCE Civil Construction(Centralia and Independence,MO). Contractor- The person/firm responsible for performing the helical pile work. Coupling: Central steel shaft connection means formed as integral part of the plain extension shaft material. For Type SS helical piles, couplings are internal or external sleeves, or hot upset forged sockets. j Coupling Bolt(s): High strength, structural steel fasteners used to connect helical pile i segments together.For Type SS segments,the coupling bolt transfers axial load. Geotechnical Report: "East Main Street Settlement Evaluation" by Terracon Consultants, Inc.;May 31,2012,included in Exhibit C. Helical Extension: Helical pile foundation component installed immediately following the lead or starter section, if required. This component consists of one or more helical plates welded to a central steel shaft of finite length.Function is to increase bearing area. Helix Plate: Generally round steel plate formed into a ramped spiral. The helical shape provides the means to install the helical pile, plus the plate transfers load to soil in end j bearing.Helix plates are available in various diameters and thickness. Helical Pile: A bearing type foundation element consisting of a lead or starter section, helical extension (if so required by site conditions), plain extension section(s), and a pile cap. Aka helical screw pile,screw pile,helical screw foundation. I.nstallation Torque(T): The resistance generated by a helical pile when installed into soil. j The installation resistance is a function of the soil type, and size and shape of the various components of the helical pile. Lead Section: The first helical pile foundation component installed into the soil, consisting of single or multiple helix plates welded to a central steel shaft.Aka Starter Section. Pile Cap: Connection means by which structural loads are transferred to the helical pile. The type of connection varies depending upon the requirements of the project and type of helical pile material used. Round Shaft (RS): Round steel pipe central shaft elements ranging in diameter from 2-7/8 inches to 10 inches.Alta Hollow Shaft(Type HS),Type T/C,Type PIF Plain Extension: Central steel shaft segment without helix plates. It is installed following the installation of the lead section or helical extension(if used). The segments are connected with integral couplings and bolts.Plain extensions are used to extend the helix plates beyond the specified minimum depth and into competent load bearing stratum. Safety Factor- The ratio of the ultimate capacity to the working or design load used for the design of any structural element. Square Shaft (SS): Solid steel, round-comered-Square central shaft elements ranging in size from 1-1/4 inches to 2-1/4 inches.Aka Type SQ. CP1215 6-1 Special Provisions Banner Pole Foundation Repair i DIVISION 6: STRUCTURES i Torque Strength Rating: The maximum torque energy that can be applied to the helical pile foundation during installation in soil,aka allowable,or safe torque. 6-20.2 MATERIALS New Section 6-20.2(1) BANNER LUMINAIRE POLE FOUNDATION New Section Banner luminaire pole foundation materials shall meet the requirements for light standard foundations per Sections 8-20 and 9-29, except as specifically noted otherwise in the Plans or Special Provisions. i 6-20.2(2) HELICAL PILES FOR BANNER LUMINAIRE POLE FOUNDATION New Section Helical pile materials shall be 1.5-inch-square shaft rounded corner Type SS5 system as manufactured by CHANCE Civil Construction(Centralia and Independence,MO)as further described below,or approved equal. 6-20.2(2)A CENTRAL STEEL SHAFT New Section The central steel shaft, consisting of lead sections, helical extensions, and plain extensions, shall be Type SS (Square Shaft) hot rolled Round-Cornered-Square (RCS) solid steel bans meeting dimensional and workmanship requirements of ASTM A29 The bar shall be modified medium carbon steel grade (similar to AISI 1044) with improved strength due to fine grain size. • Torque strength rating= 5,500 ft-lb • Minimum yield strength=70 ksi 6-20.2(2)B HELIX BEARING PLATE New Section Helix hearing plates shall be hot rolled carbon steel sheet,strip,or plate formed on matching metal dies to true helical shape and uniform pitch. Bearing plate material shall conform to ASTM A572, or A1018, or A656 with minimum yield strength of 50 ksi. Plate thickness is 3/8 inch. j ! 6-20.2(2)C BOLTS New Section Bolts to connect the central steel shaft sections together shall be 3/4-inch-diameter bolt per ASTM A320 Grade L7 or ASTM A325. 6-20.2(2)D COUPLINGS New Section Couplings shall be formed as an integral part of the plain and helical extension material as hot upset forged sockets. i 6-20.2(2)E PILE CAPS New Section The pile cap shall be a welded assembly consisting of structural steel plates and shapes designed to fit the pile and transfer the applied load. Structural steel plates and shapes for helical pile top attachments shall conform to ASTM A36 or ASTM A572 Grade 50. 6-20.2(2)F CORROSION PROTECTION New Section All helical pile materials shall be hot-dipped galvanized in accordance with ASTM A153 after fabrication. CP I215 6-2 Special Provisions Banner Pole Foundation Repair DIVISION 6: STRUCTURES i 6-20.3 CONSTRUCTION REQUIREMENTS New Section j 6-20.3(1) BANNER LUMINAIRE POLE FOUNDATION New Section The banner luminaire pole foundation shall be constructed per Section 8-20 except as I specifically noted otherwise in the Plans or Special Provisions. Care shall be taken when removing the existing foundation to minimize disturbance of surrounding soils. Construction Method 2 per WSDOT Standard Plan J-28.30-02, utilizing a metal form and compacted backfill, shall be utilized where native soils are disturbed during removal of the existing foundation, proposed shaft excavation, or other disturbances around the proposed banner luminaire pole foundation. Disturbed soils shall be over-exeavated as necessary to accomplish and confirm mechanical compaction of backfrll. Backfill shall be imported lightweight fill material consisting of sand (100% passing the U.S. No. 4 sieve) that has a maximum wet density of 125 pounds per cubic foot and less than 5 percent passing the U,S. No. 200 sieve and shall be mechanically compacted to at least 90 percent of the modified Proctor dry density (ASTM D1557). 6-20.3(2) CONSTRUCTION SUBMITTALS New Section Work shall not begin until all the submittals described below have been received and approved by the Engineer. All costs associated with incomplete or unacceptable submittals shall be the responsibility of the Contractor. All submittals involving the CHANCE Civil Construction helical system shall be signed and sealed by a Registered Professional Engineer currently licensed in the State,of Washington. All submitted information shall he clear, sharp high contrast copies. 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.,)by the City Each resubmittal shall include the original number with a sequential alpha letter added(IA, 1B, 1C,etc.)by the Contractor. 4. Description of the submittal and reference to the contract requireinent, bid item number or technical specification section and paragraph number being addressed. 6-20.3(2)A SCHEDULE OF SUBMITTALS Within five (5) calendar days after the Notice to Proceed, the Contractor shall 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 of Submittals must be accepted prior to payment. 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 under Which they are specified. Indicate whether the submittal is required for product review of proposed equivalents, Shop Drawings, Product Data or Samples or required for product information only CP1215 6-3 Special Provisions Banner Pole Foundation Repair DIVISION 6: STRUCTURES The Contractor shall allow a minimum of five (5) calendar days unless otherwise noted for the Engineer's review. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain favorable review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery 6-20.3(2)B SHOP DRAWINGS,PRODUCT DATA, SAMPLES This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals: 1. Shop Drawings: Submit five copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit five copies,two of which will be marked, stamped and returned to the Contractor. The Contr actor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturers' full range of colors and finishes. One sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include the City of Auburn Request for Submittal Approval form as a cover letter. Any submittals made without this cover form or without all of the required information filled out by the Contractor shall be rejected without review. 2. Each submittal shall include all of the items and materials required for a complete assembly,system or Specification Section. 3. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 4. Include information on characteristics of electrical or utility service required and verification that such requirements have been coordinated with service provided by the work and by other interconnected eleinents of the work. 5. Provide verification 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 that are he or have or will be submitted. ulm 6-4 Special Provisions Banner Pole Foundation Repair DIVISION 6- ...STRUCTURES 6. Label each QPL form, Product Data submittal, Shop Drawing, and Sample with the information required in this Section. 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. 7 Additional requirements for submittals are contained in the Technical Specification sections. 8. Designation of work as "NIC" or"by others" shown on the Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. A separate letter explaining the deviations shall accompany submittals that contain deviations from the requirements of the Contract Documents. The Contractor's letter shall: I. Cite the specific Contract requirement, including the Specification Section and paragraph number,for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City 3. State the reduction in Contract Price,if any,that is offered to the City The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "NO EXCEPTIONS TAKEN" — Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "MAKE CORRECTIONS NOTED (NO RESUBMISSION REQUIRED)"— Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. 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 or errors which shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. 4, "REJECTED - RESUBMIT" — Submittal does not conform to Plans and Specifications in major respect. A new submission is required. 5. "NOT REVIEWED'—Submitted information is not required on project. For material submittals the Engineer will marls each submittal with the appropriate-material acceptance code(s) listed on the "Request for Submittal Approval"form prior to returning it to the Contractor. A letter explaining the changes shall accompany re-submittals that contain changes that were not requested by the Engineer on the previous submittal. CP1215 6-5 Special Provisions Banner Pole Foundation Repair DIVISION 6:_. STRUCTURES 6-20.3(2)C ENGINEERING CALCULATIONS New Section The CHANCE Civil Construction helical pile configuration indicated in the Plans has been selected by the Engineer based on literature published by CHANCE. The Contractor shall submit to the Engineer, for review and approval, working drawings and design calculations for the helical pile configuration shown in the alternative CHANCE configurations in the Plans, or other systems proposed by the Contractor for the Engineer's consideration as an equal,as necessary to meet the following design criteria: Design Criteria: • Ultimate Bearing Capacity 16 kips(8 kip design load with Safety Factor of 2.0). • Maximum Working Compression Load on helical piles: Pa1lo vc = 0.4 *fyshs8*Ashaft Where: Pallo vc = allowable working load in compression(kip) f*a n = minimum yield strength of central steel shaft(ksi) Ashatt = area of central steel shaft (with contusion allowance if required)(in?) • Ultimate Compression Load(Pau.)on helical piles: P„It = fyu,aa*Aahaa Where: P„lw= ultimate structural capacity in compression(kip) fy:hae = minimum yield strength of central steel shaft(ksi) Aahaa = area of central steel shaft (with corrosion allowance if required)(in.2) • Appropriate Strata: In-soil capacity shall be developed by end-bearing on the helix plate(s) in the gravelly sand encountered between approximately 15 and 30 feet below existing grade as indicted in Boring Log No.B-1 of the Geotechnical Report. The overall length and installed torque of a helical pile shall be specified such that the required in-soil capacity is developed by end-bearing on the helix plate(s) in appropriate strata. I It is recommended that the theoretical end-bearing capacity of the helix plates be determined using HeliCAP® Engineering Software or equal commercially available software. The required soil parameters (c, �, y, or N-values) for use with HeliCAP® or equal shall be consistent with information provided in the geotechnical report. 6-20.3(2)D CONSTRUCTION PROCEDURES New Section The Contractor shall submit a detailed description of the construction procedures proposed for use to the Engineer for review. This shall include a list of major equipment to be used and Working Drawings. The Working Drawings shall include the following: • Helical pile number, location and pattern by assigned identification number (if Contractor elects to construct multiple piles). • Helical pile design toad. • Type and size of central steel shaft. • Helix configuration(number and diameter of helix plates). • Minimum effective installation torque. CP1215 6-6 Special Provisions Baoner Pole Foundation Repair DIVISION 6• STRUCTURES • Minimum overall length. • Inclination of Helical pile. • Cut-off elevation(below finished grade). • Helical pile attachment to structure relative to grade beam,column pad,pile cap,etc. 6-20.3(2)E SHOP DRAWINGS New Section The Contractor shall submit shop drawings for all helical pile components, including corrosion protection and pile top attachment to the Engineer for review and approval. This includes helical pile lead/starter and extension section identification (manufacturer's catalog numbers). If required, the Contractor shall submit certified mill test reports for the central steel shaft, as the material is delivered,to the Engineer for record purposes. The ultimate strength,yield strength,percent elongation, and chemistry composition shall be provided. 6-20.3(2)F EQUIPMENT CALIBRATION New Section i The Contractor shall submit to the Engineer copies of calibration reports for each torque indicator or torque motor to be used on the project. The calibration tests shall have been performed within ninety (90) days prior to proposed use on the project. Helical pile installation and testing shall not proceed until the Engineer has received the calibration reports. These calibration reports shall include, but are not limited to, the following information: • Name of proj ect and Contractor i • Name of testing agency • Identification(serial number)of device calibrated • Description of calibrated testing equipment • Date of calibration • Calibration data 6-20.3(3) SITE CONDITIONS New Section Prior to commencing helical pile installation, the Contractor shall inspect the work of all other trades and verify that all said work is completed to the point where helical piles may commence without restriction. The Contractor shall verify that all helical piles may be installed in accordance with all pertinent codes and regulations regarding such items as underground obstructions,right-of-way limitations,utilities,etc. In the event of a discrepancy, the Contractor shall notify the Engineer. The Contractor shall not proceed with helical pile installation in areas of discrepancies until said discrepancies have been resolved. If extra work is involved associated with the discrepancies, the procedure shall be as provided in Section 1-04.4(Changes)of the Standard Specifications. 