Loading...
AG 17-137RETURN TO: 1 PW ADMIN EXT: 2700 ID #: &4.0 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS / 51-4.4— I^ /� 2. ORIGINATING STAFF PERSON: 5' /21/11A. 4, L , �l EXT: Z 7 Z� 3. DATE REQ. BY: y � 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) iPUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG #): Ii INTE OC s( OTHER L e-'TA( - cv /4- g , /1sG( Fto pG S 2ree'.�c�-f a� /-Lri 4. PROJECT NAME: 5 vv 1:44 re,. '^ 1 ikru..,t aww„,..,CPCy 511 4--le K P��ctf,AP 5. NAME OF CONTRACTOR: u% r71 Dr , J f L f %11M .' 49.0f)0.-- A 1 f, 1,'Pib c t a /v1C7, w i 1 `; E, ADDRESS: NI O I V1 ► WI 6 w 5 44 . iv `i , )DV TELEPHONE: LCG - a'YU` • yos, E -MAIL: FAX: SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQULREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN D REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , E X P . / / _ / 7. TERM: COMMENCEMENT DATE: V f 01 /gyp P Pa v C, ( COMPLETION DATE: v p jI u9 w, p 1 e- � / v. /BGyrKve/ 8. TOTAL COMPENSATION: $ 86,2-0C, 0 tI tnie p ,r y v.) (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR -2 RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: -( mot'( Pitti L( 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED aQ PROJECT MANAGER A" it VtA iii;<(3/ i ? ❑ DIVISION MANAGER ❑ DEPUTY DIRECTOR DIRECTOR MO ❑ RISK MANAGE VIENT (IF APPLIC LE) ❑ I BLPF A/c 9 . , I`C 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING /51 �� ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: l ! I "e p l DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTROMC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT Or 1Aw4.w ci.rreal . -� ,. ������ gyp(. SIGNATORY (MAYOR OR DIRECTOR) ROE MR"'�•I -i o � �1tiA 1 ❑ CITY CLERK i N IEi (%* 1 .. (1/444144 • 4 o4 ASSIGNED AG # AG ' SIGNED COPY RETURNED DATE SENT: 01:4- - it ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " t ' ORIGINALS 5 I7 ti ‘R.., ...e 5-tek t,, y kecy..1 re,v `, 4 r rs i►+I4nl.ee:1 et 4/2017 Washington State V � Department of Transportation Agency City of Federal Way Address 33325 8th Ave S Federal Way, WA 98003 Local Agency Agreement CFDA No. 20.205 (Catalog or Federal Domestic Assistance) Project No. ER -170/ (' 02_ ) 9 1 Agreement No. j 4 J For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR Part 200, (4) the policies and procedures promulgated by the Washington State Department of Transportation, and (5) the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name SW Dash Point Road Emergency Slide Repair Termini 30th Ave SW to 26th Ave SW Description of Work See attached Project Agreement End Date December 31, 2018 Proposed Advertisement Date N/A (Emergency Repair) PE Federal Aid Participation Ratio for PE Type of Work a. Agency b. Other c. Other d. State e. Total PE Cost Estimate (a+b+c+d) (1) Estimated Total Project Funds Length 0.72 Clain fi4( ing Indirect Cgst Rate Yes /No Estimate of Funding (2) Estimated Agency Funds S 0.00 (3) Estimated Federal Funds S 0.00 S 0.00 Right of Way f. Agency g. Other Federal Aid h. Other Participation Ratio for RW i. State j. Total R/W Cost Estimate (t+n+h+i) Construction k. Contract 100 % 1, Other Temporary Emgcy Repair m. Other n. Other o. Agency p. State q. Total CN Cost Estimate (k+(+m+n+o+p) r. Total Project Cost Estimate (e+j+q) Agency Offi • By $ 0.00 $ 0.00 $ 0.00 Federal Aid Participation Ratio for CN Title Jim Ferrel, Mayor •• o .e.. DOT Form 140 -039 Revised 05/2015 A AVE - Priz.AA o b t.A $ 92,636.00 $ 92,636.00 $ 92,636.00 S 0.00 $ 92,636.00 $ 92,636.00 $ 0.00 $ 92,636.00 Washington State Departmeret of Transportation By —cam