Loading...
HomeMy WebLinkAboutPW15-403 - Original - Northwest Linings & Geotextile Products, Inc. - Guiberson Reservoir Joint Sealing Project - 12/22/2015 Records Ma agernol KENT �' Document W gSHINGTON CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Northwest Linings & Geotextile Products, Inc. Vendor Number: JD Edwards Number Contract Number: � ��C;3 This is assigned by City Clerk's Office Project Name: Guiberson Reservoir Joint Sealing Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: qzz ? Contract Effective Date: Date of the Mayor's signature Termination Date: 45 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kevin Swinford Department: Engineering Contract Amount: $124,191.07 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of furnishing and installing liner, non-woven geotextile as_a_ cushion der ann stain less steel batten, T As of: 08/27/14 REQUEST FOR MAYOR'S SIGNATURE w. Routing Information(ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DAPART ENT) Approved b+-;�+rfg,. Originator: Kevin Swinford Phone (Originator 5613 Date Sent: Fo«;lgi Date Required: %�Vz)50,6 Return Signed Document to: Nancyvoshflake Contract Termination Date:45 working days VENDOR NAME: Date Finance Notified: Northwest Linings & Geotextile Products, Inc. (Only required0andcontracts 12/$/15 g 1D 00 and over or on any Grant DATE OF COUNCIL APPROVAL: Date Risk l'Manager;Notified:N/A 12/8/15 (Required on Non-City Standard Contracts/Agreements) Has this Document been Specificall Account Number: W20007 Authorized in the Budget? ® YES NO Brief Explanation of Document: The attached construction agreement with Northwest Linings & Geotextile Products consists of furnishing and installing liner, non-woven geotextile as a cushion layer and stainless steel batten for the Guiberson Reservoir Joint Sealing Project. All Contracts Must Be Routed Through The Law Department (Ti5F9d tq be corflplete ,by the Law Department Received: _ s Approval of Law Dept.: f` l 1 "�n f14 :Law De t. Comments: Date Forwarded to Mayor: i Z p tr Shaded Areas To Be Completed By Administration Staff Received r Recommendations and Comments: X Disposition: G :Date Returned: vn� one ro ss ny iqucs mrMe�ors anwm:daw -- i s KENT ,reet�Q Agenda Item: Bids - 9A TO: City Council DATE: December 8, 2015 SUBJECT: Guiberson Reservoir Joint Sealing Project - Award I MOTION: Move to award the Guiberson Reservoir Joint Sealing Project to Northwest Linings & Geotextile Products in the amount of $124,191.07 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Guiberson Reservoir is one of the City's primary water reservoirs and is located near the top of Scenic Hill. This reservoir was constructed in the late 30's and is experiencing leakage due to cracked and separated concrete panels that line the base of the reservoir. This leakage prevents operation of reservoir at full capacity. The project consists of furnishing and installing high density polyethylene liner to reline the base of the reservoir to seal the cracks and allow the full operation of the reservoir EXHIBITS: Memo Dated December 1, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This project will be funded out of the water utility. CITY OF KENT KING COUNTY, WASH 1 NGTON KENT SPEC I AL POV I S I ONS FOR Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 BIDS ACCEPTED UNTIL December 1 , 2015 11 A.M. B 1 D OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 4^4�� KENT W ASH IN G TON i TABINDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Prevailing Wage Rates II i CITY OF KENT INN COUNTYr WAS INGTON KENT SPECIAL PROVISIONS FOR Guiberson Reservoir Joint Sealing Project Project r® 10-3024 BIDS ACCEPTED UNTIL December 11 2015 11 A.M. OPENINGBID IMMEDIATELY FOLLOWING DELIVER T+� CITY OF KENT, CITY HALL 220 4th Avenue Sa, Cent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR w no KENT I tS W A S H I N G T O N TA i BIDDER`S NAME Northwest Linings&Geotextile Products,Inc I CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 BIDS ACCEPTED UNTIL December 1, 2015 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT wASHINGTON i ORDER OFCONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (aver $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Prevailing Wage Rates i I I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through December 1, 20IL5 up to ii a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington, All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11 a.m. for the City of Kent project named as follows: Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 The project consists of furnishing and installing approximately 39,000 square feet of 60-MIL HDPE liner, 39,000 square feet of 16 oz. Non-Woven Geotextile as a cushion layer, 1,000 lineal feet of stainless steel batten and other work, all in accordance with the Kent Special Provisions. The Engineer's estimated range for this project is approximately $100,000 to $150,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Kevin Swinford at 253-856- 5613. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the Kent Special Provisions may be purchased at a non-refundable cost of $25 for each set. Specifications can also be downloaded at no charge at KentWA.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this loth day of November, 2015. BY: Ronald F. do re,,Qfy Clerk Published in Daily Journal of Commerce on November 171h & 24th, 2015 i CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date December 1, 2015 This statement relates to a proposed contract with the City of Kent named Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 I am the undersigned bidder or prospective contractor. I represent that - 1. I x have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Northwest Linings&Geotextile Products,Inc NAME OF BIDDER f r "SIGNATURE/TITLE Northwest Linings &Geotextile Products,Inc 21000 77th Ave S Kent,WA 98032 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Guiberson Reservoir Joint Sealing/Engineer 1 November 10, 2015 Project Number: 10-3024 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2, During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: c ' For: Northwest Linings &Geotextile Products, Inc Title: VP - Construction Date: December 1,2015 Guiberson Reservoir Joint Sealing/Engineer 2 November 10, 2015 Project Number: 10-3024 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Guiberson Reservoir Joint Sealing/Engineer 3 November 10, 2015 Project Number: 10-3024 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Northwest Linings &Geotextile Products,Inc Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Guiberson Reservoir Joint Sealing Project/Project Number: 10-3024 that was entered into on the (Date) December 1, 2015 between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. For: Northwest Linings &Geotextile Products, Inc Title: VP - Constrcution Date: December 1, 2015 Guiberson Reservoir Joint Sealing/Engineer 4 November 10, 2015 Project Number: 10-3024 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Northwest Linings &Geotextile Products, Inc. has examined the job site and construction details of the work as described in the specifications for the project named Guiberson Reservoir Joint Sealing Project/Project Number: 10-3024 for the City of Kent, Washington, and has read and thoroughly understands the specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Guiberson Reservoir Joint Sealing/Engineer S November 10, 2015 Project Number: 10-3024 SCHEDULE I - GUIBERSON RESERVOIR LINING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 531.00 $ 531.00 WSDOT LUMP SUM Per LS 1005 8-36.5 