6-20.3(4) INSTALLATION EQUIPMENT New Section Installation equipment shall be rotary type, hydraulic power driven torque motor with -clockwise and counter-clockwise rotation capabilities. The torque motor shall be capable of CP1215 6-7 Special Provisions Banner Pole Foundation Repair DIVISION 6: STRUCTURES continuous adjustment to revolutions per minute (RPMs) during installation. Percussion drilling equipment shall not be permitted.The torque motor shall be a high torque,low RPM motor to allow the helical screw plates to advance with minimal soil disturbance. Torque motor shall have torque capacity 15%greater than the torsional strength rating of the central steel shaft to be installed. Equipment shall be capable of applying adequate down pressure (crowd) and torque simultaneously to suit project soil conditions and load requirements. The equipment shall be capable of continuous position adjustment to maintain proper helical pile alignment. 6-20.3(5) INSTALLATION TOOLING New Section Installation tooling shall consist of a Kelly Bar Adapter (KBA) and drive tools as j manufactured by helical pile manufacturer and used in accordance with the manufacturers written installation instructions. Installation tooling shall be maintained in good working order and safe to operate at all times. Flange bolts and nuts should be regularly inspected for proper tightening torque. Bolts, connecting pins, and retainers shall be periodically inspected for wear and/or damage and replaced with identical items provided by the manufacturer.A torque indicator shall be used during helical pile installation. The torque indicator can be an integral part of the installation equipment or externally mounted in-line with the installation tooling.The torque indicator shall meet the following requirements: • Capable of providing continuous measurement of applied torque throughout the installation. • Capable of torque measurements in increments of at least 500 ft-lb. 1 • Calibrated prior to start of work. Torque indicators which are an integral part of the installation equipment shall be calibrated on-site. Torque indicators which are mounted in-line with the installation tooling shall be calibrated either on-site or at an appropriately equipped test facility within 90 days prior to use on the project. Indicators that measure torque as a function of hydraulic pressure shall be calibrated at normal operating temperatures. • Re-calibrated, if in the opinion of the Engineer and/or Contractor reasonable doubt exists as to the accuracy of the torque measurements. 6-20.3(6) INSTALLATION PROCEDURES New Section Central Steel Shaft(Lead and Extension Sections): The helical pile installation technique shall be such that it is consistent with the geotechnical,logistical,environmental,and load catrying conditions of the project. The lead section shall be positioned at the location as shown on the working drawings. Battered helical piles can be positioned perpendicular to the ground to assist in initial advancement into the soil before the required batter angle shall be established. The helical pile sections shall be engaged and advanced into the soil in a smooth, continuous manner at a rate of rotation of 5 to 20 RPMs. Extension sections shall be provided to obtain the required minimum overall length and in torque as shown on the working drawings. Connect sections together using coupling bolt(s)and nut torqued to 40 ft-lb. CP1215 6-8 Special Provisions Banner Pole Foundation Repair i DIVISION 6: - STRUCTURES. Sufficient down pressure shall be applied to uniformly advance the helical pile sections approximately 3 inches per revolution. The rate of rotation and magnitude of down pressure shall be adjusted for different soil conditions and depths. 6-20.30 TERMINATION CRITERIA New Section The torque as measured during the installation shall not exceed the torsional strength rating of the central steel shaft. The minimum installation torque and minimum overall length criteria as shown on the working drawings shall be satisfied prior to terminating the helical pile installation. If the torsional strength rating of the central steel shaft and/or installation equipment has been reached prior to achieving the minimum overall length required, the Contractor shall have the following options: • Option A. Terminate the installation at the depth obtained subject to the review and acceptance of the Engineer,or: • Option B: Remove the existing helical pile and install a new one with fewer and/or smaller diameter helix plates. The new helix configuration shall be subject to review and acceptance of the Engineer. If re-installing in the same location, the top-most helix of the new helical pile shall be terminated at least (3) three feet beyond the terminating depth of the original helical pile. If the minimum installation torque as shown on the working drawings is not achieved at the minimum overall length,the Contractor shall have the following options: • Option A.Install the helical pile deeper using additional extension sections,or: • Option B: Remove the existing helical pile and install a new one with additional and/or larger diameter helix plates. The new helix configuration shall be subject to review and acceptance of the Engineer. If re-installing in the same location, the top- f most helix of the new helical pile shall be terminated at least (3) three feet beyond the terminating depth of the original helical pile. • Option C: De-rate the load capacity of the helical pile and install additional helical pile(s). The de-rated capacity and additional helical pile location shall be subject to the review and acceptance of the Engineer. If the helical pile is refused or deflected by a subsurface obstruction,the installation shall be terminated and the pile removed. The obstruction shall be removed, if feasible, and the helical pile re-installed. If the obstruction can't be removed,the helical pile shall be installed at an adjacent location, subject to review and acceptance of the Engineer. If the torsional strength rating of the central steel shaft and/or installation equipment has ' been reached prior to proper positioning of the last plain extension section relative to the final elevation, the Contactor may remove the last plain extension and replace it with a shorter length extension. If it is not feasible to remove the last plain extension, the Contractor may cut said extension shaft to the correct elevation. The Contractor shall not reverse(back-out)the helical pile to facilitate extension removal. The average torque for the last three feet of penetration shall be used as the basis of comparison with the minimum installation torque as shown on the working drawings. The average torque shall be defined as the average of the last three readings recorded at one-foot intervals. CP1215 6-9 Special Provisions Banner Pole Foundation Repair DIVISION 6: STRUCTURES The average torque can be empirically related to the helical pile's ultimate capacity in end- bearing. This well-known attribute of helical piles can be used as a production control method to indicate the helical pile's end-bearing capacity 6-20.3(8) INSTALLATION RECORDS New Section The Contractor shall provide the Engineer copies of helical pile installation records within 24 hours after each installation is completed. These installation records shall include,but are not limited to,the following information. • Name of project and Contractor. • Name of Contractor's supervisor during installation. • Date and time of installation. • Name and model of installation equipment. • Type of torque indicator used. • Location of helical pile by assigned identification number. • Actual helical pile type and configuration—including lead section (number and size j of helix plates), number and type of extension sections (manufacturer's SKU numbers). • Helical pile installation duration and observations. • Total length of installed helical pile. • Cut-off elevation. • Inclination of helical pile. • Installation torque at one-foot intervals for the final 10 feet. I • Comments pertaining to interruptions,obstructions,or other relevant information. i • Rated load capacities. 6-20.3(9) ALLOWABLE TOLERANCES New Section The tolerances quoted in this section are maximums. I Centerline of helical piles shall not be more than 3 inches from indicated plan location. 2. Helical pile plumbness shall be within 5-degrees of design alignment. 3. Top elevation of helical pile shall be within +1 inch to 2 inches of the design vertical elevation. 6-20.3(10) QUALITY ASSURANCE New Section Helical piles shall be installed by a Contractor certified by the helical pile manufacturer to install the product proposed for this project. These Contractors shall have satisfied the certification requirements relative to the technical aspects of the product and installation procedures as therein specified. Certification documents shall be provided upon request to the Engineer or their representative. CP1215 6-10 Special Provisions Banner Pole Foundation Repair DIVISION 6: STRUCTURES The Contractor shall employ an adequate number of skilled workers who are experienced in the necessary crafts and who are familiar with the specified requirements and methods needed for proper performance of the work of this specification. ! All helical piles shall be installed in the presence of a designated representative of the Engineer unless said representative informs the Contractor otherwise. The designated representative shall have the right of access to any and all field installation records and test reports. Helical pile components as specified therein shall be manufactured by a facility whose quality systems comply with ISO (International Organization of Standards)9001 requirements. Certificates of Registration denoting ISO Standards Number shall be presented upon request to the Engineer or their representative. 6-20.4 MEASUREMENT New Section There will be no specific measurement for the work included in this section. 6-20.5 PAYMENT New Section All costs in connection with removing and replacing the banner luminaire pole foundation, including but not limited to removal, protection and temporary storage of the existing banner luminaire pole during construction; removing and disposing of existing foundation and surrounding improvements as needed to construct the new foundation; furnishing and installing Helical Pile(s); Helical Pile, working drawings and design calculations; concrete foundation and anchor bolts; traffic control; and restoration of surrounding area disturbed during construction to match or better pre-construction conditions, and resetting of the existing banner luminaire pole including all electrical work to disconnect and reconnect, shall be included in the lump sum Contract price. END OF DIVISION 6 I CP1215 6-11 Special Provisions Banner Pole Foundation Repair i DIVISION 7: - DRAINAGE STRUCTURES STORM SEWERS SANITARY SEWERS.WATER MAINS AND-'CONDUITS DIVISION 7 DRAINAGE STRUCTURES,STORM SEWERS, ! SANITARY SEWERS,WATER MAINS AND CONDUITS No Revisions i END OF DIVISION 7 I i CP 1215 7-1 Special Provisions Banner Pole Foundation Repair DIVISION 8: MISCELLANEOUS DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-011 DESCRIPTION Supplement The Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system. Measures shall be in accordance with and conform to the City of Auburn Design Standards Manual, the City of Auburn Construction Standards Manual and these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials,labor,and equipment. Exposed slopes and excavations shall be protected. The Contractor shall maintain and clean ' the facilities until final restoration has been placed and accepted. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. 8-01.5 PAYMENT Supplement/Revision All costs associated with installing, maintaining and removing temporary water pollution/erosion control measures shall be considered incidental to the lump sum contract price;no additional payment will be made. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 DESCRIPTION Replacement This work shall consist of construction of cement concrete sidewalks in accordance with these Specifications, the Contract Plans and the Standard Details in Exhibit C of this document,or as directed by the Engineer. 8-14.2 MATERIALS Supplement The concrete for sidewalks shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6-02(Concrete Structures). 8-14.3 CONSTRUCTION REQUIREMENTS 8-14.3(2) FORMS Supplement Low areas in the subgrade shall be backfrlled with select materials or suitable native material as directed by the Engineer and the backfill shall then be compacted to the satisfaction of the Engineer. All high areas in the subgrade shall be cut down to meet the subgrade requirements. 8-14.3(3) PLACING AND FINISHING CONCRETE Revision/Supplement The second sentence in the fourth paragraph is revised to read: The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and Standard Details and may be formed by either embossing the wet concrete, adding a manufactured material before or after the concrete has cured,or installing masonry or ceramic tiles. CP1215 8-1 Special Provisions Banner Pole Foundation Repair DIVISION 8: _ MISCELLANEOUS Through joints and dummy joints shall be located and constructed in accordance with Standard Details Nos. TRAFFIC-24 (CormnerciaUIndustrial Sidewalk without Planter Strip) in Exhibit C of this document. Dummy joints shall be formed by first cutting a groove in the concrete with a tee bar of a depth equal to,but not greater than the joint filler material, and then working the pre-molded joint filler into the groove. Pre-molded joint filler for both through and dummy joints shall be positioned in true alignment at right angles to the line of the sidewalk and be normal to and flush with the surface. Where the sidewalk will be contiguous with the curb,it shall be constructed with a thickened edge as shown on the Standard Detail No. TRAFFIC-24 (Commercial/Industrial Sidewalk without Planter Strip). i Joints shall be edged with a %,inch radius edger and the sidewalk edges shall be edged with j a%:inch radius edger. The surface of the sidewalks shall be brushed with a fiber hair brush of an approved type in a transverse. The surface finish of the sidewalks and the locations of the.joints shall generally match the adjacent existing sidewalks,unless otherwise directed by the Engineer. 8-14.5 PAYMENT Supplement i All costs associated with all labor, materials and equipment necessary to install the cement concrete sidewalk including subgrade preparation and finish shall be considered incidental to the lump sum contract price;no additional payment will be made. 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.1 DESCRIPTION Supplement The first paragraph is deleted and replaced with the following: This work shall consist of all labor,materials and equipment necessary to take down and then reinstall the existing banner luminaare pole when the new banner luminaire pole foundation is in place,all in accordance with the Contract Documents. j 8-20.1(1) REGULATIONS AND CODE Supplement The forth paragraph of Section 8-20.1(1) (Regulations and Code) of the Standard Specifications is deleted and replaced with the following: The Contractor shall obtain an electrical permit from Washington State Department of Labor and Industries. Electrical Service inspection will be performed by Labor and Industries. Obtaining the permit and request for inspections is the responsibility of the Contractor. The Contractor is advised that safe-wiring labels required by Labor and Industries shall apply on this project. 8-20.3 CONSTRUCTION REQUIREMENTS 8-20.3(2)C CONDUIT TRENCH BACKFILL New Section Backfill for conduit trenches in the sidewalk sections shall consist of native material (provided aggregate is 1 inch minus) or crushed surfacing top course, depending on soil, as CP1215 8-2 Special Provisions Banner Pole Foundation Repair DIVISION 8: MISCELLANEOUS approved by the Engineer. Bacicfill for conduit trenches in roadway sections shall be crushed surfacing top course. 8-20.3(3)A REMOVAL OF FOUNDATIONS New Section Existing pole foundations shall be removed completely and disposed of, unless otherwise directed by the Engineer. 