Director, Local Programs Date Executed AUG 2 9 2017 Page 1 Construction Method of Financing (Check Method Selected) State Ad and Award Method A - Advance Payment - Agency Share of total construction cost (based on contract award) Method B - Withhold from gas tax the Agency's share of total construction coast (line 5, column 2) in the amount of $ at $ per month for months. Local Force or Local Ad and Award ,/ Method C - Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below. Adopted by official action on June 20 , 2017 , Resolution /Ordinance No. Provisions I. Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV. Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and /or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de- obligation of federal aid funds and /or agreement closure. If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized, the Agency will repay to the State the sum or sums of federal funs Form paid 14 to 0 - 039 the Agency under the terms of this agreement (see Section IX). DO Revised 05/2015 Page 2 The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Govemment for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A — The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program- specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. DOT Form 140 -039 Page 3 Revised 05/2015 IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will. at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Govemment, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and /or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT- assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U.S. C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60. which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. DOT Form 140 -039 Page 4 Revised 05/2015 XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV. Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever: (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4) The Secretary is notified by the Federal Highway Administration that the project is inactive. (5) The Secretary determines that such termination is in the best interests of the State. XV. Venue for Claims and/or Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and /or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County. XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract. grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. XVII. Assurances Local agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA). Additional Provisions DOT Form 140 -039 Page 5 Revised 05/2015 SW Dash Point Road Emergency Slide Repair PROJECT DESCRIPTION froze /lo, CR- 17O1(029) Ajr »i e"+ No t IA 9145 Mud slide from east side of road covered roadway took out concrete barrier and guard rail; damaged roadway shoulder and compromised roadside ditches; deposited silt and trees in adjacent Lakota Creek, diverted creek, and created exposed soils Immediate repairs took place to reopen road way including: tree, soil, and debris removal. Professional services in the form of geotechnical engineering to determine stability of roadway and slopes so that workers could safely enter and work in the area; provide design recommendation on shoulder & ditch repair prior to reopening roadway. Incidental repairs took place prior to reopening the roadway including: shoulder reconstruction; replacement of concrete barrier and guardrail; ditch re- establishment and armoring; erosion control. Note: shoulder repairs were limited by Department of Fish and Wildlife requirement to work outside of the newly diverted creek waterway. N 01 w z Equipment = $8,120 10 + Temp Stripe Matl $139 61 + 67 13 (dump ticket) + 1,890 00 (dump ticket) + 945 00 (dump ticket) + 120 (sweeper) + 60 (sweeper) $3,600 59 staff + 5,277 69 equipment + ,$8,190 00 disposal %* Hydroseed 25 /o $1,724 63 + Guardrail / conc. Barrier $7595 92 + rock $4 871 87 + rock $3861 06 + rock 315 88 + rock $1049.79 + HMA $1085 03 + excavator rental $1,282 92 + City equipment $8740 52 Notes Invoice not processed for geotech report. 