39,000 HDPE 60-MIL Liner $ 1.39 $ 54,210.00 KSP SQ FT Installation, Complete Per SF 1010 8-36.5 39,000 Geotextile Cushion Fabric $ 0.47 $ 18,330.00 KSP SQ FT Installation, Complete Per SF 1015 8-36.5 1,000 1/4" x 2" Aluminum Batten $ 15.71 $ 15,710.00 KSP LN FT with Holes 12" O.C. Per LF 1020 8-36.5 400 1/41' x 2" 304 SS Batten with $ 19.77 $ 7,908.00 KSP LN FT Holes 6" O.C. Per LF 1025 8-36.5 1 Concrete for Leveling up $15,000.00* $15,000.00 KSP FORCE Joints/Laps Per FA ACCOUNT *Common price to all bidders 1030 8-01.5 0.1 Seeding, Fertilizing, and $ 15,000.00 $ 1,500,00 KSP ACRE Mulching Per AC 1035 8-01.5 350 Straw Mulch $ 0.65 $ 227.50 KSP SQ YDS Per SY Sub Total $ 113,416.50 9.5% WA State Sales Tax $ 10,774.57 Schedule I Total $ 124,191.07 Guiberson Reservoir Joint Sealing/Engineer 6 November 10, 2015 Project Number: 10-3024 I i CITY OF KET SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 Subcontractor Name Skaar Construction Incorporated Item Numbers 1025 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE - - -- d U Guiberson Reservoir 3oint Sealing/Engineer 7 November 10, 2015 Project Number: 10-3024 i SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Guiberson Reservoir Joint sealing Project Project Number: 10-3024 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date Guiberson Reservoir joint Sealing/Engineer 8 November 10, 2015 Project Number: 10-3024 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39,04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. Guiberson Reservoir Joint Sealing/Engineer 9 November 10, 2015 Project Number: 10-3024 i If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Northwest Linings&Geotextile Products, Inc NAME: KirkLilleskare ADDRESS: 21000 77th Ave S Kent,WA 98032 PRINCIPAL OFFICE: Northwest Linings &Geotextile Products, Inc ADDRESS: 21000 77th Ave S Kent,WA 98032 PHONE: 253-872-0244 FAX: 253-872-0245 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See attached. 1.2 Provide your current state unified business identifier number. See attached. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. See attached. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See attached. Guiberson Reservoir Joint Sealing/Engineer 10 November 10, 2015 Project Number: 10-3024 i I i 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 43 2.2 How many years has your organization been in business under its present business name? 33 2.2.1 Under what other or former names has your organization operated? Synflex Northwest, Inc. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 11/18/1982 2.3.2 State of incorporation: Washington 2.3.3 President's name: Scott W. Newton 2.3.4 Vice-president's name(s): KirkLilleslcare 2.3.5 Secretary's name: Rod W. Newton 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. See attached. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Geosynthetic lining installation (membrane, geotextile, and other geosynthetics). 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No Guiberson Reservoir Joint Sealing/Engineer 11 November 10, 2015 Project Number: 10-3024 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: $25,000,000 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: S18,000,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: See Attached 5.2 Bank References: See Attached 5.3 Surety: 5.3.1 Name of bonding company: HUB International 5.3.2 Name and address of agent: 12100 NE 195th St#200 Bothell,WA 98041 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. Guiberson Reservoir Joint Sealing/Engineer 12 November 10, 2015 Project Number: 10-3024 i 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: This information may be provided upon contract award. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this Ist day of December , 2015. Name of Organization: Northwest Linings&Geotextdc Products, Inc Title: VP - Construction 7.2 Kirk Lilleskare being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this Vhk. day of 2015. Notary Public: � _ J. .....ea#f ,,VY. fr,® Z My Commission Expires: 1 _� � m ea �`� Guiberson Reservoir Joint Sealing/Engineer 13 tj¢(✓ ^^ (myer;,D €�Ol ' Project Number: 10-3024 i idv a ixh�A nti�b�' S15 � �T V l I,n e '•(� i ]Psi qu�I ' n n 't � m 1����'���� ��m,�o y� � � � V, Rrl � ✓ Q'�,t �� S P ' t Yw ri M v R M.-A1ffi t>o t �4 T :Y}3�t 5 I t r �.• F A F ., Jx � A''Is , lRIMayer r li I(f YP 'r'W W t kr�` c Y F l�il tiny f�tv�}�try��"Y'fy)1�r r1�r it�R y�i5t���r9y2 g-§d'_ ��dhs �YM ��✓�'�v�"„�r�-$x .a 1 1 . rr eta a, ."�: z� , -. ;:• + s rps. ' �rrx'@`" � 4 ' t '�k ��, 'r rR�', F 00 -` 3`YP fl Syra�z.•!"Yxc �wk�, ' '�- s. rt f v v r ae` okwak '+-3, 'p z £ i r za a E ' - t Ej, _ ��� 3' ," *" �g Unifaed BUssne s I'D t# 60.D 311 034 t, Dom� ks �ProF� Corporation Busine$s PD f4E, 1 t Locatwon: 1 - f � E Expire§:= 08=31-2016 D S �l IINb dt,0TEXTfLE PRODUCTS, INC � A980{ 760E. €` �*SyYyyS s p UNEMPLOYMENT INSURANCE J $ry #�c1� t =- y9� I RANEE �s UV RST§ 4 NER7AL BUSINESS CEXPITtES 12 31 2015) n i � OLYN�P ��7E ' t� �Uh�i,,,�HYdRO,� E�ER '� :liSIfrE5S ', MA I }It DrRE7ASL $ �IHD�bSALE 1 "TAN " F MN 0RS ` t1hbu�$ ,saWeeP. fYoors, .inside `sales, cap Yin9 make binders* 16 to work bvv�°'grouti¢ levelil -_max lOf#. 'Co load/unloa rucks, farklafts/dpjiving*** E ti LIGENShNG �ESTR1CION ;` - r ; -r ML� s emp, ayexd, in warehouse/storage-work must be=at least 16 years - :' a +WAC 296 125-033- (4) t Court Per`m'i aan and a variance from M is required to hire minors +; EE ur�de� the age_of'1<4in non-agriculture lobs. Call=360-902-5316 'a_r-`- a+. email #eensafe`,tyaLnz "a.gwy for information. ' efft Ir�;� «' a �- y�`e. 4y i 1 }A fj5 £ fi�t #ex t iW 1p" i I is docum8pt lists the tegist�ations endorsm eegt ,and licenses authnriecd for the business e�� jk ned above BY accepnpgthjsdoCument,khe hcenseecerttfiesiheinqrmationontheapplicatiop - `'.a&anm YeFe true and agcu[ate to th¢best of his other knowledgg,and that business wtll6e P nduekedlo 4omphannetw¢tr all applicable Washington scare,eoGnty,apd city}reruletions.; t7nectoF De ar�cnr<o[Kt eae Y ., M4" x ayx s# x -, �e^`,•� �` ��,''�. `� ,.rw x .i'F Adk NORTHWEST LININGS & GEOTEXTILE PRODUCTS, Inc. 21000 77th AVE. SOUTH KENT,WA 98032 253-872-0244 FAX:253-872-0245 www.northwestlin ergs_wm December 1, 2015 Timothy J. Laporte, P.E Public Work Director City of Kent Re: Guiberson Reservoir Joint Sealing Project (10-3024) This company, any subsidiary of, or any affiliated companies under majority ownership or control are not nor have they been disqualified from bidding on any public works contract in the last three (3) years pursuant to RCW 39.06.010 or 39.12.065. Regards Kirk Lilleskare VP — Construction Northwest Linings Geotextile Products, Inc.Licensing Agents Expiration Dates EXPIRES LICENSE AGENT LICENSE# DATE LICENSED Alaska Air Cargo-Known Shipper 12949 12/31I2016 Alaska Contractor's 22268 4/711994 1213112016 Alaska Cor orationlBuslness License 184048 1213112015 Alaska Workers Comp. 02WC68676320 112/2016 Alaska EntityNumber 10009940 '.. 4/221201 Arizona Corporation F15986460 913012016 Arizona Contractors License 266860 911/2011 1 2131/2 0 1 5 Arizona Worker's Comp 02WC58576320 Arizona Tax ID 20558128 1011912016 Arizona Dust Control Permit SC 100038 2128/2014 Browz 23E67 CAGE=Commercial&Government Entity OZ262 5/3112017 California Contractor's 794686 514/2001 6/30/2016 California Corporation C2262849 1 213 112 01 6 California Worker's Comp 02WC58576120 6/30/2016 California Public Works 1000013774 Canada Import&Export number 801079815RM0001 Canada Revenue Agency-Business Number 801079816RT0001 ` City of Aberdeen 214703 713112015 Cityof Burien 11127 1213112016 Cityof Centralia 