8-20.5 PAYMENT Supplement All costs associated with labor, equipment, materials, reinstallation, removing, and I construction of the barrier luminaire pole/foundation, and removing and disposing of existing foundation including coordination with Washington State Department of Labor & Industries, inspection, and scheduling shall be considered incidental to the lump sum contract price;no additional payment will be made. I i 1 t END OF DIVISION 8 1 I CP1215 8-3 Special Provisions Benner Pole Foundation Repair I DIVISION 9•. MATERIALS DIVISION 9 MATERIALS No Revisions I END OF DIVISION 9 i I , I I i i CP1215 9-1 Special Provisions Banner Pole Foundation Repair i i i, EXHIBIT C LIST OF STANDARD DETAILS AND GEOTECHNICAL REPORT NOTE: The Standard Details which are applicable to this project are herein provided for the Contractor's convenience. Additional Standard Details are available from the City upon request. STANDARD NUMBER DETAIL NAME COMMERCIALlINDUSTRIAL SIDEWALK WITHOUT PLANTER STRIP TRAFFIC-24 EXISTING DECORATIVE PEDESTRIAN BANNER LUMINAIRE AND POLE STEEL LIGHT STANDARD FOUNDATION TYPES A&B. WsDOT STANDARD PLAN J-28.30-02 it I i, i i - I CP 1215,Banner Pole Foundation Repair HF2 POLE TOP FINIAL (2) HAWS STEEL RIBBON LUMINAIRE ARIAS WITH TOP BRACE AND _ BOTTOM GUSSET 1II" (Tw) 4 Ll f� RECEPTACLE L 17�� C� H CD ) (2) 17'ERA BELL, WATTAGE PER LLJ LUMINAIRE SCHEDULE,METAL HALIDE 24" (M-c-nl), ROTATABLE OPTICAL W SYSTEM(WITH REFLECTOR LABELED JO F- (M) TO SHOT'!ORIENTATION OF LIGHT Q r PATTERN), FLAT LENS LUMINAIRE - W � I C:J OPTICAL SYSTEM ROTATION PER U i Z = LUlANAIRE SCHEDULE CL 5i Z F- (2) BPI-5-24-A-P/01 CLAMP U o Z F O STYLE FLOWN BASKET SUPPORT U-1 Z ARMS c n a- Ly C7 U O I :2 N N f, W KRS20-5120 5"SMOOTH ROUND I J Y 7 STRAIGHT STEEL (I1 GA)POLE w Z Q U ro J W APPLY BLACK SILICONE SEALANT P 0 5 AT INSTALLATION r HANDHOLE (SEE THIS SIICET FOR O - ORIENTATION DETAILS) HBGI-5 DECORATIVE ALUMINUM - d- CLAMSHELL BASE COVER SIDEWALK N LANDSCAPING 4" 0 ROADWAY i (3) 1"z36"z1" GALV. ANCHOR BOLTS J f BOLT PROJECTION FOR FOUNDABON DETAIL FRONT NF1'! SEE EXHIBIT D SIDE VILW EXISTING DECORATIVE PEDESTRIAN LUMINAIRE AND POLE I. 3/16"xi-1/2" DUMMY JOINT 10' O.C., MAX. CUT, 1" IN DEPTH, 5' O.C., MAX. ti ,:• 3/8"x4" EXPANSION R.O.W. �� JOINT 20' O.C. LINE 3" WIDE EDGER FINISH I 1� h I 5' TO 10 R.O.W. 3/8"x4" EXPANSION t LINE JOINT MATERIAL 2% TRAFFIC 4" THICK BARRIER - I18" C1 SLAB CURB AND 2 CSTC GUTTER THICKENED EDGE TO COMPACTED SUITABLE FULL DEPTH OF CURB BASE MATERIAL AS SECTION PER NOTE 1 BELOW NOTES, 1) PLACE CEMENT CONCRETE ON COMPACTED SUITABLE BASE, AS- PER j WSDOT STANDARD SPECIFICATION SECTION 2-06.3 AND AS APPROVED BY THE ENGINEER. 2) CEMENT CONCRETE SHALL BE CLASS 3000 AS PER WSDOT STANDARD SPECIFICATION SECTION 6-02.3 WITH 5% AIR ENTRAINMENT. 3) INSPECTION REQUIRED FOR FORMS AND SUB GRADE APPROVAL BEFORE POURING CONCRETE. 4) DRIVEWAYS SHALL CONFORM TO CITY OF AUBURN STANDARD DETAILS TRAFFIC-07 TO TRAFFIC-11. 5) MATCH JOINTS ON SIDEWALK WITH JOINTS ON THE CURB AT 10' O.C. AP VED By CITY ENGI DATE' - cmw=.✓" COMMERCIAL/INDUSTRIAL SIDEWALK 'L O WVHINMN WITHOUT PLANTER STRIP _ CITY OF AUBURN WA. = E _T. -OF PUBLIC WORKS STANDARD DETAIL•, TRAFFIC-24 Geotechnlcal Engineering Report East Main Street Settlement Evaluation Auburn, Washington 31 May 1 Tarrecon Project • 81126042 Prepared . Prepared City of Aubum Public Works Auburh, Washington . Mountlake - t —.�iDfFlcas NctronwlJe aLstnbllsllnd In 1966 1 �;y� � '� �•'-- �`"� -� �. ; rte.. rf r 'SS-;''?7r�e fir' ly • ..t'�.C" � I J P � I �rr ���' +J`1 w Y U' C>�111111U}!VU'DrW�q UJf yIU�IdC17 it�l.UUI ' f p� J r F�4 f 1 LJ;v .....Ll:�� cr+i.. !-tom - r;wce';i. •'<f�.Y� Gaofoc,llm.cn_I_ fJ :!Envlru`n;ri>tenta.l , ,� ' Cunslrticfion,'Mate��iols D facilities""' Irerrecan 31 May 2012 City of Auburn'Public Works 25 West Main Street Auburn,Washington 88001 Attention: Ms.Kim Truong, Project Engineer Subject: Geotechnical Engineering Report East Main Street Settlement Evaluation Auburn,Washington Terracon Project No.81125042 Agreement AG-C-356,Amendment 4, Geotechnical Services Task No. AGC358T004 Dear Ms. Truong: Terracon Consultants, Inc. (Terracon) has completed the geotechnical engineering services for the above referenced project This evaluation was completed in general accordance with the scope of services described in Task No. AGC358 TO04 dated 3 May 2012. Written epthorizallon to proceed was provided by the City on 3 May 2012. This report presents the findings of the 'subsurface exploration and provides geotachnical conclusions and recommendations concerning the settlement that effects the sidewalk and other features at the j site. We appreciate the opportunity to be of service ►o ybu on this project. If you have any questions conceming this report,or if we maybe of further service,please contact us. Respeotfully Submitted, A. 11 TERRACON CONSULTANTS, INC. Q�ati of wasn� y Ir AV C:3�_1'L/ �QtC 17fii,>�— - �� k�GISiel�v� �w David C. Williams, I.G. LEG fONALt'tu avid A. 6aska, PhD, PE Senior Engineering Geologist Senior Associate corlo: Addrds'sae(3 Mural mriLs,100) T @!(atCn l;cn•�k7�ll; IriC .2 r�Gi.@4;1•• tv:nua Yfc51 $q.•.d bJrJ MggrUb�3 r:ffJv: fi JiJL.�i,}h:3c=1 P {J?:)771 5304 P 'l4251 771 j547 13'r�tOP�4R TABLE OF CONTENTS Page EXECUTIVE SUMMARY..,....... ... ...... .... ......11 1.0 INTRODUCTION. ..... .,. ... ,,,1 2.0 SCOPE OF SERVICES. ....... 1 3.0 PROJECT INFORMATION „1 3.1 Project Description. 1 3.2 Site Location and Description .2 4.0 SUBSURFACE CONDITIONS ... .............. ... ... ,,,;, ,2 4.1 Published Geologic Conditions .2 4.2 Surface Conditions .2 4.3 Subsurface Soil Conditions .2 4.4 Groundwater ,3 5.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION .3 5.1 Geotechnical Considerations .3 5.2 Settlement Causation. 4 5.3 Settlement Mitigation q 5.4 Earthwork .5 5.4.1 Site Preparation .6 5.4.2 Excavation .6 5.4.3 Subgrade Preparation 6 5.4.4 Engineered Fill Material Recommendations .6 5.4.5 Compaction Recommendations 7 5.4.6 Construction Considerations 7 5.5 Luminaire Foundation Considerations. .8 5.5.1 Lateral Bearing Pressures. .8 5.5.2 Shallow Foundation Considerations .8 5.5.3 Shallow Foundation Construction Considerations 9 5.5.4 Deep Foundation Support .9 I 5.5.5 Existing Foundation Underpinning. 10 5.6 Opinion of Probable Costs 10 5.6.1 Sidewalk Settlement Mitigation. 11 5.6.2 Helical Anchor Luminaire Foundation. 11 6.0 GENERAL COMMENTS i i i i I Responsive n Resourceful v Rollable i i APPENDIX A—FIELD EXPLORATION Exhibit A-1 Site and Exploration Plan Exhibit A-2 Field Exploration Description Log of boring B-1 APPENDIX B—LABORATORY TESTING Exhibit B-1 Laboratory Testing Grain size distribution test results APPENDIX C—SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification I Responsive a Resourceful a Reliable I i Goolechnlcal Engineering Report �JB P� ®� East Main Street Settlement Evaluation N � Autrurn,Washington 31 May 2012 , Terracon Prolect No.81125042 EXECUTIVE SUMMARY A geolechnical engineering evaluation has been completed to address the cause of sidewalk settlement along East lviain Street In Auburn, Washington. Terracon's geolechnical scope pf services Included a document review,field expterotion, laboratory testing,geolechnical engineering analysis,and preparation of this report Based on the Information obtained from our subsurface exploration and analysis, mitigation of the settlement is considered feasible from the geolechnical perspective. The folfowing geolechnical considerations were Identified: a Subsurface Conditions: Exploratory boring B-1 disclosed a 1.75-inch deep void below the sidewalk. Underlying soils included loose, silly sandy crushed rock fill material to a depth of approximately 2.5 feet, in turn underlain by very loose to loose sand with scattered organic material to a depth of 15 feet;we have Interpreted that this material consists of fill to a depth of about 6 feel. The very loose to loose sand was underlain by nallve alluvium consisting of medium dense gravelly sand and silly sand with sandy silt lnterbeds. Groundwater was observed at a depth of approximately 11.5 feel while drilling. Settlement Causation, The soli below the sidewalk Is very loose to loose tp.a depth of approximately 15 feet and iI does not offer much capacity in terms of providing support for the sidewalk, utilities, and luminaire In the area affected by the settlement. it Is our opinion that the settlement has occurred due to the low soil density, as well as the effects of surface water Infiltration into the soil,which would tend to collapse the vary loose to loose sand. • Sidewalk Settlement i a on: A reduction In future settlement potential of the sidewalk could be achieved by excavating the existing soil to a depth of 4 feet, compacting the underlying soils, placing a geotextlle fabric, and then placing compacted lightweight fill up to the sidewalk subgrade elevation. • l_uminaire'Foundatlon-Su000rt: The recommended soil removal and replacement will provide an improved lateral bearing Capacity for the luminaire foundation. However, we recommend installing a helical anchor below the luminaire foundation to reduce future :settlement It loading conditions warrant Helical anchors may be used to support a now lunlinalre foundation or possibly to underpin the existing foundation. Close monitoring of the construction operations discussed herein will be critical in achievtng the design subgrade support. We therefore recommend that Terracon be retained to monitor this portion of the work, This geolechnical executive summary should be used in conjunction with the entire report for design and/or construction purposes. It should be recognized that specific details were not Rasponsi,ie n Rasourcefut n RallaLle f Oeotechritcal Engineering Roport °� ��c��®� East Main Street Settlement[valuation tl! r Auburn,WaWnglon 31 May 2012, TerraGon Pioleet No,61125092 Included or fully developed in this summary, and the fenort must be rend in Its entirely for a cgmpreh'ensive understanding of the items contained herein. The section titled General Comments should be read for an understanding of the report limitation's, I Rasponslve it Resourceful u Reliable SI I GEOTEC14NICAL ENGINEERING REPORT EAST MAIN STREET SETTLEMENT EVALUATION AUBURN, WASHINGTON Terracon Project No.81125042 31 May 2012 1 0 INTRODUCTION This 'report presents the results of our.geotechnicai engineering services performed for the East Main Street Settlement Evaluation in Auburn,Washington. Topics addressed in this report include: Subsurface soil conditions Sidewalk settlement mitigation a Groundwater conditions Luminaire foundation support a Sidewalk settlement causation Cost consideratlons The project description, site conditions and our geatachnical conclusions and recommendations are presented in the text of this report. Supporting data including field exploration procedures, detailed exploration logs, results of laboratory testing, and other supporting data are presented as appendices. 2.0 SCOPE OF SERVICES Our geotechnical engineering scope of services for this project included a document review; field exploration; laboratory testing; gootechnicai engineering analysis; and preparation of this report. The approximate boring exploration location Is shown on the Sate and Exploration Plan,Exhibit A-1 A descriptive log of the exploration is Included In Appendix A of this report. Laboratory testing procedures and results are presented In Appendix S. 3.0, PROJECT INFORMATION 3.1 Project Description A section of the sidewalk at the northwest comer of the East Main Street and B Street 'NE intersection has settled. The settlement, which has occurred over the past several years, has resulted in the displacement of a sooting bench, sidewalk cracking, and necessitated grinding sidewalk panels adjacent to the settled area, Settlement of a iuminaire foundation has been observed. We understand that the City would like to rriitigate the sidewalk settlement and install a new luminaire foundation. Responsive a Rssourceful a Reliable 1 i I daotschnical E,fglaoaring kaport 'lrerrac®n East Malh$frost Solllement Evaluation Auburn,Washington 31 May 2012 n Terracon Project No.51125042 3.2 Site Locatiorf and Description The project site comprises a segment of concrete sidewalk located at the northwest corner of the East Main Street and B Street NE intersection, The segment in question Is located approximately 15 feet west of B.Street NE on the north side of East Main Slreel. The site Is illustrated on Exhibit A-1, the Site and Exploration Plan. 4.0 SUBSURFACE CONDITIONS 4.1 Published Geologic Conditions According to published geologic rhaps, the site Is underlain by younger alluvial consisting of shallow overbank deposit's consisting of sand with silt and a varied organic material content Peat deposits and discrete sill horizons are common within the shallow alluvium. The relatively one ov6rbank deposits are underlain by denser sand and gravel. 4.2 Surface Conditions We observed surface coriditiQns during site Visits in April and May 2012. The sidewalk was reconstructed in the early 1900s as part of overall road and utility Improvements according to a plan set provided by the City, The sidewalk It 11 to 21 feet wide at this location, and abuts a crosswalk that extends to the south. A landscape strip containing shrubs and a mature sweet gum tree is located along the north side of the sidewalk and abutting a parking lot to the north. A segment of the sidewalk approximately 47 feet long (east to west)has settled several inches, The sidewalk has a pronounced slope downward from north to south. The settlement has resulted In some cracking, necessitated grinding of siden+alk panels adjacent to the settled segment to remove trip hazards, and Initialed a pronounced lean in a seating bench. City staff members have Indlcated that settlement of the luminaire located within ilia seltlernenl zone has been observed. 4:3 Subsurface Soil Conditions Subsurface conditions presented In this report are based on the conditions encountered at the location of boring 6-1 Variations In subsurface conditions may exist in proximity to the boring and the nature and extent of such variation may not become evident until construction. If variations then appear, it may be necessary to reevaluate the recommendations of this report. Specific conditions encountered at the boring B-1 location are Indicated on the 'descriptive log in Appendix A. Stratification boundaries on the tog represent p,e approximate Iocaticn of changes in soil types.In situ, the transition between materials may be gradual. Responsfva o Respurceful u Reliable 2 i Geotechnical Engineering Report, '�j East Main Street Settlement Evaluation I reeracon Aubum,Washin5ton 31 May 2012 a Terraoori Project No. al 125042 The field exploration Included advancing boring B-1 to a depth of approximately 41 feet at the approximate location shown on the Site and Exptoratfon Ptah, Exhibit A-1. The sidewalk was approximately 5 inches thick at ilia boring location, and was underlain by a 1.75-Inch deep void, Loose rill material consisting of silty sandy crushed rock extended to a depth of approximately 2.5 feet,The rill was underlain by very loose to loose'sand with scattered organic material to a depth of 15 feet; we have interpreted that this material consists of till to a depth of about 6 feet, With the underlying very loose to loose sand comprising native overbank deposits, In our opinion. The very loose to loose saitd,was underlain by native alluvium consisting of medium dense gravelly sand and silty sand with sandy Slit in(erbeds. Appendix B contains a grain size distribution curve for a sample of the shallow sand. The moisture content of samples above the groundwater elevation ranged from 11 to 1D percent,A sample of the very loose sand tested In our laboratory had a.wet unit density of 117 pounds per cubic root and a dry unit density of 104 pounds per cubic foot, 4.4 Groundwater Groundwater was observed at a depth or approximately 11.5 feel below grade while advancing bpdng 8=1. However, it should be noted that groundwater conditions should be expected to fluctuate due to seasonal varlatlon In precipitation, site ulilization,and other factors. 5.