25% of hydroseed applied was in right -of- way J 1f H O 1— J Q H 0 H o • s - estimates / invoices to- date - 0 O O Lei 3 ti $92,6361 $11,402- (--) Hi $5,193 co t� r 81 1p Pr {p� to M co N b9 1 Description Staff for initial cleanup (2 day, 10 staff, 12 hour days at (salary+ben +OT) + Supervisor) Equipment, etc. to clear Road and stockpile to dry at nearby storage site (equipment, dump tickets, erosion control measures at mud storage area) Professional Services (geotechnical engineer to assess stability and provide design for securing area to reopen roadway) Staff & trucks - haul & disposal remainder Staff to rebuild shoulder and reestablish drainage ditch. (3 days, 10 staff, 12 hour days (salary+ben+OT) + Supervisor) Rebuild shoulder - maximum slope due to Fish and Wildlife restriction to avoid water way. Replace guard rail and concrete barrier. Hydroseed hillside. (materials, equipment, equipment rental, guardrail replaced, hydroseed) TOTAL] Q ti Q Q m 01 0 0. NN4) 5e d C1 c 0 t) R 4) d 0. x W (.) d a CITY OF FEDERAL WAY 2 a Ifs 0 Ps O N 00 Ps 0 M N 2800 SW DASH PT RD MUD SLIDE 4) 0 )n i0 • 4) t�9 2 in 4) C m O - J t v Ja l9 J 0 c 0 0 c a U U) 4) 0 4) C 4) wId 4) 10 0 MISC SERVICES & CAHRGES co cc) E 101 -4400- 240 - 542 -30 -480 PWST - HYDROSEED O °, 0 0)) I O 0 00 , ON CO 0) N 10A 6 I r 110 1 U0 r )� N M N M n r r IN r- r O 0 0 0 0 0 N N N N N N . 1[) 1n 0 to 0. v 0 �f p n 0 i) CO - OCO Cp CO CO CO CO V f� d' h- V N �' CO V M N O O h- o M O O • Ch n M CO M CO M u ) N u) N 1() N u) N 0 N 44 N N,r N N o N . Y Y Y Y Y Y U O U O U O U O U O U o N D N a) N O N O N o U o 0 o 0 o 0 o 0 o C) 1' v v c O O O O O 1 101- 4400 - 240 - 542 -30 -480 W W W W W W Z Z LI O" O . cogU)Qa_ 0 00 O_, 0J Z • a? a- Z< 0 • w o0 a za z O w 0W � N u) • (n W U) W F- o J 0 J O H _Ui - - 00 0_J OJ_ O O w ce w w W m 0 a 0 d W - W w a O g O 00 H z F z IL � O U 17 0 CO ° Cn Q U) W 2 LL 2 lt_ F- F- I- U 0 I ¢d Qo aW 0- a NM. 0 1(0) r CO N- CO CO '7 CO M VD hl 04 O O 0 5 O (O O O N C') CD 00 co N CO CO O _0 CD CD 0 N V V F- F ✓ (7) 0) r (O (D SWM- TOPSOIL DISPOSAL 6- T1000843 N.- Ns j h- N- n .- 0 0 . 0 0 0 O N N, N N N N O N' N O O 0 L - a5 Check: 258234 7/14/2017 002379 PACIFIC TOPSOILS INC c O CD r O r mcr OD O CO 00 CV O (O O N NU') O N O 1s 0) O C7 U5000 r C`') f�fs() CO NO N0)M CO)i- 0)sNC)C)r 1,-'7 CO- , O O • C0 o O (4) MISC SERVICES & CAHRGES Task Total: 24900 01- 4400 -240- 542 -30 -110 O O 40 P- d C)O r N CO O) 01f) O r N N U) In CO CO (C) r tf) V (s CD 0 1() r 0) 0) 4) - 4 ( 0 ' - L()0 r u7 O r- co Tr O O O O N O O r CO �Y O O O O N V' � to 1A N V 1C) u) In 0 0 N N N 0 N N 0 N N 0 0 N 0 0 N ON 0 N 0 N N N O.' 0 N 0 M M co M M Ch ch f7 M ^7 M M M M M M M SI M M N CV C') N N CV CV N (V iV (V N N N N N CV N N N ✓ - R C '7 7 Tr Tr TS . V ,' V �. V V V 3 V u) 0 1() u) u) (1) 14) U) 1!) u) 1f) U) 14) In l� 14) l() lA U) ui O 0 0 0 C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 " V <Y C V V V v V V Tr Tr V' d' d' V V .7 - V N N N N ('44)4 N N N (V N N N N N N N N (V N O O O O O O O O o Q 0 o o o o o 0 o 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g v v v v v v v 4 4 4 4 V R a v v 4 a 4• O 0 ,7,-, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W W W W W W W W W W W W W W W W W W W W W V) W V) V) V) V) CO N N 1• N V) C c C c c C C C C C C O 0 0 0 0 0 0 0 0 5 o 0 7 7 7 7 7 7 7 7 7 D, DD .0 .0 _ a 70 a 70 .0 n .0 a C C C C C C C C C C C O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U 0 U U 0 0 0 0 U N a) a) Q) a) a) a� a) a) a) a) o a) a) a) a) a) a) 4) a) m C c c c c C c c C C O C C C C C C C C C a) a) a) a) a) a) a) a) o) o)' a) a) a) a) a) a) a) a) a) mmmmmommmmi >mmmmmmmmm s /Contributions s /Contributions s /Contributions s /Contributions s /Contributions s /Contributions s /Contributions O O N 0 0 0 0 0 0 0 0 0 0 OI 0 0 0 0 0 0 0 0 0 0 r- N- n n h. t` N- ti h. N. N. rs. C` Ps C` N- r- N- N. Ns 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N _.1 N N N N N N N N N N • r) r) C`) M CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO F- CO CO CO CO M CO CO CO C` ) (") ^�I 44) 14) 14 to 1n in in in 1C) 1f) t 0 Q a) c0 0 0 N H a) O. K W wV O 2 0 CITY OF FEDERAL WAY L 0 lE m O .0 -J O t it 1 c o � 0 _ Q V a 2800 SW DASH PT RD MUD SL C O ayi 0 a 0 O ,- 0 N r a) w 0) Ce I,- r It O .. N C) 0 r 27 CO i O 0 0 0 0 0 csi ;f, f- —' o O r- co co 0) co o Co co co co r- 0 0 Q) r U) 0) r- co V' c0 co M O V• M r O) 1- U) CO • CO U) CO r- CO tO to O) to C U) 4 4 co '73 . . . . V'0) co. NO co Mr`M0)M0. c r`0ICAI e-MON d-10' -O— r) 1A�N V'I- — —1A C.) N ISM N .71: Of ON CO O)�� 0 10CV et co N co. CA 00 .— _�,N .le OD to O ti N N Cb V' 4 r r cn � CD V' Cr er 07 , C')) CO V- V 1- CO to 0 N R7 1• O r V c.') M V" N 0 0.- M 0 0 0 0 N- U) a- N V I- _ N r N N N N N a- N N 0 0 o 6 6 6 0 0 0 0 M C) co C7 co co co co en co N N (V N N N CV N N N 41. V 4 4 4 V V V V 4- U) U) N U) U) U) c0 U) U) 0 0 0 0 0 0 0 0 0 111111 N N CV N N N N N N 6 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v v n' c c c v v c v 'r 'T v v v v v v v v - 4400 - 240 - 542 -30 -213 - 4400 - 240 - 542 -30 -220 - 4400 - 240 - 542 -30 -240 0 0 0 0 0 0 0 0 0 0 0 0 0 r P W w 11.1 1.11 W wwww11Jwww fA CO U) N N (1 V) WI (1I V) (1) O 0 0 0 0 0 0 0 0 0 0 o .? .o .? 5 0 .? .? 5 .5 .o .0 .0 n n Ja a a a 0 a_ C C C C C C CC C C C 0 o 0 0 0 0 0 O O O O O m 0 0 0 0 0 0 0 0 0 0 0 0) 0 2 a) O N 0 N N N a) a) mmmmmm�mmmmm 0 0 0 0 0 0 0 0 0 0 0 0 0 rr r r r r r r r`'r -r` re- r.r r- r,r-N.r`r-r`. 0 0 0 0 0 0 0 0 0 0 0 0 0 CV 'CV CV N N N NN NN N NN tC) 11-5 to B t() (0 in Lo 11) t0 if) to (N')r rrrrrrrrPrr 44) CD CD Cp CO CO CO I- Task Total: 25030 OVERTIME 0 0 01- 4400 - 240 - 542 -30 -120 01- 4400 - 240 - 542 -30 -210 01 -4400- 240 - 542 -30 -211 M C 0 0 0 0 N a— N O' U) U) U) U) Cps''' N N N N N N N 0 0 0 0 0 0 0 CO CO CO CO CO CO CO CO 0,11 N N N N N N � � L � 10 0 0 0 0 0 0 0 0 7 7 7 V C O' N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v v v v g v 4 q o o 0 0 0 0 0 0 w L11 w w w w w w w w V) V) V) V) V) (1) V) V) V1 V) 0 0 0 0 0 0 0 0 0 0 C C C C C C C C 0 0 0 0 0 0 0 0 0 0 N V, V) h N N V) N O N N O N O) O O N C) 0 cocCCccccccc m mmapmmmmmmm 0 0 0 0 0 0 0 0 0 0 0 OVERTIME Task Total: 25031 N. r r• r` r, 0 0 0 0 0 N N N N N C CO 00 co a N N N N .- N _N N 7 N er (h CO M e r CO C.2 o ( to o U) 0 U) 0 CO N U) N U) N U) N U) C, N N N 'T U) U) U) U) U) V• y V N 7 N' N N L N t N L N t N O 00 00 U 00 0 00 1 1- v v 0 0 Cr) 0 0 w w w w w 1 PWST -MAINT SUPPLIES TM- 165254 CO 0 w Cr) Cr) w Z J J J d 1_ 0_ U a a. a. n. a. 0 op CO J U) J U) J OF J F J F J 0Z >•Z }Z )- a CC e-- e— �Q �w D Q Q, Q CC w~ O H 0 h 04- C') da) 0 cn aJ, a o o o v c1 ; a 7 a. 0 CO CO ■ N CO CO CO U] U) U) O 0 0 0 0 o N N N N 0 O 0 N N- r` r` r• r` r` N- r✓ r• r` r` r` r` rw N. r` # 0 0 N O CV N O N N ON N N N ik 0 0 0 0 O Y Y N• .cr CO CO MMMM CO MMMMMM N N N N CO F- MMMMMMMMMC')M H a' -4- <t Tr C Check: 257071 000630 LLOYD ENTERPRISES INC CITY OF FEDERAL WAY tC 1 IQ 2 ti + r N . L r J j ch 0 0) 2 Z ti 0 2800 SW DASH PT RD MUD SLIDE 0 u u c 0 c 0 w 0 0 a ill T 0 0 C T 1- r � C N 0 ICI ►. 6) CL 0. 0 N m O (`7 N 'Cr O N O 0 0 w Check: 257071 4/28/2017 0 0 0 0 0 O (C) N CO 0) N 0 N CO N N t• Le- 6 co 6 M O^ N LC) N <C • N V U N t N 00 U 0 O 0 w w Check: 257099 4/28/2017 • 1- O 0 w w o O - / U < Q < u ? cn U FE EE z O cn W -Iw Ow 0� 2- w 2 ': N Z to • a& IX— O J O- 2 ce F_ ,O (q0 u)a m F? ow a s d ° ° o o z §o o a • W w - U H U wa ¢a J° a Q a - Check: 257075 4/28/2017 MACHINERY POWER & EQUIPMENT CO MO N cn _ N _ r sr co (0 co M O NI LC) 0 CV 0 N - O 0 O 0 0 0 0 CO 0 0) 0 0 0) 0) 0 N 0 0 ▪ (0 0) tt)) 0 0 (O I' CO 0 - N •Zr CO 93 N N N N 0 0 • - 0 0 0 ▪ - 0 N N N N N ▪ (f) 44) N • N N N N 'Lt ▪ d. 0 N N O 001 00 O tD C0 M Cy o T T o o 0 O (0 C0 o o o 40 0 o N N N W J a a D Task Total: 25050 2800 SW DASH PT RD MUD SLIDE Project Total: 110117 GRAND TOTAL: Wages and Benefits for Emergency Work and Incidental Repair Staff - Wages - regular - thru 3/31/17 $13,960.16 Benefits - regular - thru 3/31/17 $1,560.66 Benefits - regular - thru 3/31/17 $725.91 Benefits - regular - thru 3/31/17 $200.20 Benefits - regular - thru 3/31/17 $329.21 Benefits - regular - thru 3/31/17 $390.54 Benefits - regular - thru 3/31/17 $131.88 Benefits - regular - thru 3/31/17 $3.20 Benefits - regular - thru 3/31/17 $3,747.06 Benefits - regular - thru 3/31/17 $497.78 Benefits - regular - thru 3/31/17 $73.92 Staff - wages - OT - thru 3/31/17 $4,341.27 Benefits - OT - thru 3/31/17 $485.35 Benefits - OT - thru 3/31/17 $225.74 Benefits - OT - thru 3/31/17 $62.39 Benefits - OT - thru 3/31/17 $94.94 Benefits - OT - thru 3/31/17 $147.35 Benefits - OT - thru 3/31/17 $41.04 Benefits - OT - thru 3/31/17 $1,306.15 Benefits - OT - thru 3/31/17 $1.24 Benefits - OT - thru 3/31/17 $155.74 Benefits - OT - thru 3/31/17 $23.05 TOTAL wages and benefits for emergency work and incidental repair $28,504.78 2/5 of cost = 2 of the 5 days for initial clean up $11,401.91 Al 3/5 of cost = 3 of the 5 days for incidental repair $17,102.87 B1 Wages and Benefits for Emergency Work and Incidental Repair Staff - wages - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Benefits - regular - period ending 5/31/17 Staff - wages - regular - period ending 6/15/17 Benefits - regular - period ending 6/15/17 Benefits - regular - period ending 6/15/17 Benefits - regular - period ending 6/15/17 Benefits - regular - period ending 6/15/17 Benefits - regular - period ending 6/15/17 $1,752.00 $195.88 $91.11 $25.24 $44.21 $67.42 $16.56 $0.59 $555.60 $61.65 $9.15 $638.56 $71.39 $33.24 $9.25 $22.68 $6.06 $3,600.59 A4 1.4 LANDAU ASSOCIATES March 23, 2017 Fei Tang City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 Attn: Mr. Fei Tang, PE Transmitted via email to: Fei.Tang @cityoffederalway.com Re: Proposal for Geotechnical Services State Route 509 / Dash Point Road Landslide Federal Way, Washington Dear Mr. Tang: Per your request, Landau Associates, Inc. (LAI) is submitting this proposal to provide consuitation services in support of emergency response and repair consultation for the State Route 509 / Dash Point Road Landslide that occurred on the morning of March 16, 2017. Project Understanding Our project understanding is based on information provided by the City of Federal Way (City) and the conditions observed by LAI during site visits on March 16, 17, and 21, 2017. The landslide originated on private property and flowed