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION i 6.1 Geotechnical Considerations Based on the conditions disclosed by the field exploration and our analysis, we conclude that mitigation of the sidewalk and IUminaire settlement is feasible from a geotachnical standpoint, contingent on proper design and construction practices, Geotechnical .engineering recommendations for foundation systems and other earthwork related phases of the project are outlined below. The recommendations contained In this report are based upon the results of held and laboratory testing(wNdh are presented In Appendices A and B),engineering analyses, and our current understanding of the project. AST.M and Washington Alate Department of Transportation (WSDOT) specilication codes cited heroin respectively refer to the current rrianual published by the American Soclety for Testing& Materials and the current edition of Ole Standard Specifications for Road, Bridge, and Municipal Construction(Publication M41-10). in our evaluations-or potential methods of mitigating settlement of the sidewalk, via considered compaction grouting, as wall as structural support using helical anchors or driven pin piles, However, based upon our experience, we concluded that these methods would be substantially more ekpenslve titan the recommended removal and replacement alternative. We also Responsive a Resourceful a Raliabte 3 ciaotechnipal Engineering Report Irerracan East Main street Settlement Evaluation Auburn,Wasfii'ngten 31 play 2012 a Torrecon Project No.81125042 considered low pressure grouting, also known as slab Iaoking, Which is a common method of raising or leveling settled slabs. However, we do not recommend [his process as It would be only a short-term solution and additional settlement would likely occur within a short limefrkrne. Our recommendations should provide adequate performance of the sidewalk and lu'minalre. However, by leaving very loose sells beneath the recommended 4-foot thick section of compacted Itll, some post-construction settlements may occur over time. The likelihood of post- construction settlement would be reduced by removing and replacing the full thickness of the very loose to loose soil, but we consider Oils approach to be impractical. 5.2 Settlement Causation The fine send 011 and native soil below a depth of 2.5 feet Is very loose; we observed Standard Penelralioh Test"N"values of 1 to 4,to a depth of approximatoly 15 feel. These soils offer little In terms of support for the sidewalk, utilities, and luminalre In the area affected by the settlement. It Is our opinion that the settlement has occurred due to the low sail density ! Inadequate bearing capacity relative to the long-term loading of the sidewalk and luminalre, as well as the effects of water infiltration into the soil, which would lend to collapse the very loose to loose sand. The contribution of surface water infitralion Into the very loose to loose sand and the subsequent volume reduction Is evidenced by the 1.75-4nch deep void that we observed below the sidewalk at the location of boring B-1. Sources of water that may have been introduced into the soil betow the sidewalk Include surface Water which would pass below the sidewalk around the panel edges and through cracks. Water from leaking pipes could also be a source. City staff recently inspected the section of ductile iron storm sewer that extends through the selllement area and observed deflection at a joint but not obvious signs of breakage or leakage. It is our opinion that the very loose to loose sand below the sidowolk will continue to collapse. resulting In further settlement of Uie sidewalk, luminafre, and utilities unless the conditions are inmproved, our recommendations for settlement mitigation are summarized below. 5.3 Settlement Mitigation In order to reduce the potential for continued settlement, we recommend the measures listed below. Details regarding our recommendations follow; m Removal of the sidewalk, luminalre, and luminaire foundation from the work area. i Excavation of existing sails to a depth of approximately 4 feel. It may be necessary to temporarily support shallow utilities that extend through the work area. We anticipate Ftesponslva a Risourc,itul u Reliable 4 Geotechnlcal Engineering Report r��r���i� �asl Maln Street SeUlement E+ialuation Auburn,Washington 31 May 2912 u Terrocon Project No.811251142 that this, Will Include the ductile iron storm sower, the line feeding a fire hydrant, and electrical conduit. • Inspection of the ductile iron storm se+rarer and fire hydrant supply line for evidence of leakage. If leakage Is suspected, the pips(s)should be repaired. • Compaction of the excavation subgrade with a vibratory plate compactor mounted on an excavator such .that significant vertical pressure can be applled to the vibratory plate. The subgrade Solis should be uniformly compacted to a firm dtid non-ylelding condition. The City may want to consider promoting additional collapse of the very loose to loose toll by pre-welting the subgrade soils prior to compaction of Ilia subgrade. • Placement of a geotextlie over the compacted subgrade. We recommend the use of Mlrali 660?{,or equivalent, • Backfilling the excavation In Tiffs to sidewalk subgrade elevation with relatively lightweight granular structural fill. • Provide additional support for the new luminalre foundation by installing a helical anchor to a depth of Approxirimately 20 feet below existing grade. We consider excavating to a depth of 4 feet reasonable in that temporary shoring would not necessarily be required par WAC 296.155-650, this depth would allow the placement of compacted fill below the ductile iron storm drain that has apparently already settled, and it will meet the goals of providing a supportive base for the new sidewalk. Replacing the existing very loose to loose rill In the excavation will also substantially Increase the lateral bearing pressure available for support of a new luminaire foundation. 5.4 Earthwork The following presents recommendations for site preparation, subgrade preparation and placement.of engineered fills on the project. The recommendations presented In this report for design and construction of foundations and slabs are contingent upon following the recommendations outlined in this section. Earthwork on the project should be observed and evaluated by Terracon. Evaluation of earthwcrk should Include observation and testing of engineered fill, .subgrade preparation, foundation bearing soils, and other geotechnical conditions exposed during the construction of the project. Reapbn9ive n Ratour-OW n Reliabta S I i i Geotechntcal Engineering Report �� ������ East Main Street Settlement Evaluation Auburn,Washington 31 May 2012 u Terracon Project No.81125042 0.4.1 Site Preparation Preparation for site grading anc,ohstruction should begin with procedures Intended to control surrace water runoff. 11 will be dhoult to,successfully utilize on-site soils as "engineered fill" If surface water drainage is not controlled during 'construction. Attempting to grade the site without adequate drainage control treasures will reduce the amount of on-site soil effectively available for re-use, increase the amount of import fill materials required. decrease excavation stability, and ultimately Increase the cost of the earthwork. We recommend Installing sandbags or other materials to form a berm around the work are to reduce the potential for surface water ent @ring the excavation during periods of wet weather 5.4.2 Excavation The soils that will be exposed In the excavation are anticipated to be very loose to loose sand some dagree of sidewall caving and sloughing should be expected. The contractor should be prepared to provide adequate temporary excavation shoring to reduce the potential for sidewall instability and damage to workers or utilities adjacent to the excavation. We recommend that Ilia excavation extend to a depth of 4 feet. Non-organtc soils removed from the excavation may be used to backfill the excavation provided the soil moisture content is such that adequate compaction can be achieved. We recommend wasting from the site soils that have more than 3 percent organics (dry weight basis), peat, large organic debris such as trenches or lops, or if the moisture content Is too high to allow compaclian to Ilene recommended density. 5.4.3 5ubgrade Preparation We recommend mechanically compacting the excavation subgrada with a vibratory plate compactor mounted on an excavator that allows the application of significant vertical force on the compactor. The subgrada should be compacted to a uniformly firm and non-yielding donditlon. We recommend placing a woven geotextile, such as Mirafi 500X (or equivalent) on the compacted subgrada prior to ongineered fill placement. The Oily may want to consider pre-wetting.the subgrada soils to promote collapse of the very loose to loose soils prior to compaction of the subgrade, Should this process be undertaken, the soil should be allowed to drain prior to mechanical compaction as recommended above. 5:4.4 Engineered Fill Material Recommendations Fill material Used to backrill the excavation should be placed in abdordance with the recommendatlons herein for engineered fill. Prior to placement, the surfaces to receive engineered fill should be prepared as previously described. All engineered fill should have less than 3 percent organic material by weight and should not contain debris or other deleterious material. Resronsive n Resourceful u Reliable f3 i (ieotechnical Eriyfndering Report �� � ��®� East Maln Street Settlement Evaluation Auburn, Washington M May 2012 is Terrocon Project No,81125042 I The suitability of soils for use as engineered fill depends primarily on the gradation and moisture content of the soil when It is pieced. As the amount of fines (that sell fraction passing the US No. 200 sieve) increases, soil becomes Increasingly sensitive to small changes in mplslure content and adequate compaction becomes more difficult, or impossible, to achieve. Generally, soils containing more than about 5 percent fines by Weight (based on that soil fraction passing the US No. 4 sieve) cannot be compacted to a firm, non-yielding condition when the moisture content Is more than a few percent from optimum. The optimum moisture content Is that which yields Ihe_grealest soil density under a given compactive effort. I In general, the site soils expected to be encountered In the excavation consist of some silty sandy crushed rock Immediately below the sldewalk and fine sand with a vartable silt, gravel, and organic material content. The non-organic soils lacking deleterious debris are considered acceptable for re-use as engineered Nil from a compositional perspective but are considered to have a moderate moisture sensitivity relative to compaction due to the fines content, The use of on-site soils will require strict control of the soil moisture content to achieve adequate compacton. Selective drying of over-optimum moisture soils may be achieved by soadrying or windrowing surficial malerials during extended periods of dry weather Soils which are dry of optimum may be moistened through the application of water and thorough blending to facilitate a uniform moisture distribution In the soil prior to compaction. The work site is relatively compact and we suspect that there may nobbe sufficient room to aerate soils that are wet of optimum,. If this is the 'case, existing soils that ere loo wet to compact to the recommended density should be wasted and replaced with Imported fill at a moisture content that allow$ adequate compaction. We recommend that imported fill consist of sand(100 Percent passing the US No.4 sieve)that has o maximum wet density of 125 pounds per cubic foot and less than 5 percent passing the US No. 200 sieve. The use of other fill types should be reviewed end approved by Terracon. Engineered BII 'should be placed and compacted In horizontal lifis, using equipment and procedures that will produce recommended moisture content and densitles throughout the rill. Fill lifts should not exceed 10 Inches in loose thickness, depending on the type of compaction equipment used. Thinnor lifts will be required For smaller compaction equipment. 5.4.5 Compaction Recommendations Recommended mechanically compacting the fill material used to backfill the excavation to at least 90 percent of lha modified Proctorfitaximum dry density(ASTM D 1557), 5.4.6 Construction Considerations The contractor is responsible for designing and constructing stable temporary excavations as required to maintain stability of both the excavalion sides and bottom, FkcaValiOns should be $toped or shored in the Interest of safety following local and federal regulations, including current OSHA excavation and trench safety standards. i ReapopaPre is Rasourcerul is F=liShtz 7 i Gootechnicai Engineering Report 1 rerracan East Maln Street Settlement Evaluallon Auburn,Washington �1 Nlay 2012,a Terracon project No.61125042 Terracon should be retained during the construction phase of the project to obs'erye earthwork operations and to perform necessary tests and observations during subgrade preparation and placement and compaction of engineered fill, 5.5 Luminaire Foundation Considerations We understand that the new luminalre that.'was installed recently will also be used as a banner least,and as sgch, will be subject to greater loads than a typical iuninatra, We understand that a new luminalre foundation will be designed by others, Our deslgn and construction recommendations for a foundation designed by WSDOT methods, as well as for a shallow foundation, are summarized below. 5,54 Lateral Bearing Pressures The lateral bearing pressure values presented below consider that the soil to a depth of 4 feet below sidewalk grade consists of engineered fill compacted to at least 90 percent or the modified Proctor dry density(ASTM D 1557)for a distance or 5 feet around the foundation and that the erigineerad fill subgrade Is compacted to a firm and non-yielding condition, affactivoly resulting in a 5 ford depth of medium dense soil below sidewalk grads, These values are applicable to luminalre foundations designed in accordance with WSDOT methodology. RECOMMEND,ED_'LATERAL BEARING PRESSURES _ Depth Interval (feet) Recommended lateral bearing pressure (psf)t n .J__ L. e — _- 0 to 5 3A00 I_ 5 to 15 500 ocomniendWd laleral bearing pressures from Table 17.2 in Section 17.21 of the WSDOT Geotechnical D.eslgn Manual 5.5.2 Shallow Foundation Considerations Design recommendations for a shallow luminalre foundation are presented in the following paragraphs. Description Value 2,000 psf Not allowable bearing pressure 1 Minimum dimensions I Assumed 4 feet square by 4 feel deep ApproAmato total static settlement' 1.5 Inches Allowable passive pressure 280 pcf(triangular distribution-Ignore upper 1.5 I reel of embedment)) Re"cnsivz a Rasaurceful u P,eliatie $ I Geptedfinleal Enginoefing Report �r�rtr���� East Main Street Settlement Evaluation 1_ Auburn,Washingtcn 31 May 2012 s Terracon Prefect No,81128042 Ultimate coefficient of sliding olctlo4 0,4 t. The recommended net allowable bearing pressure Is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. Assumes existing uncontrolled fill. any unsuitable Fill or soft sous, if encountered, WIII be removed to a depth of 4 feet below sidewalk grade, the subgrade will be compacted to a firm and non-yielding condition, and the excavation will ba backfilied with engine- red fill. Based upon a Factor of Safety of 3. 2. Assumes that foundation subgrade will be compactor!to firm and non-yielding condition. 3. Assumed that foundation backful Is cotiipacted in accordance with Section 4,24, Based upon a Factor of Safety.or 1.8. The(lot allowable bearing pressure presorted In the table above may be increased by one-third to resist transient dynamic loads such as wind or seismic forces. 5.5.3 Shallow Foundation Construction.Considerations The base of the foundation excavation should be free of water arid loose soil and rock prior to placing concrete, and should be compacted as recommended In this report. Concrete should be placed soon after excavating and compaction to reduce bearing soil disturbance. Should the soils at bearing level become excessively dry, disturbed, saturated, or frozen, the affected soil should be removed prior to placing concrete. We recommend that Terracon be retained to observe and lest the soil foundation bearing materials. 