across State Route 509 / Dash Point Road (SR -509). The landslide moved a row of ecology blocks, destroyed the guardrail along SR -509, and temporarily filled the adjacent stream. The area has had historic slope movement, last occurring about 6 years ago. Water from an upper drainage ditch and springs are cutting a channel through the saturated landslide mass. City crews removed the initial portion of the landslide covering SR -509 on March 16 and 17, 2017. Over the weekend, flowing water deposited mud onto the east lane. The City has requested emergency consultations and general recommendations for stabilization of the landslide. Scope of Services The following presents LAI's scope of services for this project. Task 1.1 - Initial Response and Review • LAI performed a site reconnaissance of the slide and evaluated the slope from above and below the slide scarp. We provided initial recommendations for the guardrails, stream bank slope, mud removal, and surface water flow. 1115 West Bay Drive NW, Suite 201 • Olympia, Washington 98502 • (360) 791 -3178 • www.Iandauinc.com State Route 509 / Dash Point Road Landslide Landau Associates Task 1.2 — Secondary Investigation and Engineering LAI will evaluate the landslide and adjacent terrain for stability. Our evaluation will include the following subtasks. • LAI reviewed existing information for the site, including geologic maps, LiDAR, and topographic information. • LAI will measure the landslide and scarp. Hand auger borings will be advanced to refusal in order to estimate the thickness of any remaining soft /colluvial soils. • LAI will perform laboratory testing on select samples obtained from the explorations. We anticipate our laboratory testing program will include 6 grain size distribution analyses (mechanical sieve) and 6 moisture content determinations. • LAI will complete limited slope stability analysis to help estimate the relative factor of safety - -- against landsliding. Task 1.3 — Emergency Repair Design Consultation • LAI will provide emergency repair design consultation, as needed, through phone calls and mai ".s. Task 1.4 — Geotechnical Memorandum • LAI will prepare a technical memorandum that, based on our observations and analysis, presents our opinions about the range of the slide and relative future risk. We will also discuss conceptual long -term repairs, if needed, based on our conclusions. One draft and one final version are assumed; these will be submitted via email in Adobe® PDF format. Assumptions • Any recommendations for Tong -term repairs will be conceptual. This scope and fee does not include design of long -term repairs. Schedule Our schedule for this project is highly dependent on the weather and stability of the landslide mass. We will conduct our fieldwork once the landslide mass is safe to walk upon. Fee Estimate The scope of services described above will be provided on a time- and - expense basis in accordance with our current City of Federal Way on -call agreement for third -party geotechnical engineering review and evaluation. Our fee estimate is $16,547, as shown in detail on the attached table. We will not exceed this fee estimate without the City's authorization. If the above approach, scope, schedule, and budget are acceptable, please provide us with written authorization to proceed via a task or work order. March 23, 2017 2 State Route 509 / Dash Point Road Landslide Landau Associates Closure Landau Associates, Inc. appreciates the opportunity to submit this proposal, and we look forward to being of service to you on this project. If any questions