5.5.4 Qeap Foundation Support Improved vertical support and uplift resistance for the luminaire foundation could be achieved by ftlalling driven pin piles Of helical anchors, In i onsideratio'n of the soil conditions disclosed by boring B-1, we recommend the use of helical anchors. Our recommendations regarding design and installation of luminaire foundation Improvements using helical anchors reference anchors manufactured by the AS Chance Company. Other manufacturers offer helical anchors. AS Chance anchors comprise square cross section, high strength steel shafts equipped with open helical auger flights. The anchors are installed by screwing thorn into the ground with a proprietary driver that allciWs a determination of the appiled torque to be made as the anchors are Installed. Once a specific installation torque and adequate depth are achieved, the capacity of the anchor can be determined. The tops of the anchors are typically attached to pre- manufactured steel plates that are structurally attached to the foundation. Helical Anchor Caoacity Helical anchors aria available 16 a variety of helix and Shaft configurations in order to accommodate varied axial compression and tension loading conditions. The anchors may be installed in both plumb and battered orientations to meet specific requirements. Based upon our review of site conditions and common helical anchor installations, we estimate the a helical anchor utilizing a Chance SS-5 12-inch diameter helix and 1.5-Inch square section steel shaft, !,espunsiva a F:as.:urcef:fl u Ratiable g Geotechnicat EngineeringReport (er�.acan fast Main Street Settlement Evatuatlon i Auburn,Washington 31 May 2012 a Terracon Protacl No.81125042 Installed info the medium dense alluvial soils below a depth of 17 feet With an"N" value of 20, could achieve an allowable axial compressive or lenslon capacity of 6 kips, with an applied factor of safety of 2. A combination that Includes a Chance SS-5 12-Inch diameter and 10-Inch diameter helixes could achieve an allowable axial compressive or tension capacity or 10 kips, With an applied factor of safety of 2. Adjacent helical anchors should be no closer than three times the largest helix diameter measured center-to-center Helical anchor spacing should meet the foundation designer's criteria basad upon loading criteria. Variations in the helix combinations can accommodate different loading requirements. The presence of debris, cobbles or boulders, or roofs has the potential to lirhil helical anchor penetration. Should obstructions be encountered, It may be necessary to relocate affected anchors or remove obstructions. Also, the presence of gravel and posslt ly cobbles or wood in the alluvial deposits may prevent adequate helix penetration. The contractor should be prepared to pra-drill helical anchor locations, ii necessary Foundation Lateral Resistance A lateral capacity should not be assigned to plumb helical,anchors. Battered helical anchors,or ilia resistance of compacted soils in the previously excavated and backflled zone,may be used to provide lateral resistance. 5.65 Existing Foundation Underpinning It would be feasible to underpin the existing luminaire foundation in the event that the foundation designer concludes that it is structurally feasible. Helical anchors Installed as described above may be attached to structural brackets attached to the existing foundation. The brackets are typically attached through the use of holes drilled Into ilia foundation and epoxy grouted bolts, A structural engineer should design the underpinning detalls for the existing foundation if this alternative W selected. $.6 Opinion of Probable Costs As per the City's request,we have evaluated on a preliminary basis the likely costs associated With the earthwork aspects of the sidewalk settlemenl mitigation recommendations presented herein,as well as the costs associated with installing a deep helical anchor foundation fora new luminaire'foundalion. The summary presented below add_resses only the grading aspects of the sidewalk settlement mitigation; we have not included the costs of new concrete or utility restoration or repair The costs related to Installation of a helical anchor foundation for the new luminaire does not include the cost associated with the excavation, backfilling, or concrete. We have not addressed costs associated with site survey, structural and civil engineering design services, permitting, or construction InsPection. Responsive a resourceful r Raflabie 10 i Geatechnlcal Engtneering Report � �� ��®� Bast htalp Street Settlement Evaluation Auburn,Washington 31 blay 2012 a Tarracon Project No.81125042 To prepare our opinion of probable cost, we contacted local cor7lra'crors, reviewed costs of recently completed projects with which we provided geotechnical engineering services, and also retied upon our professional judgment. Any parties retying on these probable cost opinions Mould be Informdd that numerous factors that we have no way of predicting can affect the actual construction cost. For this project, these factors Include the cost or availability of labor, equipment, and materials, the contactor's method of pricing, market conditions, regulatory requirements, or unanticipated structural or geotechnical conditions. Terracon Consultants, Inc. makes no Warranty, express or implied, that the bids or negotialad ccst of the oonslrUaNOn will not vary from our opinion of probable construction costs. We recommend that a contingency of at least 25 percent be eppited to the probable construction costs presented below to account for unanticipated geotechnical conditions. Additional contingencies to account for other factors (including those listed aboVe) are recommended. 5.6.1 Sidewalk Settlement Mitigation We anticipate that the cost of the sidewalk settlement mitigation recommended herein will be on the order or suoo. This cost includes removal of the existing settled sidewalk, excavation to a depth of 4 feet below sidewalk grade, compaction of the excavation subgrade, placement of a geotextile fabric, and placement and compaction of new engineered fill in the excavation. Actual cost may be lower In the event that some of the site soils can be u_sed to fill the excavation. This cost,does not include activity associated with protection or repair of axis ting utilities that will be exposed In the excavation..installatlon of new sidewalk concrete, temporary erosion and sedimentation control, traffic control and signage, permits, taxes, or contractor mobliizatlo n/demobiliza lion. 5.6.2 Helical Anchor Luminaire Foundation Based on our conversations with a local contractor experienced with the Installation of helical anchors, we anticipate that the cost of installing two double helix helical anchors to a depth of approximately 20 feet would total approximately $3,040. This cost Includes mobilization/demobilization and Installation of the anchors. This cost does not include consslruction of the actual luminaiee foundation itself. The use of helical anchors to underpin the existing foundation would cost slightly more due to the cost of the brackets used to attach the helical anchors to the foundation and the time required for their installation. Responsive u Fr;curcafui n Rullabla 11 C�,eotechnical Engineering Repori Irerracon East Main street Settlement Evaluation Auburn,Washington 81 Nlay'2012 a T&SCOn Pirq]W No 81125042 6.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding Interpretation and Implementation of our geoteohnical recommendations In the design and specifications. Terracon should also be retained to provide observation and testing services during grading, excavation, foundation construction and other earth-related construction phases of the project. The analysis end recommendations presented in this report are based upon the data obtained from the explorations performed at the Indicated locations and from other information discussed In this report. This report does not reflect variations that may occur between explorations, across the site, or due to the modifying effects of construction or weather The nature and extent of such variations may not become evident until during or after construction. if variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by Implication any environmental or bletdgical(mg., mold, fungi, bacteria)aeseSsmenl of the site or Identification or prevention of pollutants, hazardous materials or conditions. If the City of Auburn is concerned about the potential for such contamination or pollution,other studies should be undertaken. This report`has been prepared for the exclusive use of the City of Aubum for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are Intandod or made. site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes In the nature, design, or rotation of the project as outlined In this report are planned, the concluslons and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report In writing. III I Resporsh+e u P.esourcelul a Reliable 12 i I I, t I APPENDIX A FIELD EXPLORATION I I i I S i ■� �� ' , � +saaa3ss ■� � e��0 1 TOM u: C,00technIbal Engineering Report � t �"t'���P� Easl Main Street Settlement Evaluation 1 Auburn,Wash?Mton ai May 2012 n Terracan Projeyt No.81125042 Field Exploration Descriptioh The field exploration Included b reconnaissance of surface conditions and advancing one ekploretory boring (B-1) e1 the approximate location shown on the Site and Exploration Plan, Exhlbii A-1 The location of tho exploration was determined by measuring distances from existing site features with steel and fiberglass.lapas- As such, the exploration location should Pe considered accurate to the degree implied by the measurement method. The approximate ground surface elevation at the boring location was determined by interpolating the grade Inforchauon shown on a site plan provided by the City of Auburn. The following sections describe Our procedure"s..associaled With the exploration. A descriptive logs of boring B-1 is Included in this appendix. Exploratory Boring Procedures Boring 8-1 was advanced via hollow stem auger methods using a compact trook-mounted drill rig operated by a local Independent drilling firm working under subcontract to our 'firm. An engineering geologist from our firm continuously observed the boring, logged the subsurface conditions encountered, and obtained representative soil samples. Alt samples were stored in moisture-tight containers and transported to our laboratory for further visual classification and testing, Throughout the drilling operation, soil samples wars obtained at 2,540011 to 5-fool depth intervals by means of the Standard Penetration Test {AST16I D 1586). This testing and sampling procedure consists of driving a standard 2-Inch outside diameter steel split spoon sampler 18 Inches into the soil with a 140-pound hammer free falling 30 Inches. The number of Moves required to drive the sampler through each 6-inch Interval Is recorded, and the total number of blows struck during the final 12 inches is recorded as the Standard Penetration Resistance, or "blow count" (N value). If a total of 5o blows Is struck within any 64nch Interval, the driving is stopped and the blow count Is recorded as 50 blows for the actual penetration distance. The resulting Standard Penelralion Resistance values Indicate the relative density of granular soils and the relative consistency of cohesive soils. Relatively undisturbed samples were obtained by pushing a 3-inch inside-diameter thin-walled Shelby tube into the ground In general accordance With ASTM D 1587 The enclosed boring log describes the vertical sequence of soils and materials encountered in the boring, based primarily upon field classifications and supported by subsequent laboratory examination and testing, V*ere a soil contact was observed to tie gradational, the log Indicates the average contact depth. 'Where a soil type changed between sample Intervals, we Inferred the contact depth. The log also graphicdlly Indicates the blow count, sample type, sample number, and approximate depth of each soil sample obtained from the boring, as well as selected laboratory testing results. if any groundwater was encountered In a borehole white drilling, the approximate groundwater depth, and date of observation, is depicted on the log. Uhbit A-2 I l 'C �213EYM5 N � i A 3LlLYYS '� (A rIl r71 S � I. 1 rr V Il rJ �• N N Ir �Z .NZ _Z` � N _ II PA i 9 t�3sM1vM Q Z" W `r u r .3 . j lEriv� PEI- _ « m-Al �siX e $ ti $n€ m W o F m B ? y C _ e3 _n O S s s rm u 4 O!' 1 ` N We ° N �.NO 'UJW'W 3 W JOD191NIIYtlC1 u s ` Ot —._-___-. �- � • i�9"i•n0 a;•n0 .T.S .."I�� .!n.4 . �Y` 1 A� �• •"trw.g'1WIIULW�Y:..... PdD"J•C4"J010NRL00ZLOSiLLQStlslY7M00lAtlYLViiISi�Vbb4A BORING_ LOG NO. B-1 Page 2 of2 PRO.IECT; East Mafn Street Sattiemonl CUENT;City of Auburn Evaluatlon SITE: East Wit Street&B Street NE Auburn,Washington LgCArcN s.remteA-, y,. ATr'«r,F,.u. N ��� t! Cra!11 AT— ,,.d,lAw.Z".. p4 � u II Pe,fl ' RTIiM/ GRABEi!-Y CANE f epf,In,CU Q wil aw.Im.twx N=Wum 7ensU - )o ea{mal�t(cdntdnred) 1r i2 �N T a 5-tz 1 p d. t7 a. 30 .)o j 12 13.1$•18 g13 n _ _- ,j `I AU SMI IM.NVII IAIGltoudUd SANDY SILT Irea gra l�pra%, I, me,:lilm dera�,we[ 35 — -- 13 74-7 S-14-N-14 13 PAYELLY SAND iSPI,trace rill,41.cA,dense.wet 'i ')o an )o r y 1&1a•2t &15 � - . i•r 1A. r Ny'vl S - s" IS .t 0 z a $Y.,LIitYtlVI YI%Y 4C JF(IpU'nX,y' n...W.OYJ QLL90�IIOM1IIIJI L'•:T04VY. '!N/fr4� I(-0 Ii`I.O V:�I_:.`u1J .A:la�SWOA�t 3"v Ef3�l hlldb mp[Ggdtalu pin;avr�e N�1ef SaeAG,s!bG!•J4dl n'Dj mfo pmm%, Film olari s mufama.Otne/I V AD='awnnmlA!pnd ___. ._ 894A((aM4 C W 4 3ppr4i,M:Irrk<I I and R �cM�+terMAO[i1.im WN4'�da tllpf uwntn«p•Llcn miic:num, g�g 3 W.�TE72 LEVEL OaSERVATICNS-. ---- � " 11.3'W1e7U DAfJir �/7p ��p p�„ry .er,�y5mren SLTvIL aukrU l'.JniGmrl SJ2Jt:. - .. �p �Lc'J��t1 !1 -- -... .. 9 ._ ... _.. ... T - @tllF,ghl15?Itk+ uu�di t'.Ylm}c w N41d CId�A,:e 1'!, cyt<Rv _- :a.r,ra,...>.1r•sn 7,IJ^+: sie¢.l Aa i i i i i i APPENDIX B LABORATORY TESTING 1 i Geotechnical Engineering Report `y�° � ��� East Main Street Settlement Evaluallon CC Autium,Washington 31 May 2012 a Terrecon Project No.$112502 Laboratory Testing Samples retrieved during .the field exploration were taken to the laboratoy for further obsprvatiort by the project geoteGhnical engineer and were classified in accordance with the Unified Soil 'Classification System (USCS) described In Appendix C. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Laboratory tests were conducted on setecteri soil samples and the test results are presented in this appendix. The laboratory test results were used for the geo tech nical engineering analyses, and the development of foundation and earthwork recommendations. Laboratory tests were performed in general accordance with the applicable ASTNI, local, or other accepted standards. Selected soil samplds obtained from the site were tested for the following engineering properties: • Moisture content • Grain size analysis Exhibit 8-1 Iu�I111111Y�Ym1�1Yii�l�ii'11f1YYI�111i��llllllu� 11NE1111111�®1111111��111117��II11111��IIn111�� 11IN1111111�®InIIi1��11n1111��1111111��1111111�� .1110IIi1111�®IIn111��1111111��IIII111��In1111�� II��IIln11�®IIIIt11�NOIn11111�uI1111MElllllu�� 1111111 moll nlll @Elulllla 111111111111�� ' 11��1111111��1111111��111111/11�IIIIIII��IIn111�� :.II��IIIIIII�oiI MORIN�� II��IIIIIl1��IIII111��IIi1111��lllllll�EHIIIIl�� 11��1111111�®IIIIIII��f111111�1/IIIIIII��IIIIIII�� 11��1111111�®IIIIIII��IIn111�1�I 1II111��f111111�� . ,11��1111111�®1111111��1111111�!!IIl1111��1111111�� 11��1111111�®flllll/��111111u�111®111/�IIIIIII�� II��IIUI11�1111111��1111111��111t1111��1111111�� II��IIIIIII��IIn111��1111111�/IIIIIn1��1111111�� II��IINIIII��IIIIIII��IIIIIII��IIIIIII��Im111�� II��IIIIIIIUIIII111�m111 1111111��1111111�� II��IIItIl1�iIII1111NEIII1n1��11111��111111�� ' 11��I111111��IIIIIII�IIIIIIIVIIn111�I1II111v 1u�u1111u1nnu�llnliu�ll11111��inu1�� 1�0—jECT-. East Main str Settlement pROjEdT NUMBER: $1125042 Evalustlon Auburd,W8211 n 21905 84th Ave.W,Suite■ 100 Mountlake Tei�ace,Washington EXHIBIT: 8.1 i l APPENDIX C SUPPORTING DOCUMENTS c I i I i i i GENERAL NOTES i DRILLING&SAMPLING SYMBOLS: j HS: Hollow Stem Auger I SS; Split spoon-1 yle"LD.,Z",unless unless otherwise noted pA: power Auger � ST. Thin-Walled Tube-3"O.D.,unless otherwise noted HA: Hand Auger ? RS: Ring Sampler-2.42"I.D.,3"O.D. unless otherwise noted RB: Rack Sit DB: Diamond Bit Coring 4",N.B WB; Wash Boring or Mud Rotary Bs; Bulk Sample or Auger Sample i The number of blows reWred to advance a standard 2-inch O.D.split-spoon sampler(SS)the last 12 inches of the total 1a-inch 'I penetration with a 140-pound hammer falling 30 Inches is considered the'Standard Penetration"or'N-value' WATER LEVEL MEASUREMENT SYMBOLS: NIE: Not Encountered WL. Water Level WS: While Sampling WCI: Wet Cave in WD: While Drilling DCI: Dry Cave In BCR: Before Casing Removal AB: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured In the borings at the times indicated- Groundwater levels at other times and other locations across the site could vary. In pervious soils,the indicated lave mayirerefleectt the location observations.ter.only In low permeability soils,the accurate determination of groundwater levels may not be possible DESCRIPTIVE SOIL CLASSIFICATION:Soil classification is based on the Unified Soil Classificallon System. Coarse Ghee ed Soils have more than 50%of their dry weight retained on a N200 sieve;their principal descriptors are:boulders,cobbles,gravel Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic,and slits if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on groin size. In addition to gradation,coarse-grained soils are defined on the basis of their in-plece relative density and fine-grained sots on the basis of their consistency, no rOARSE•GRAINED DI .!2H iSXUg ^F cruF-nReINED SOILS RELATIVE DENS , Un o fl c.�^aard Penelraficn cr lord Penetration Rincl Samgter iRS) Relative Density 0omoresslve or N-value(S5) Consists ncv or N-value iSSI BlowslFL ' o 1F ows F t Strength Qu B we t.psf I Very Soft D-3 0.6 Very Loose <500 0.1 ry 2.3 Soft 4-9 7.16 Loose 000-1,000 Medium 10-29 19.58 Medium Dense 1,001-2,000 4-8 59.98 Dense 7.12 stiff 30-49 fig+ Very Dense 2,001-4,000 Very Stiff 50+ 4,001-6,000 13-26 8,000+ 26+ Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY naarrmuva Termis)of ofller Pe can of Major Component particle Size Constituents Dry Wel h of Sample <15 Boulders Over 12 in.(300mm) Trace Cobbles 12 in.to 3 in.(300mm to 75 mm) With 15-30 >30 Gravel 3 in.to#4 sieve(75nvi1 to 4.75 mm) Modifier Sand 94 to#200 sieve(4.75mm to 0.075mm) Silt o_r Clay passing#200 Steve(0.075rnm) PLASTICITY RELATIVE DROPORTtON3 OF FINES _ EION Plastid Descriptive Termfs)of other Wet °t Term Index Constituents Dry it Non-plastic 0 Trace -C 5 LOW 1-10 With 5-12 11-30 Medium Modifier >12 High 30+ Exhibit C-1 i UNIFIED SOIL CLASSIFICATION SYSTEM i i Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group So[I Classincatlon i Symbol Group Name° Gravels: Clean Gravels: Cu 34 and i s Ce5 J _ GW Well-graded More than 50%of Less then 5%Ames` ° - dgro - ! Cu c 4 andfor 1>Cc 3. GP PoOrlygraed grovel coarse fraction retained Gravels with Fines; Finas'classi as ML or MH " Coarse Grained Solis: on No.4 stave More than 12%,fines° Fines dassiy GM Silty gravel More than 50%retained y.as CL or CH GC Cyeroysravet . on 140.200 sieve sands: Clean Sands: Cu 20 No isCCS3- _ _ SW Well-graded 50%or more of coarse Less titan 5%.fines° Cu<0 andlor 1>Ce>3 SP Poorygraded santl' fradion passes No.4 Sands with Fines: Fines class) as ML or MH sieve y _ SM Silty sanna More than 12%Erase Fmes Classify ss CL or CH SC' - Clayey sand Inorganic: P!>7 and pats on or above A•line CI. Lean day `"- SlilsandClays: Pi<4 or plots below A•uner _ DA SAt Uquid limit less Usm 50 Uquid Nnit•oven dried- Organic day - - Fine-Grained Soils: Organic: - y SOY.or more passes the Uquid U A not dded <0'75 OL Organic---siltK�4110 No.200 sieve Inorganic: PI pi0b on o7 above'A-one CH Fat do _ Sills and Clays: r9 PI plots below'q'Ana; MH Elasti_c Su _ - Ligrsd limit 50 or more l Liquid Emit-oven one c 0.75 OH `tay Liquid d not dried Organic slit "` Highly organic soils: Primarily organic nlahe_r,dads in color,and organic odor p7 pis "Based on the material passing the 3-in.(75-mm)sieve "If Ames are organic,aad'lvlth organic Poles a group name. °o bousample both" o g lobbies or boulders,or both,add 1Mh cobbles ' If soil contains 315%gravel,add'will graver a group name. or boulders,or both"b group name. 'If ABerberg limits paf,in shaded area,sou is a CL-ML,silty day. ; `Gravers tvifh lt a 12%Awes require drat symbols: GW-GM well-graded °If soil contains 15 t0 29%plus No.200,add Wth sand"or'Mth gravel, gravel wfltt s01,(-WGC weA•graded gravel vdth day,GP-t3hi poorly whichever is predominant. graded gravel with sift,GP-GC poorly graded gravel with clay. L If 300 contains 3 3076 plus No.200 predominantly sand,add•sandy to °Sands with 5 to 12%fines require dual symbols: SW-SM well-giadetl send with sill,SW-SC well-graded sand with clay.SP-SM poorly graded °group name. sand will silt,SP•SC poorly If sop contains z p name. plus No.200,predominantly grovel,add p y graded sand with stay "gravelly to group name. i °Cu=D,dDw Cc= (D10I6 a PI 34 and plots on or above•A-fine. ,! D xD 6 PI c 4 or plots below•A-Ake. w w PI plots on or above A•Ilne. ! e if sou contains 2:1.5%sand.add-Wth sand"to group name. °PI plots below'A'line. j °if Ones Classify as CL-101,use dual symbol GC-GM,or SC-SM. 50 F __. For classification of fine-grained soils and fine-grained fraction i so —of Coarse-grained soils e ! Equation of"A" Eno Horizontal at PI-4 to LL-25.5. W 40 : eren PI=0.73(LL-20) 0 Equatan of'U" line of ! ? Vertical at LL=18 t0 PI=7, 30 L Then PI=0.9(LL-8) f---- i ___..__ 20 Gv� G. I MH or OH I 10 7 ---- oL- "i � "' I MLorOL 0 10 15 20 30 40 50 so 70 80 90 100 110 LIQUID LIMIT(4,(.) i i Exhibit C-2 i i i EXHIBIT D FOUNDATION DETAIL I l i i i i i � ����� � o e $ � ��� � a � ��_�� �� �8� S a 9 t � i ° a�� _ � � s � b �yy N � �� �e � � ��� �� �� � � � � � , � �€ � �� � $� �� � � � � �a � , 3 �yy n 8 � �R� � G� $ � � � �' � ;�, $ � � b spa � �� � �� ��� I . $ Page I of 18 n- 01 --id- pa ,p tpe- py, �k i -Z p-k gn, i 06 5m 0&pox A4540. Olympig WA 9§5 �45Q! 'W6§hih9tdm,stafte:iPY&N n ii---- LW, ---- g�), age; Tfie R EVA ILINGM46"ESAisWd h b ry,� hourly rate - C Ifrll n projects, kgg, OLejpft add ddA0 not less'thari tfiis total- o h,jf(o V_ft in��qa(cula ion eequircarfieats ate cir the Effective :Date: CQUh Trade_ Job Classification Wage -H q JpY'IQ- mel-M ote King Asbestos Abatement Workers Journey Level $40,831 5D jH_ I j King Boilermakers Journey Level $66.24 IN IC King_ Brick Mason, Brick And'Biock Finisher $42.21 5A 1M King Brick Mason Journey Level $49.07 5A Im king Bn"'-ck-Mason Pointer-C—-te-r---�Ca-u--Ik-'-e-r-'C-Iean'e--r- $49.61 5A im King Building Service Employees Janitor $19 98 55 2F Iking Building Service Emptovees Traveling Waxer/shaftdioer. $20.39 5-S 2"F-- 11(ing Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F King Building service grnplovees Window deaner6'-o'n-scaffoidi _$23.66 55_ _-Y King Cabinet Makers (in Shop) Journey_Level $22.74 King Carpenters Acoustical Worker $49.57 5D Im King Carpenters Bridge, Dock And Wharf $49 57 5D im Carpenters [King Carpenters _ Carpenter_ $49 57I 1A I I King aWgri�ers Carpenters on Stationary Toots $4970 5D, im I king Caroenters Creosoted Material $40.67 56 1M King Carpenters Floor Finisher $49.51 5b im lKing _ gamknters Flo& Layer $49.57 SD,_ 14 King Carpenters Lgrpenters Scaffold Erector $49.57 5D im King Cement Masons iou*-rn-e-y---Le-v--e,L-*--,- ---- 74 1.1 m King, Divers Et Tenders Diver $100.28 MD LM IA King Divers 8t Tenders Diver On Standby $56.68 5D AM_ king Divers Bt Tenders Tend $K.2j - �Q Im r IKifig. Dives _-_t6ndgrs SUrfDiver ace R& r� e Rav Ob&ator_ $52.23 _5D ------ King Divers F±Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender Dredge-Workers Assistant Engipeer $40.57 5b ft 8L King Dredge Workers Assistant Mate(deckhand) $49.061 5D 1T LL ht.t,Ds://fort-ress-.wa..izov/ffi UwagelookuD/l)rvWaaelookup.asvx 10/25/2012 Page 2 of 18 King Engineer W&Wr _ 5D 1 T. 8L King- Dredge Leverman, Hydraulic $51 19 5D IT 8L King 2redge W®rkers Maintenance $40.66 SD 1T L L King Dredge Workers —Mates And Boatmen 57 5D 1T 81. King Oiler $49 19 5D IT 8L King 2DMMtt Applicator Journey Level -$4974, 5D J-H fl(Tng D�rywfa Tapers , Journey Level ,$49.79 So 1E Electrical Fixture Maintenance Journey Level $25.08 5L 1E King Electrical - !King Electricians - Inside Cable Splicer $62.14 7C 2W IKing Electricians - Inside Cable Splicer (tunnel) $6745 7C Z-Vi King ffiecfricians,lnsid'e Certified Welder $60.61 7C 1w King Electricians - Inside Certified Welder (tunnel) $65.101 LC 2w King 6iktr-ici-an-s-'- Inside-- tWiir*-uc'tion'S-toc-k- Person --sYi.-& -"-!C iv- fK—ing Electricians - Inside Journey Level $58.47- 7C King ..... Electricians --Inside Journey Level_(tunnel) _$62.74 __7C --2W King Electricians - Motor Shop Craftsman $15.37 K.ing Electricians motor Shoo Journey Level $14,69 King Electricians=Powertine Cable Splicer $64.95 5A 4A _Constructign, King Electricians - Powedine Certified Line Welder $59.37 5A 4A Construction King Electricians - 0owerune Groundperson $42.16 5A ,Construction king Electricians—Oower'(fne Head-dro-undperson $44.50 SA 4A Construction King Electricians - Powedine Heavy Line Equipment $59.37 5A 4A Construction Op-erator - -�A 4A King Electricians - �owedfjn-e' Ja'ckha m--mer Operator $44. Construction King Electricians 0owerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians---Powerline Line Equipment Operator $49 95 5A 4A f Construction King - Powertine Pole Sprayer $59.37, 5A AA Construction kin-g— Eleciricians-- Pow-e-r-lin—e P-,ow*derperson -$44.56 5A 4A ,Construction IKing Electronic Technicians Journey Le_vel 01.00 1 [king Elevator Constructors Mechanic $75.24 7D 4A King Elevator Constructors Mechanic In Charge $82.00 7D King Fabricated Precast Concrete All Classifications - In-Factory $14.15 5B 2K ELod6Et—s Work Only (King Fence Erectors Fence Erector _ King Lla ggeri. Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L ly king Heat Frost Insu I lator s-.And Journeyman., I..S h.ftvs://fortress.wa.Lyov/lni/waizelookuD/DrvWaQelookuD.asDx 10/25/2012 Page 3 of 18 Asbestos Workers — p _g g Eauipment Mechanics Journey Level $68.52 7F 1 E Kin Heating ' King.._ Hod-Ca,.. rriers-fi Mason Tends"rs Journe Level $42.11 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.321 5B 1K- King.,., , Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand $48.96 5B 1K King . _ Inland Boatmen Deckhand Engineer (King Inland Boatmen Launch Operator $51 16 �B 1K King Inland Boatmen_. __ _ - Mate $51 16 58 1 K i King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31 49 1 Sewer ii Water Systems By Operator Remote Control King Inspection%Cleanini%Sealing Of Grout Truck Operator $11 48 1 Sewer 8:Water Svstems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer.&.Water Systems By Remote Contirol King Inspection/Cleaning5ealine Of Technician $19.33 1 Sewer ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer 8:Water Systems By Remote Control King— Insulation Aoolicators Journey Level $49 57 SD 1M King Ironworkers Journeyman_ $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed !King- _ Laborers Airtrac_Drill Operator $42.11 7A 2Y i King Laborers Ballast Re ular Machine $40.83 7A 2Y j King Laborers Batch Weighman $34.61 7A 2Y - -rick P____avers-...._.. — — �king Laborers B $40.83 7A 2Y _ IKing Laborers _ Brush Cutter $40.83 7.4 2Y King Laborers Brush Hog Feeder- _ - $40.83 7A 2Y ;King Laborers Burner $40.83 7A 2Y - - King Laborers Caisson Worker $42.11 7A 2_Y i OKing Laborers Carpenter Tender $40.83 7A 2Y King laborers Caulker $40.83 7A 2Y iKing Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender- - - -$40.83 -.--7A pKing Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers (u ,2Y Chippirg Gun., rider 30;Lbs.) $40.83 7A_ King Laborers Chipping Gun(30 Lbs. And $41.559 7A 2Y httDs://fortress.wa.gov/lni/wagelookup/orvWagelookiip.aspx 10/25/2012 Page 4 of 18 Over) !King- Laborers Choker Setter $40:83 7A 2Y King Laborers Chuck Tender $40_83 .7A 2Y _ !King Laborers Clary Power Spreader $41.59 7A 2Y king Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Lkborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $4i-5§ 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers _ Crusher-Feeder ._ $34.61. _-7A 2Y King Laborers Curing Laborer $40.83 7A 2Y i Km g Laborers - - - - (emolifion: g oving $40.83 7A 2Y Incl. Charred Material King Laborers Ditch Digger $40.83 1 7A 2Y d Ong.-_ Laborers _ Diver $42.11 7A -_ , 2Y__.- - - i (King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.83 7A 2Y King _ Laborers Dump Person _$40.83 7A _2Y King Laborers Epoxy Technician $40.83 7A 2Y king Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller 8 Bucker Chain Sa_w. $41.59 7A 2Y King Laborers Fine Graders $40.83 7A ZYY i King Laborers Firewatch $34.61 7A 2Y - King Laborers Form Setter $40.83 7A 2Y King..,, Laborers_ Gabian Basket Builders_ _ _ $40_.83 _ ,7A_ 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker 6 Transit $42.11 7A 2Y Person gKing Laborers Grinders $40.83 7A 2Y gKing- Laborers_ _ _ Grout Machine Tender _ _.._. _$40.83 _.__7A _- 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams - --- - -- - -- -- ---i -- --- King Laborers Guardrail Erector $40.83 7A 2Y - - King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) ,.g --. .... . ... .. B) . 'Worker-_ - . _ _ _Y- Wn Laborers Hazardous Waste (level $4159 7A 2Y King Laborers Hazardous Waste Worker (level $40.83 7A 2Y - C)---- gking Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y gKing Laborers Laserbeam'Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y httns://fortress.wa.eov/lni/W.ggelookuii/nrvWnvelnnkun nsnx 10/75/�fll� Page 5 of 18 King _,. Laborers -Manhole Bui r--;mu n $41.59 7A 2Y King Laborers ^ Material Yard Person- $40.83 LA 2Y king Laborers Motorman-dinky Locomotive $41.1 59 ZA 2_Y King Laborers Nozzteman (concrete Pump, $41.59 _7A 2Y Green Cutter When Using Combination Of High Pressure Air 8t Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla Kin Laborers Pavement-Br. . ea k e-r 1$41.59 lKing Laborers Pilot Car $34.61 7A 2Y lKing Laborers Pipe Layer Lead $42.i1 7A 2Y Wing Laborers Pipe Layer/tailor $41 5.9 7A Labdr6rs........ ... Pipe Pot tender $41 '0 tA 2y King Laborers Pipe Reliner $41.59, 7A Ey Pipe Wrapper,------ '$41.59 1A -L King Laborers Pot Tend er $40.83 7A 2Y King Laborers Powder,man $42..I1 MA jKing Laborers Powderman's Helper $40.83 7A Ly King Laborers Power Jacks $41..59 7A 2Y King Laborers Railroad Spike Puller - Power $41.59 7A 2Y jkj�ng Laborers Raker - Asphalt $42.11 7A ZY King Laborers Re-timberman $42.11 7A 2-Y F�Lng____ Laborers_.___ Remote Equipment Operator 59 2Y King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers k-ip_Rap Person $40.83 7Ai a'- King Laborers Rivet Buster $41.59 7A 2Y King Laborers Rodder $41.59 7A 2Y king Laborers Scaffold Erector $40.83 7A King Laborers Scale Person $40.83 7A 2Y IKing Laborers Stoper (over 29') $41.59 7A 2Y- 1King Laborers Si-Loper-Sprayer - $46.83 TA y 2Y King Laborers Sp _reader (concrete) $41.59 7A ZY jKtrfg La—dners--- S-take.'Hopp& ._$40.83 7A-- King Laborers Stock Piller $40.83 7A 2Y 6mg- Eibt6he-rs T-.a--m-p-e-r-8t--Si-mi-ta-r--E-t-e-c-t'ri-c,-Ai-r-- 74 Et Gas Operated Toots King Laborers tamper (Multiple Et Self_ $41.59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) I king Laborers T oolroorn Person $40.83 83 7A (at Jobsite) King Laborers Topper $40.83 7A 2Y jkmi Laborers Track Laborer $40.83 7A 2Y Kin Laborers T.rack-Liner p r. . - 7.A iY.