arise regarding this proposal, please call us at (360) 791 -3178. LANDAU ASSOCIATES, INC. Calvin McCaughan, PE Principal LGL /CAM/ 2017 -32317 (X. \C_FEDERAL WAY \2017 -03 SR -509 SLIDE RESPONSE \SR -509 GEOTECHNICAL SERVICES PROPOSAL.000XI Attachment: Fee Summary Table March 23, 2017 3 3232017 s: lsharedocW00proposalltemplate \Cost Estimate - City Rates City of Federal Way Rates -LGL sateiOOf Se nepue1 0 a m w N 0 O_ v m 7 m o g ° a a z m 3 0 r SR-509/Dash Point Rd Landslide Project Number: 0238074.010.011 angel AJewwns aa� Subtotal Task 2.1 Subtotal Task 1.3 1 Subtotal Task 1.2 1.3 Emergency Repae Oesgr. Consultation Subtotal Task 1.1 1 2 Seconaary Invesugatron and Engineering Field Work, Hand Augers 1 1 Initial Response and Review N. > rn X 6 5 t0 z W tD N N w N f+ A A 0 o n Vl V N N 0 V In . N J O r to (� M l� m O N Q. T In w ri U A 0 In In 0 01 A In d' 'O r 3 G) J r N O O N N O 69 N O N D N * N m o n N o N A v N m A N m m Ol , K - N A A 0 0 - - (,1 00 a 0 m 6t D 0 N g V m N A C o .• 4-4. 8 0 n u • to O A W o V -, P V ■• W N to tr Total Labor Hours H N to O V P V O O 1D N i CA N w ON r N VI w W W N w W O V O a r a ti W N A V A N A O O N to A t Ln M z x O itS' C N Q t+ H V to V+ O V 0 IQ O O 0 V r O A W N S t0 N A V r 11O N In V! W D N V A W t40 W r+ d d C V1 O 1n O 0 0 1n 0 0 A. 0 0 0 0 O vr C p C v. O o v. O in O H O 0 O p 2 W O O O O O O O an n r Q O O O O O N W v. 0 0 VI 0 O O O Cn C » g J V Q in V o 0 A 0 0 O j Y "b . VI v S V 1000 1n o�, N W A N A • N w w N O d y 0 a m w N 0 O_ v m 7 m o g ° a a z m 3 0 r SR-509/Dash Point Rd Landslide Project Number: 0238074.010.011 angel AJewwns aa� 0 Q a. W 0 00 QO ~ N N O Yf ..31. Q - 00 Q W m Q (000 1O N � Q T N~ N Q Q 1N0 to m~ 10 O Q N, IND m m 0 ` T L u 3 Cr 8 . u LL U. W 5 L v 3 3 W u u 3 3 W W u u L u 3 3 3 W W T I 0 N x K N t5R ( N N 00 Q N .mr Q N .mi CO N m CO 00 • m 00 00 00 m Q Q F- _ m O N N N m N N 0 N Q 0 O Q Yl m O n N O m m N n n d ,, ' .°. Y N -0 \ = N N O N l N 1O O N b W 01 0 10 N N (0f •.0 10 1-4 0 1NO m m m 7 2 `o a • afi v x I .o N o N L A 3 2 O' LL W a1 y u T ro 3 3 00 10 W t t 3 3 W 00 W m rn m V N Y o n N v o n N o ti Id 1G N m CO N e m N CO aO a a m m m 01 yj c • y0y OC C d 0 a a 0 u O C7 0 N n 1O s N n m 0 0 N N 10 10 10 10 0 10 0 10 10 c a a L 13 MI OYC , L N o N m O 0 10T 0 0 0 0 10T 0 v' u c y y° u a • o o E 'v N. 0 ry 0 0 0 0 0 0 0 0 0 0 z N N 00'0000000 Q h n lc 2N N o g re 5..- ti V O 10 .Oi n E O N b $ m -0 N 0 0 10 0+ A d a U n N ,y m 0.) .0 O 0 0 0 0 0 0 0 0 0 F, V Q ° g O N V1 n 0 O N 10 m 0 1a OT O1 OT OT Ot O O lot Ot O Equipment 2015 Olympic Tilt Trailer 20TDT 2 12003 John Deere 310SG Backhoe Loader 2005 Vermeer Brush Chipper Model 1400 12014 John Deere 524K Wheel Loader 2017 Caterpillar Excavator Mod 304E2 CHCB 2015 F -150 4X4 Supercab 2011 Ford F -450 4X4 Super Cab Flat Bed 2011 Ford F -450 462 Super Cab Flat Bed 2003 Sterling Mack M8500 Dump truck (5yd) 2008 Peterbilt 367 10 YD dump truck 2008 Peterbilt 340, 5 Yd Dump truck 2008 Peterbuilt 340 5yd Dump truck 2015 international 10 yd Dump truck 12015 international 10 yd Dump truck n N m Q 1a n 00 m 0 .+ N m m N in /dry out. Hauled and disposed on 5/30/17, 0 0 Y v v O 3 a TA 0 T • O a. E Y 3 Y • 3 3 Y G � O .y F, 2 0 L L o m �- m Z A2 - Initial Clean Up of Debris N < 0 n n ea O N b W Q O 0( 0 10 N N (0f •.0 10 1-4 0 1NO 10 .0 oni 0 t0 10 0O O N N 10 Y w N u T 0 0 t/1 L- L �' 3 Q W 2 2 ul U.1 1Y Lt. L A 3 2 O' LL W L T 2 3 00 Y. W y u T ro 3 3 00 10 W t t 3 3 W 00 W V y L N N N 3 3 3 00 00 Irk W W W T Y O 2 x m oo m � N 0000 0l Q ti Id 1G N 5, 00 1G ' N m CO N e m N CO aO a a m 0 0 04 0 0 N 0 0 N N 0 0 N N 0 0 N N 0 0 0 N N N Haul stored soil /debris O ni N b Haul stored soil /debris 0 M N n `o a 2 „ v o 3 o v1 i 0E n ' al g o 00 `w 0 o_ c . 