-I jKing q)yq: $41:59.. ..... ...... Laborers Traffic Control Laborer $37.01 7A 2Y BR httnq-//fortre.,;,;-w.q-govAni/wagelook-iin/nrvWagelooku.n.a.qnx 10/25/2012 Page 6 of 18 King Laborers Traffic Control Supervisor $j7.011 ZA ZY 811 king Laborers Truck Spotter $40.83 7A 1Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $56.0 _7A 2Y Worker 0-30 psi King Laborers tdnne(Work-Compressed Air $60.92 2 7A 2Y Worker 30.01.44.00 King Laborers Tunnel Work-Compressed Air $64.60 7A 2-Y M Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y Worker 54.01-60.00 psi King Laborers Tunnel Wor k-Compressed Air $7.2.42 7A 2Y Worker 60.01-64.00 psi King Laborers Tunnel Work-Compfessed Air $77- - .52 2 7A 12Y Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $7942, LA 2Y M Worker 68.01 70.00 psi kilivi Lab6rers- Tunnel Work-Compriessed Air $81 42 7A 1H M Worker 70.01 72.00 psi King La I borers Tunnel Work-Compressed Air $0.41 7A 1H M Worker 72.01-74.00 psi King Laborers Tunnel Wdrk-Guage and Lock $42.21 7A 2Y M Tender king Laborers Tunnel Work-Miner $42.21 7A 21Y AQ King Laborers Vibrator $41. 7-A 2y lKing Laborers Vinyl Searier $40.�" 7A 2Y King Laborers Watchman $31 46 7A 2Y King Laborers Welder $4il.5§ A 2Y King_-___ Laborers Well Point Laborer .$41.59- -- - -7A ly- Laborers Window Washer/cleaner $31 46. 7A 2Y. King Laborers- Underground Sewer General Laborer Et Topman $40.83 7A 2Y It Water I King Laborers- underground Sewer Pipe Layer $41.59 7A 2Y Et Water King Landscape-Construction Irrigation Or Lawn Sprinkler $I3.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 Laborers King Lathers Journey Level $49.74 5D JH King Marble_§eiieii Journey Level $49.07 5A 2 King Metal Fabrication.(In_Shoo) Fitter $15.86 1 King Metal Fabrication (In Shobl Laborer $9.78 King Metal Fabrication On Shoo) Machine Operator $11.04 lKing Metal Fabrication (16 9h6b) IPainter $1-1 10 1king Metal Fabrication (in Shop) jWelder $15.48 1 [king Millwright lJourney Level $50.67 D httn s://fortres cwa.gov/lni/wavelnoknn/nrvWaae]noknn-acnx 1005/2019 Page 7 of 18 King Modular Buildings Cabinet Assembly $11.56 Kin" $1.1-.56 king Mqg!qlarBuildings 6quipment- Maintenance $11.56 Kipg_ Mbd6iarBuftdings 016mbe $11.56 King Modular Buildings. Production Worker $040 1 Main, - r� 1 L,I' 1 r 'king ,- Modular buildings Toot Mai ena-rice.. _511.56 King Modular Buildings Utility Person $11.56, Modular-Buildings Welder lim­g Painters Journey Level $37.51 6Z . 'brive_r journey'Level $49.82 SD 1�Pile­ -- - – — r 1M King Plasterers Journey ILFn Level $49-.-23 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King- Plumbers OiDefifters Journey Level $70.841 ILZ IG King 06N46r.tgUiprnent bper�tors Asphalt -Plant Cip e-ratiors- $51l9 74 3C 8P King Power Equipment Operators Assistant EnRineer $48.62 1A x 6P King V&i&–EV-ui6menfOperators Barrier Machine (zipper). $51 40 7A X 60 King Power Equipment Operators batch Plant Operator, $5i 46 7A 3C 9–P Concrete King Power Eduipment Operators Bobcat $48,6.2 tk 3(f 80 King Power Equipment Operators Brokk Remote Demolition $48.62 7A 3C 8P Equipment King 0o4&-Equipment Operators Brooms $48.62 JA it 80 King Power Equipment Operators Bump Cutter $.M 40 M — k(n7j­_ Vov�r 666igment Operators Cableways $51.89 7A 3C 8P_, King Power Equipment Operators Chipper $51 40 7A 3C 8P King Power Ediji6ji6ht Operators_, Compressor__ _ _kiWj_ Power gq;.Apment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 M King Power-Equipment Operators concrete.Fin,ish Machine -laser -$,48.6-2- 7A 3if 80 Screed Wrig Power Equipment Operators Concrete Pump Mounted Or $50.98, 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. rKing Power Equipment Operators Concrete PUmp: Tru&Mount $51 40 7A 3C BP With Boom Attachment Up To King- lower Equipment Ope-rators Conveyors $50.98 7A 3C 8P King Power.taigiorrient bo6rators Cranes: 2,0,Tons T'hroug h'r 44 01 –7,A-- 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 $51 40 ZA X 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Eduirimetit Operators Cranes: i bb Torts through 199 $52.44 7A k 8-P, Tons, Or 150 Of Boom' (iiicLudiqgAib With httnq://foTtres,.;.wa.gov/lni/wagelookun/nrvWaLyelookaD.asDx 10/25/2012 Page 8 of 18 King Power Eduipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C m 8P Tons, or 150'of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power E-duipment Operators Cranes: 200 tons To 360 Tops, $33.01 IA 3C 8P Or-250'Of Boom (inctudinig Jib With-AttAchrnprits) King Power-Equ Pment-Obemtm Cranes: 45 Tons Through 99 $51.89 7A Ec LP Tons, Under 150' Of Boom (including Jib With Attachments) King Power Eouipment Operators Cranei: A-frame 10 Ton.s.And -$46.62 74 'k 8P Under King Power Eauipment Operators Cranes: Friction 100 tons $53.01 7A 3C Ip Through 199 Tons rKing Power.Equipment.Operiators Cran6s: Friction Over 200 Tons _$51.57 7A 3C 8P, King Power Eauipment Operators Cranes: Over 300 Tons Or 309 $53.57 7A 3C 80 Of Boom (including Jib With Attachments) king- o We F td ui 6m-en i-6 6 e-rat o- s cranes: Through 19 Tons With $50.98 LA 3C 8P Attachments A-f rame Over 10 Tons. King Power Equiment Operators- Crusher _$51 40 A 8P King Power Equiomeni Operators Deck Engineer/deck Winches 46 (power) King Power tauiwnent Operators Derricks, On Building Work _$51.89 7A 3C 8P i King' Power_Eq6foh4fit-Oberai6fs Dozer Quad 9, HD 41, D10 and $51.89 7A 3C !P_ Over King Power Eguipment Operators Dozers D-9 Et Under $50.981 LA 3-C I A-P King Power Caufr)menf Operators-- -D-rift'0--ft e--r-s':---Auger Type,'T-ruck- $50.98 7-A X 90 Or Crane Mount King Power taufornent Operators Drilling-- Machine 0140 7A 3C 8P King Power Equipment Operators Elevator And Man-,lift: $48.62 7A 3C 8P Permanent And Shaft TvbL- King Power Eauloment Operators Finishing Machine, Bidwell And $51 40 7A 3C 8P Gamaco Et Similar Equipment King* Pov`�e-r-E&fprnWi Operators ft'-: -300-0-Lbs-4-n-d-Obver 7A it 80 With Attach r me"45 King Power Ecfuibment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 1P Attachments 8P Kin Power bauigm�4 66e'rator'-s Grade-'E-n"g'i ine r­• Using B I u e 2W- '3C' 8'- Prints, Cut Sheets, Etc King_ Power-Eguibment Operators, Gra dechecker/stakernan $48.L 62 7A 3C 8p, [nLk_ Power Eguipmeni Operators Guardrail Pun.ch $51 40 7A k 9P King Power touipment Operators Guardrail $51 40 01 7A 3C 8P King r Power Ed'uibkent bb&6i6r§ Hard Tail End Dump $51.89 7A '3C 8P Articulating Off- Road hfti)s://fortress.wa.gov/lni/wagelookiin/nrvWagelonkiin..q.-nx Page 9 of 18 Equipment 45 Yards. B: Over King Power Eauipment Operators Hard Tail End Dump $51 40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards king Power-Eauir)m I nt Operators Horizontal/directional I . Drill. 06.98 IA 3C SP Locator riPower Eauipm&nt Operators Horizontal/directional Drill $51 40 ic 8P, ZA __ Operator King -- Power Ed-gipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8-0 10 Tons King Power Eauii)ment Operators Hydriffitsiboom-Trucks, 10 $48.62 7A X 8P Tons And Under King Power Eduiment Operators Loader, Over.head 8 1 Yards. Ft $52.44 ZA i—C 'LP Over King Power Eauioment-Overators Loader, Overhead, 6 Yards. But $51.89 7A X 6P Not IncLudine 8 Yards King— PiiwiW touibm-ent Operators Loaders, Overhead Under 6 $51 40 7A 3C 8P Yards King Power tau pment Operators Loaders, Plant Feed $51 40 7A 3C 8P King Power Equipment Opelratom. Loaders: Elevating Type Belt in _$50.48 7A 30 10- King Power Eouipment Operators Locomotives, All $51-40 ZA 1C 8P Power Equipment Operators Material-Transfer'Device $5140 7A 3C 8P King Power Eaui6ment Operators Mechanics, Aft (leadmen - $52.441 7A ic 13P $0.50 Per Hour Over Mechanic) I king jPower E uipmerit Operators Mixers: Asphalt Plant 1 40 7A' 3C riPower Equipment Operators Motor Patrol Grader - Non- $50.98 7A X 8P finishing jNiqg_ Power Eguipment Operators Motor Patrol Graders,,Finishing $5I-.8-9 7-A 3`C King Power Equipment Operators Mucking Machine, Mote, Tunnel $51.89 7A 3C 80 Drill, B6ring, Road Header And/or Shield king Power Eguimmen�t Operators Oil- Distributors, Blower $48.62 ZA 3C SP Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 MA 3C 8P Mantifts), Air Tuggers,strato King Power Eduipment Operators Overhead Bridge ridge Type Crane: $M 40 74 k 80 20 Tons Through 44 Tons King Power Eguipment Operators Overhead, Bridge Type: 100 $52.44 ZA Ic— 8P Tons And Over ki6j 06wer-t4uipm66i orge-rai-ors- Ov'er-hea'd,'6*iid' g6 Type: 45 $51.89 7A 3C AP I Tons Through 99 Tons Kin& Power-Equipment Operators Pavement Breaker $48.62 7A X King Power Eauipment Operators Pile DdVer (other Than Crane $51 40 7A 3C Mount) I P9 ower uipment Operators Plant Oiler -Asphalt, Crusher 550.98 7A 2C 8P King Power Equipment Operators P6sth6Le,QjgEkr,_Mechanical._._. _$48_62 7A.__ !King Power Eaudomot Operators- Power Plant $48.62 7A X §—P King Povv4rEd6ipment 066rAtors Pumps_ Water $4_8.6.2 1-7 1 A -3C o httr)s://fortress.wa.Lyov/lni/wagelookuD/orvWaaelooktiD.asi)x 10/25/2012 Page 10 of 18 King Power Eauioment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C— 8P_1 King Power Eauipment'Oberatoes Quick Tower- No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom 11 King Power Eauioment Operators Remote Control Operator On $5149 2A 3C 8P Rubber Tired Earth Moving Equipment (King Power Equipment Operators Rigger And­Be llman $48.62 7A 3C 80 King Power Equipment Operators Rollagon $51.8_9 7A 3C 8P King Power Eauioment-Operators_ Roller, Other-Than_Plant Mix $48.62 7A 3C 8P !King Power.Eauioment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Materials King Power Eauioment Operators Roto-mill, Roto-grinder $51,40 7A 3C 8P King Power Equipment Op 50. Operators Saws Concrete $ 98 7A 3C 8P - i King Power Equipment Oo, rotors Sci=aper, Self Propelled Under $51 40 7A 3if 8P Kin Power Equipment oe O rotors Scrapers Concrete&Carry All $50.98 7A 3C 8P King Power Eauioment Operators Scrapers, Self-propelled: 45 $51.89 7A— 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C _ 8P King _ Power-Eauioment Operators _ Shotcrete/gunite Equipment $48.62 U_ ' is 8P King Power Eauioment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Tractors Under 15 Metric Tons. King Power Eauioment Operators Shovel,Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51 40 7A it 80 Tractors: 15 To 30 Metric Tons -- - - - EKing Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A it 8P Over 50 Metric Tons To 90 Metric Tons King Power Eauioment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons King Power Eauioment Operators SL pform Pavers $51.89 .__ 7A 3C. 8P A King Power Eauioment-Operators Spreader, Topsider It $51.89 7A 3C 8P Screedman Kin' _ ..__._.._ . _. _. . - g __ Power Equipment Operators Subgrader Trimmer $51 40 jt it SP King Power Eauioment Operators Tower Bucket Elevators $50.98 7A 3C _ 8P King Power Equipment Operators er CBase To r 175'in $53.01 7A '3C SP He King Power Eauioment Operators Tower Crane Up To 175'-In $52.44 7A 3C 8P Height Base To Boom iKing Power Eauioment Operators Transporters, All T_rack Or $51.89 7A E 8P t`! Truck_Type - King Power Eauioment Operators Trenching Machines $50.98 7A 3C 8P ._..---- - ._. ..._ _ . King Power Eauioment Operators Truck Crane Oiler/driver - 100 $51 40 7A .8P Tons,And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 31ff 8P 100 Tons httns://fortress.wa.onv/lni/waoelnnknn/nrvWnaelnnlrnn acn3r 10oinni Page 11 of 18 lKing Power Equipment Operators Truck Mount Portable Conveyor $51,40 7A jC A-P -King Power Eguigment Operators Welder $51.89 7A 2c- Aa King 0ower'EaUipmentoperatori-_ Wheel Type $48.62 7A 3C 80 King ic_ 1P King Power Equioment Operators Yo Yo Pay Dozer $51 40 Y-A King Power Ed ipment Operators- Asphalt Plan ODerators $51.89 7A 3C 80 pK t. Und&666fid Sewer-8:Water King Power to ipment Operators- Assistant Engineer $48.62 7A ic_ 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $51 40 7A 3C gp_ Under4round Sewer Ft Water King Power Eauipment Operators- batch Plant Operator, $51 40 ZA_ i-C !P Underground Sewer Et Water Concrete King Power Eguibffi6nt Operators- Bobcat $48.6-2 7-A 3C 8P Uhd&6kFo6 _SeW6Fk.WSt& . I — I King Power Eauioment Operators- Brokk- Remote Demolition $48.62 7A ic EP Underground Sewer Et Water Equipment King Power Equipment Operators-_ Broom-"S­ $48.62 7A 3C 8P Underground Sewer BtWater King Power Eau oment Operators- Bump Cutter $51 40 7A 3C 9-P Underground Sewer-Et Water -king Power Equibment Operators- Cableways $51.89 LA 3C Underground Sewer LW_Lter King Power Eguipment Operators- Chipper $51 40 7A ic_ 8P Underground Sewer 8t Water I King Pow6r-E6iornent Ooerkors- Compressor _$4_8_.62 7A ic BE Udderir6und Sewer Ft Water King Power Eauipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground-Sewer Et Water With Boom Attachment Over 42 M King Power Eguipment Operators- Concrete Finish Machine -laser $48.62 7A 3C SP Under&round Sewer Et Water screed King Power Eauipment Operators- Concrete Pump - Mounted Or $50.98 79 X gp Underground Sewer 8t Water trailer High Pressure Line Pump, Pump High Pressure. 4King Power Eciuipb6nt Operators- Concrete Pump: Truck Mount' $51 40 7A 3C —8P ufidiiiiq-Cou-nd Sewer Ft wit& With Boom Attachment Up To 42m King- Power Eauipment Operators- Conveyors s $50.98 LA X SO gaqffg,M0d Sewer Et Water King Power toiiimneiit Operators- cranes: 20 Tons Through 44 $51 40 LA 3C 8P Underground Sewer Ft Water Tons With Attachments King Power tguir)ment Operators- cranes:'26-tqns-Through 44 $51 40 7A 3C LP Underground Sewer at Water Tons With Attachments Overhead, Bridge Type Crane: 20 tons Through 44 Tons King _156iier Ea6ibment-bberators- cranes: 100 T6ns Through 199 $52.44 7A 3C 80. Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib,With King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 'it Underground Sewer 8 Water M Or 250'Of Boom (including Jib httDs:Hfortress.wa.eov/lni/waaelook-pv/vrvWagelookup.aspx 10/25/2012 Page 12 of 18 With Attachments) 1 King Power Eauioment Operators-. Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Underground Sewer 8: Water Tons, Under 159 Of Boom (including Jib With Attachments) King Power Eauioment Operators- Cranes: A-frame - 10 Tons And $48.62 7A E BE Underground Sewer&Water Under King Power Eduioment Operators- Cranes: Friction 100 Tons $5101 7A -jiff 8P Un&F-4F6 rid Sewer-B Water .. Through 199 Tons King Power Eauioment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Undereround Sewer b.Water King Power Equipment Operators-. Cranes: Over 300 To_ns Or 300 $53. 57 7 7A 3C 8P Underground Sewer 8 Water Of Boom (including Jib With Attachments) King Power Eauioment Operators- Cranes: Through 19 Tons With $50.98 7A 3C $P Undereround Sewer 8: Water Attachments A-frame Over 10 Tons -- King Power Eduioment Operators- Crusher $51 40 7A 3C 8P Under"around-SeweLr &•Water CKing Power Eauioment Operators- Deck Engineer/deck Winches $51 40 7A 3C 80 Undereround Sewer Ft Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P- `` Underground Sewer Ft Water King Power.Eauipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Undereround Sewer fr Water_ Over King Power Eauioment Operators- Dozers D-9 a Under $50.98 7A 3C 80 I! Undereround Sewer 8:Water King Power Eauioment Operators- Drill Oilers: Auger Type, Truck $50.98 7A it 8P Undereround Sewer 8:Water Or Crane Mount King Power Eauioment Operators- Drilling Machine $51 40 7A 3C 8P Underground.Sewer_&.Water — IKing Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Undereround Sewer a Water Permanent And Shaft Type King Power Eauioment Operators- Finishing Machine, Bidwell And $51 40 74 3C gP Undereround Sewer @ Water Gamaco & Similar Equipment { King Power Eauioment Operators- Forklift: 3000 Lbs And Over $50.98 7A it 8P Underground Sewer ft Water With Attachments King Power Eauioment-Operator's_ Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer rt Water Attachments - — King Power Eauioment Operators- Grade Engineer* Using Blue $51 40 7A 3C 80 Underground Sewer ft Water Prints, Cut Sheets, Etc Underground S Kin Power Eauioment Operators- Gr-adeehecker/stakeman $48.62_ 7A it 8P i g - ewer Et Water i King Power Equipment Operators- Guardrail Punch $51 40 7A 3C 8P Underground Sewer a Water King Power Eauioment Operators- Guardrail 'Punch/Auger' $51 40 7A 3C lip Undereround Sewer a Water King Power Eauioment Operators- Hard Tail End Dump $51.89 7A 3C 8P UndereroundSewer.b..Witec Articulating Off=Road Equipment 45 Yards. & Over htt-ns://fortress.wa.gov/lni/wagelookuo/DrvWaeelookun.asDx 10/25/2012 Page 13 of 18 King Power Equipment Operators- Hard Tait End Dump I ZA Underground Sewer a Water Articulating Off-'road Equipment Under 45 Yards King Power Eguioment Operators- Horizontal/directional Drill $50.19 ZA— K !P- Undereround Sewer Ft Water Locator * Power Eciuipmeint Operators= Horizontal/dir6citional Drill $51 40 7A 3C 8P Urid6W6b6d S6w&-atWitiar Operator King Power Eguipment Operators- Hydralifts/boom Trucks Over $50.98 7A X to Underground Sewer LW_gter 10 Tons King Power Equipment Operators- Hydratifts/boom Trucks, 10 $48.62 7A 3C 8 Underground Sewer Ft Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A ic A-8P—p Underground Sewer a Water Over King Power Eduibinent Operators- Loader, Overhead, 6 Yards. But $51.89 7A it 8�--P UijdoWjF66Hd SiWiFF 8�!Wk& Not Including 8 Yards King Power Eauipment Operators- Loaders, Overhead Under 6 $51 40 7A 3C 8P Undereround Sewer Et Water Yards Ki-ng Power ti66ipment bgerai6m Loaders,-'Plant Feed $51 40 7A 3—C A—P Underground Sewer LAger King Power-Eguipment Operators- Loaders: Elevating Type Belt $50.98 ZA 3C 8P Underg.r76und Sewer Et Water I King Power Eau pment Operators- Locomotives, All $51 40 M 3t CP - 'Undereround Sewer Et Water King Power Eguipment Operators- Material Transfer Device $51 40 ZA 3C 8P Underground Sewer FI Water King Power Eguigment Operators- Mechanics, ALL (keadmen - $52.44 7A 3C EP Underground Sewer Et Water $0.-50 Per Hour Over Mechanic) King Power Eouipment Operators- Mixers: Asphalt Plant $51 401 7A IC 8P UndereroCind'SeW-er a Water- king Power-tq-6ibmeni Operators- Motor Patrol Grader- Non- $50.98 7A 3C 80 Underground Sewer Ft Water finishing -- -- Wing Power Eguipment Operators- Motor Patrol Graders, Finishing $51.89 ^ 7A ic— ARP Underground Sewer yater IlKing Power Eduipment Operators- Mucking Machine, Mole, funnel $51.89 7A 3C 1�07 UffdiiFsrbCiff-d-Sewer-a*Wat'6r Drill, Boring, Road Header And/or Shield King Power Eauipment Operators- Oil Distributors, Blower $48.62 7A 3C 6P Underground Sewer Ot Water Et Mulch Seeding 1 Operator- King Power ower Eaui I r-)-me nt Operators- Outside Hoists (elevators And $50.98 ZA 3C 8P Underground Sewer Et Water Mant.ifts), Air Tugg&s,strato King Power Equipment Operators- Overhead, 6-n-idg e- type Crane: $51 40 7A 3C LP Underground Sewer Et Water 20 Tons Through 44 Tons King Power Eauipment Operators- Overhead, Bridge Type:. 100 $52..44 7A 3t 0 Underground Sewer it Wif6r Tons And Over King Power E I guiriment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C EP Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement B. r'eaker $48.62 74 3t 80 Underground Sewer Water ... ... King Power Eguipment Operators- Pile Driver (other Than Crane 4 $51 40 ZA X ip httns://fortress.wa.Lyov/lni/wagelookui)/DrvWageloo"i).asbx 10/25/2012 Page 14 of 18 Underground Sewer-aWater King PoW&r Equipment Operators- Plant Oiler- Asphalt, Crusher $50:98 7A 3C 8P ­­ -. U6deWFo6—nd_Sewer 0LWater King Power Eouioment Operators- -Pos—thole bigger, Mechanical $48.62 7A k 8P Undemround Sewer a Water King Power Equipment Operators- Power Plant $49.62 7A 3C 8p, Undereround Sewer Et Water King Power Equipment Operators- Pumps -Water $48.62 7A 2—C 2P Underground Sewer B: Water I King Power Equipment Operators- Quad.9, Hd 41, D10 And over $51.89 74'- -it- 6V_ . UAdeFRF6Wd_Sjw�F8tWitiir King Power Equipment Operators- Quick Tower- No Cab, Under $49.62 ZA 3C 80, Underground Sewer 8:Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $S1.8§ 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Eiquipment King Power Equipment Operators- Rigger And Bellman $48.62 ZA 3C 8P Underground Sewer 8t Water I King Power Equipment Operators- Rolla on $51.89 7A 3C 8P — Uiid6_r_Qioi6rid_Sevver Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 M it 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A ic 2P Underground Sewer a Water Materials King Power Eouipment Operators- Roto-mill, Roto-grinder $51 40 7A 2—C 8P Underefound Sewer 8t Water King Power Equipment 06erators- Saws - Concrete $50.98 7A 3C SP _Underground Sewer Et Water I King Power Equipment Operators- Scraper, Self Propelled Under $51 40 7A X 8P Underground Sewer Et Water 45 Yards King Power Eauicojent.Overatars- Scrapers - Concrete 8t Carry ALL $50.98 7A 3C 8P Underground SevVer-Et-Watei King Power Equipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C B115 Urid& d_56wer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7-A it go Underground Sewer 8t Water I IKing Power Equipment Operators- shotcrete/gunite Equipment $48.62 Z 3 8P Underground Sewer Et Water King Power-EddibrrWnt OpbrAdIrs- Shovel , Exidavator, Backhoe, $50.98 7A 3C 8P Uridirjiir66rid_S6q&Fa Water Tractors Under 15 Metric Tons. King Power tguinment Operators- Shovel, Excavator, B-ackhoe: $51.89 7A 3C Undereround Sewer a Water over 30 Metric forts To 50 fl Metri.c.Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51 40 7A 3C 8P Ufid6r1kf&6rrd_SiW F8t Tr6ctbrs: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator-, Back—hoes: $52-.44 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- ShdVet, ExcaVatdr, Barkhoes: $53.01 7A ic_ 1P b.ttnq•//fnrtri-.Rq ws crnv/lni/wnae.lnolciin/nrvWnaf-.Ionlcin nqny 1005/901 Page 15 of 18 8t Underground Sewer 13 Water Over 90 Metric Tons [King Power-Eauipment Operators- Slipform Pavers $51.89 7A 3C BE Underground Sewer Water King Power.Eduioment Operators- Spreader, Topsider ft $51.89 7A 3C aP Und6b"uifdSewer.B.Water S,creedman King Power Eauipment Operators- Subgrader Trimmer $51 40 7A 3C 8P i Underground Sewer &Water King Power Eauipment Operators- Tower Bucket Elevators $50.98 7A 3C SP Underground Sewer ft Water King Power Eauipment Operators- Tower Crane Over 175'in $53.01 7A _KC 8P i Underground Sewer 8t Water Height, Base To Boom i King Power Eauipm ent Operators- Tower Crane Up To 175' in $52.44 74 3C 8P Underground_Sewer 8 Wafer He_ig4t_8ase To Boom King Power Eauipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type King Power Eauipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer & Water King Power Eauipment Operators- Truck Crane Oiler/driver- 100 $5140 7A 3C 8P Underground Sewer @ Water Tons And Over King Power Eauipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P Underground Sewer 8: Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $51 40 7A 3C BE Underground Sewer 8:Water King Power Eauipm ent Operators- Welder $51.8.9 7A 3C 80 { Underground_Sewer&Water. King Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C aP Underground Sewer &Water King Power Equipment Operators- Yo Y'o Pay Dozer $51 40 7A 3C 8P Underground Sewer R Water King Power Line Tree Journey Level In Charge $42.91 5A 4A f Trimmers, 1 King Power Line Clearance Tree Spray Person $40.73 54 4A Trimmers - King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line-Clearance Tree Tree Trimmer $38.38 SA 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrieeraiion is Air Journey Level $6996 62 1G Conditioning Mechanics CKing Residential Brick Mason Journey Level $49.07 5A _1M King Residential Carpenters Journey Level. -_ $28.20 1 , King Residential Cement Masons Journey Level $22.64 1 King.__ Residential Drvwall Applicators Journey Level $38.08 -5 D iM King Residential Drywall Tapers Journey Level $49-79 5P it King Residential Electricians JOURNEY LEVEL $30.44 1 (King Residential Glaziers Journey Level $34.60 7L 1H 3 king Residential Insulation Journey Level $26.28 1 _J hitnc-//fortrecc.wa.gov/lni/wagelookun/nrvWa¢elookun.asnx 10/25/2012 Page 16 of 18 Applicators King Residential Laborers Journey Level $23.63 King keiideiiifi-56-r-Re�Setters Journey Level $24.09 Residential Painters Journey Level _$24.46 1 King Residential Plumbers Et Journey Level $14.69 1 ------- __ Pioefitfers King Residential Refrigeration Et Air Journey Level $6996 6Z 1G Conditioning Mechanics King Sheet Metal Journey Level (Field or Shop)hop) $41.30 7F 1 R Workers King Residential Soft Floor Layers Journey Level .$41.78 5A 3D King Residential Sprinkler Fitters Journey Level $.41.3l 5t 2R (Fire P�otectionl (King Residential Stone Masons Journey Level $49.67 5A IM [King Residential Terrazzo-Workers JoOrriey.Levei _$45.43 __5A___ 1M, King Residential Terrazzo/Tile Journey Level $21 46 Finishers King Residential Tile Settersv- -- --- Journey Level $25.17 &g Roofers Journey Level $43.90, 5A _IR King Roofers Using Irritable Bituminous $46.90 5A 1R Materials King Sheet Metal Workers J-ourney Level (Field or Shop) $68.52 7F 1E [King — Shiiibuitding a Ship Repair Boilermaker $�q.�.83 7M IH Shipbuilding.Et Ship Repair Carpenter_ $38.24 70 3B IKing Shipbuilding 6:Ship Repair Electrician -$J-T-95 J6-- 3B lKing Shipbuilding &Ship-Repair Heat B: Frost Insulator $56-01 u Ls. King Shi LaUbrer .p_buitding Ship Repair 81 70 B IKing Shipbuilding Et Ship Repair Machinist $37.81 70 lKing Shipbuilding a Shin Repair Operator $46.46 70 3B IKing Shipbuilding Et Shin Repair Painter $37.81 70 3B !King Shipbuilding Et Shio-Repair Pipkfitter $3779 70 3B King Shipbuilding 8 Ship Repair Rigger $37 70 King Shipbuilding &Ship Repair SandbLaster $m.m 70 3B king Shipbuilding tt Ship Repair Sheet Meta_l $3777 70 IKing- Shipbuilding ft Ship Repair_ Shipfitter $37 .78 70 3B I King Shipbuilding Et Ship Repair Trucker $37.63 -16 36 King Shipbuilding Et Ship-Repair Warehouse IKing Shipbuilding Et Ship Repair Welder/Burner $37 78 70 iB King Fn—sCa Fters- S-ign-Ins-t-a-tte-r- LLecIricaU King Sign Makers Et Installers Sign Maker $21.36 (Electrical! i King Sign Makers Et Installers (Non- Sign-Installer $-2-7-.-2-8 1- ELectrica_Lj King Sign Makers ft-Installers JNon- Sign Maker $33.25 Electrical fitfri-Hfortregg wn.onv/lni/wacyi-.Iooklin/nrvWgaf-.Innkiin nny ionsnol? Page 17 of 18 lKing Soft Floor-Lavers Level $41.78 SA lKing Solar Controls For Windows Journey Level $12:44 Wing Sprinkler Fitters-(Fire Journey Level $61.44 SC. Lr6tectionj King Staee Rigging Mechanics (Non Journey Level $13.23 Structural) King Stone Masons ns Jo-urnWybky0l---.-., . ... $49.071 5A IM 1;.. - K Street And hiking Lot Journey Level $19.09 Sweeper Workers SijiveV&S stru-"' ..... ... 06-.iM --- YA 3C, 8P King Assistant ton' ction Site Surveyor,- — - I King Surveyors Chain-man $50.46 LA kc LP King- Survevois Construction Site Surveyor $51.89 7A Ac— Ap J King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction Cable Splicer $35.09 5A )s King telephone-Line-construction Hole Digger/Ground Person $19.22 5A ZB Outside King Telephone-Line.Construction Installer (Repairer) $33.63 SA- 068ide King Telephone Line Construction Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone, Line Construction Special Apparatus—Instialter 11 $34.37 5A Z' Outside King Telephone Line Construction Telephone Equipment Operator $35.09 SA 2B !jutsie - (Heavy) King Telephone uneitonstruction - Telephone Equipment Operator $32.62 5A 2B Pylside (Light) King Telephone-Line-Construction Telephone Line Outside - . person $R.62 M iB King Telephone Line Construction Television Groundperson $18.65 IA 2B Outside King Telephone Line construction - Television Lineperson/Installer $24.66 SA ZB Outside King Telephone Line Construction television System Technician $29 42 5A 2B Outside I King Telephone Line-Construction-- Television Technician $26.43 M ZB Outside King Telephone Line Construction Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A IM King Tile Settees Journey Level $21.65 I King Tile, Marble a Terrazzo Finisher $37.76 5A 18 Finishers I Traffic Control Stripers Journey Level. $41..27 7A . 1k King Truck Drivers Asphalt Mix Over 16 Yards (W $47 91 SD 3A 8L WA-Joint Council-28) King JTruck Drivers 1ASDhaitMix f616Yar&*W https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/25/2012 Page l8mf|8 oir King- imc—Unimerg Dump truck 8t Trailer $4791 5b M 9L truck Drivers Other Trucks (W WA-Jo i nt $4791 5D 3A 9L in Council 28) r5ing ruck Drivers Transit Mixer $23.45 King Welt Drillers Et Irdeation Pump Irrigation-Pump Installer $1771 installers king Welt brifters6 Irrigation-Pumr) Oiler $12.97 Lnstalters King Well DriLte s Et Irrigation Pump Well Driller $18.06 1 - .-----'-- ---- ---�----�---------'-----�-.------------------�-.-'--.----- --'.----- -~'-- -�� �� hUoo://fhrbeoy.vma.,ovAoi/nmaoeluakoz)/orvWuoeloakon.umox 10/25/N12 ��� . � CITY OF Au-B T Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 8, 2013 CERTIFIED MAIL RETURN RECEIPT REQUESTED Roger Sherwood West Coast Signal, Inc 20111 208'"Avenue SE Renton, WA 98058 Contract No. 12-19 Project No. C1215, Banner Pole Foundation Repair FINAL ACCEPTANCE Dear Mr Sherwood: All of your obligations in regard to this project have been met in accordance with the contract specifications. The final acceptance date for this project is January 7, 2013, and the one-year warranty period will begin as of that date. Your final payment in the amount of $13,418.75 is enclosed.Your retainage of$706.25 will be released approximately 45 days after the acceptance date, provided all necessary releases have been received and there are no outstanding claims against the retainage. Before the retainage can be released, we must receive, from you, a copy of your Approved Labor & Industries Affidavits of Wages Paid for your firm, and all subcontractors who performed work on the project. The total contract amount for this project, as shown on your Final Pay Estimate is $14,125.00. If you have any questions, please contact Amanda DeSilver, Contracts Administration Specialist, at 253-876- 1980. Sincerely, i i ennis . Dowdy, Director Department of Public Works Enclosure cc: City Clerk File 13.11 (CP1215) AUBURN * MORE THAN YOU IMAGINED i CITY OF AUBURN,STATE OF WASHINGTON 98001 ACCOUNTS PAYABLE CHECK NO 419599 '-'INVOI ENUMBER . V DATE " PO'NUMBER,'• DESCRIPTIONL DISCOUNT A 0 T4'�' 'n 12-19/#1&FINAL 12/20/2012 12-006839 BANNER POLE FOUNDATION REPAIR— 0.00 13,418.75 i ti PLEASE DETACH BEFORE DEPOSITING tr r r t r t r KuyBank Notional Association 19-10 ur Auburn,Washington 98001 VOID MONTHS 1250 ACCOUNT$;PAYABLE CITYOF_ -+..aa°{t �. 1-800 CLAIMS CHECK pFTERCHECK DATE CITY OF AUBURN T •�RT T� �T k`rx NuMBER'I''±''.- :'.:iDATE a.., C S(CHECK '? ; .;.,CHECK AMOUNT;7rj 25 WEST MAIN:STREET 'F, �J;1:.)'tl l�l �I 021818 01/07/2013 419599 """"'13,418.75 STATE OF WASHINGTON 98001 "" _..'%` WASHINGTON rn 'c a PAY Thirteen Thousand Four Hundred Eighteen Dollars and Seventy;Five Cents t I I TO THE WEST COAST SIGNALING . ORDER 20111 208TH AVE SE 't 'N•'+°' s RENTON, WA 98058 n / OF -- I+noaw on=ac. P 0 4 19 599111 1: 12 5000 5 741: 4 7 14 3,100 3 2 3a CITY OF AUBURN CO.NO.12-19 CP1215 Banner Pole Foundation Repair PAY ESTIMATE 91 &FINAL SCHEDULE A: Banner Pole Foundation Repair ITEM ESTIMATE TOTAL PERIOD UNIT PERCENT EST NO. ITEM DESCRIPTION QUANTITY QUANTITY QUANTITY TYPE UNIT COST TOTAL COST PERIOD COST QTY 1 1 Banner Pole Foundation Repair Complete 1 1 1 LS 14125.00 $ 14,125.001 $ 14,125.00 100% SCHEDULE TOTAL $ 14,125.00 Period Dates Begin: Dec.3,2012 End: Dec.20,2012 h:lproj\r� a\CP1215 PEAS 1 of 3 12/21/2012 2t 9:53 AM CO.NO.12-19 CITY OF AUBURN CP7215,Banner Pole Foundation Repair Banner Pole Foundation Repair PROJECT SUMMARY CO.NO.12-19 PAY ESTIMATE#1 &FINAL Original Contract Contract Change Amount Orders Total Payment This Period Percent/Contract SCHEDULE A: Banner Pole Foundation Repair Contract $ 14,125.00 $ $ 14,125.00 $ 14,125.00 100% Sales Tax Not Applicable Retainage(-5%) $ (706.25) $ (706.25) SCHEDULE TOTAL $ 14,125.00 $ $ 13,418.75 $ 13,418.75 TOTAL CONTRACT AMOUNT TO DATE (including Sales Tax) $ 14,125.00 TOTAL PAYMENT TO CONTRACTOR $ 13,418.75 $ 13,418.75 PAYMENT DUE CONTRACTOR: $ 13,418.75 Period Dates Begin: Dec.3,2012 End: Dec.20,2012 h:tpro)1pe\CP1215 PE As 2 of 3 12212012 at 9:53 AM CITY OF AUBURN CO. NO. 12-19 CP1215 PAY ESTIMATE#1 &FINAL - -CONTRACTOR: -- - :. West Coast Signal, Inc 20111 208th Ave SE Renton,WA,98058 Phone: (253)508-6412 The undersigned has reviewed and approved this final pay estimate. I agree that it is a true and correct statement showing all monies due me from the City of Auburn under this contract; that I have carefully examined the final pay estimate estimate and understand it and that I hereby release the City of Auburn from any and all claims of whatsoever nature which I may have, arising out of this contract,which are not set forth in this estimate. PAYMENT DUE TO CONTRACTOR= $ 13,418.75 Signatures: Contractor —� Date I —Z_ Inspector Date !c,-2 Project Manager _ Date tzj l_l City Engineer Date / If h:\proj\pe\CP1215 PExls 3 of 3 12/212012 at 9:53 AM