8 N a v 3 m o N m C7 cc " 0 v a ° Q W L N s °o m r N o t- u c y 0 2 — — v a ° o y o • E 0 v m N 00'0000000 n lc 2N N o g re 5..- ti V O 10 .Oi n E O N b $ m -0 N 0 0 10 0+ O OT OT [OT OT OT OT O Equipment 2015 Olympic Tilt Trailer 20TDT -2 2003 John Deere 31050 Backhoe Loader 2005 Vermeer Brush Chipper Model 1400 2014 John Deere 5241( Wheel Loader 2011 Fora F-450 484 Super Cab Flat Bed 2011 Fora F-450 4X2 Super Cab Flat Bed 2003 Sterling Mack M8500 Dump truck (5yd) 2008 Peterbilt 367 10 YD dump truck 2008 Peterbilt 340, 5 Yd Dump truck 2008 Peterbuilt 340 5yd Dump truck 2015 international 10 yd Dump truck 12015 international 10 yd Durnp truck N m Q ll1 tO n CO m O N ti 0 00 s 0 cc 0 tit 0 i A4 - Haul and Dispose Stockpiled Debris f 0 I- 0 0 0 CO 0 N N 0 0 0 0. 0 -1mH 1-1 0 10 60 6-1 01 ...'- u > 0 0 u i 3 Q 2 2 W W W u m 3 2 ci W W 11 u 2 3 W O' u u m 3 3 6 O' is i0 3 3 O- Q L 4/ i0 m ,o 3 3 3 O- O' Q 2 m O � S N N c6 T N m � N n CO O N 01 Cr 00 N N ry T CO N .N. N T 00 00 00-- 0p 00 00 Co CO 0 0 H = 0 0 0 ry 0 0 0 0 0 N 0 0 N N W ? \ A O n M 10 n N at m of 0 10 at 00 00 N W O N a S 6. n N Fn. N - < Q W u. 01 'E u 3 3 Q O W W u u 3 33 iT Q W W 01 at 01 H ,n a S .ni O g O m N N N m 00 a0 N f0ll W CO CO N T R< 0 O1 0 12 m O 0 0 0 ;66 IX V- N \ m 10 0 N T 0 0 N T 0 0 10 N N 10 0 1-1 10 0 0 0 u P. a 0 d 10 a L OC G L N n 0 N 00 0 00 0 0 0 0 0 OT 0 nt C V u a L 'L a 0 oE O SN 'u' _L 0 n 0 N N m 0 0 0 0 0 0 0 0 0 0 Z 7 N 1- At N a a W O Al K 0 n G N n r m a u a O O y 4 a N N n 1.' ■0 N m Equipment 2015 Olympic Tilt Trailer 20TDT -2 2003 John Deere 310SG Backhoe Loader 2005 Vermeer Brush Chipper Model 1400 2014 John Deere 524K Wheel Loader 201) Caterpillar Excavator Mod 304E2 CRCB 2015 F -150 434 Supercab 2011 Ford F- 450 4X4 Super Cab Hat Bed 2011 Ford F,450 4X2 Super Cab Flat Bed 2003 Sterling Mack M8500 Dump truck (5yd) 2008 Peterbilt 367 10 YD dump truck 2008 Peterbilt 340, 5 Yd Dump truck 2008 Peterbuilt 340 5yd Dump truck 2015 international 10 yd Dump truck 12015 international 10 yd Dump truck l N N M 00 Vf 40 n 00 01 O N � .-. -1 .m-1 .. Q 0 B2 - Rebuild Shoulder - 0 ...401"m40$0meooO. N n N N e N 4-1 m of 0 10 CO N 0me0 1a00 co r-6 N 01 i 'o '0 L -5 3 O' W i i w W u. u. - < Q W u. u f 3 W Q u. W 'E u 3 3 Q O W W u u 3 33 iT Q W W u u u 3 Q e! W W T t S n 00 In 01 n N n 00 0 N Q O m N N N 01 a0 N N N ((0 00 a0 N f0ll W CO CO N T R< O O I- = 0 0 0 10 0 N N 10 0 N 10 0 N T 0 0 N T 0 0 10 N N N o a 0 N a 0 _ m O S ',, n N rl 0 W z E a a a ■ S" O _ Ln a „ w .` pa O .5 S 0, n NO N m 01 as 0 a1Oe c d oo a 2 3 8 m a o r 0 ¢ N 10 In 10 10 10 10 0 1-1 10 0 0 0 0 2 a 5 O) a L S4 O L ti H N 0`01 0 00 0 0 0 0 0 OT 0 nt a W a`0i s ra E v o $+ o u £ o ¢ N i = H v n 0 c N m 0 0 0 0 0 0 0 0 0 0 Z D Ut r v. a a W O r 2 N U C- o N ton d U Q u0 O 0 C , P N 0 60 N m Equipment 2015 Olympic Tilt Trailer 201DT -2 2003 John Deere 310SG Backhoe Loader 2005 Vermeer Brush Chipper Model 1400 2014 John Deere 524K Wheel Loader 2017 Caterpillar Excavator Mod 304E2 CRCB 2015 F -150 4X4 Supercab 2011 Ford F -450 4X4 Super Cab Flat Bed 2011 Ford F -450 4X2 Super Cab Flat Bed 2003 Sterling Mack M8500 Dump truck (5yd) 2008 Peterbilt 367 10 YO dump truck 2008 Peterbilt 340, 5 Yd Dump truck 2008 Peterbuilt 340 5yd Dump truck 2015 international 10 yd Dump truck 12015 international 10 yd Dump truck l N N m a 010 10 n 00 01 0 N 00 n ea. 0 0 O rr b Lfl O W J � I-L za W J 0 3 U� Z 1 Z w z K Ow. Z O w¢ CO IX CD OO aX I 0 ELEVATION 0 0 O O