9843 113112016 Cityof Kent BLC 880 CI of Kent-Fire Prevention Division-Permit 1131/2012 Cityof Kennewick 104805 212812012 Cityof Olympia 10-00032194 212 812 01 4 City of Pasco 1653 City of Pasco Public Works 1 01312 01 3 City of Portland,Oregon 650227 8131/2013 City of Poulsbo nla 1 2/3112 01 3 City of Sandpoint 1254 1 213 1/2 01 5 City of Seattle 174224 1 213 112 01 6 City of Tacoma 500011971 1213112015 City of Unalaska 2203 7/912015 Coeur d'Alene Business License 1836 ` Colorado Dept,of Revenue-Retailers Use License 19-03743-0000 1 2/112 01 6 Colorado Secretary of State 20081593724 81151200E 12/3112015 Colorado Worker's Comp 02WC58576320 6/14/2006 DUNS 076626464 ' Federal Tax ID 91-1076332 613 012 01 6 Guam Contractors License CLB10-0693 411/2010 813 012 01 6 Guam GIRT R-0713-1158 613 012 01 6 Guam Entity 157114 91112016 Guam Annual Report 3115/2016 Guam Workers Cam WC-OD472 913 012 01 6 Hawaii Contractor's 16363 9/111988 913 012 01 6 Hawaii REM(Rod Newton) 15364 ` Hawaii Corporation 11053FI Hawaii Employee Mutual 1999A Hawaii Employment Security ID Number 1012207 Hawaii Excise W20183672.01 Hawaii Tax Account 440-911076332F-01 1 213 112 01 5 Hawaii Workers Comp WC100-0024826-2013A Hawaii Dept.of Labor&Industries-Unemp Ins, 7525265 Idaho Employment Security ID Number 1716832 613 012 01 6 Idaho Public Works PWC-C-10761-A-4 '.. 21712016 Idaho Registration RCE-12088 3/711983 Idaho State Withholding 337160-W 1213112016 Idaho-Shoshone Bannock Tribes 2015-AN-337 ' Idaho Use Tax 337160-U 1 2/3112 01 5 Idaho Worker's Comp 02WC68676320 5131/2016 Idaho Secretary of State C191068 3/3112016 Iowa Secretary of State 469958 Iowa Dept.Of Revenue Iowa Dept of Work Force 1 2/112 0 1 5 8:37 AM Northwest Linings Geotextile Products, Inc.Licensing Agents Expiration Dates 12/3112015 Iowa Workers Comp 02WC68576320 ' Importer# 91-1076332 1113012015 International Erosion Control Association 1 213 112 01 5 International Association of Geos nthetic Installers 611612016 ISNetworld 400203660 51112013 411612016 Kansas Secretary of State 4899796 Kansas Business Tax ! 5116/2016 Michigan Corporate ID 60353X 311612011 ! * Michigan Sales Tax&Withholding Tax U91-1076332 ! 11/18/2015 Montana Contractor's 7969 1997 Montana Corporation 224887 '.. Montana Dept.Of Revenue 4169470-003-CGR '. Montana State Withholding 302996 4/15/2016 Montana Annual Report F027600 1213112015 Montana Worker's Comp 02WC68676320 * Montana Dept.of Transportation 057913-SU 1 213112 01 5 Montana Dept.of Tran.Equal Employ Submission MSHA V6C NAICS 237110 NCCI Workers Comp Classification Code 5102 11/15/2016 Nebraska Contractor Registration 42442 112016 Nebraska Secretary of State 10184221 " Nebraska Dept.of Revenue 001.011670290 1 2/3112 0 1 5 Nebraska Workers Comp 02WC58576320 Nevada Department of Taxation 1001917340 1 213 112 01 5 Nevada Worker's Comp 02WC68676320 5/3112017 Nevada Contractor's 53867 5/3/2002 813112016 Nevada Corporation C13843-1995 31112016 Nevada Legal Press Annual Statement 713112017 New Mexico Contractor's 357682 7/17/2008 9/14/2016 New Mexico Public Works Registration 01569672010991 12131/2016 New Mexico Worker's Comp 02WC58576320 3/112016 North Dakota Contractors License 41692 711=011 5/15/2016 North Dakota Annual Report 29,274,700 North Dakota Sales Tax 272825 00 North Dakota Withholding Tax 911076332 01 1 213 112 01 5 North Dakota Worker's Comp 02WC58676320 * Oklahoma 2312423384 * Oklahoma Use Tax#SVU-10254652-03 * Oklahoma Wage Tax#WTH-10254652-02 '.. Oklahoma Wage Tax#FRX-10254662-04 !. 1213l[2015 Oklahoma Workers Comp 02WC68576320 212 312 01 7 Oregon Contractor's 64370 211411990 212 712 01 6 Oregon Corporation 191559-85 ' Oregon State Withholding 0.368761-3 12131/2015 Oregon Worker's Comp 02WC58676320 5/112016 Quest Civil Constructors,Inc. 10/2612014 Rapid Gate AE9QIRKV 313 012 01 4 Rapid Gate 812 212 01 6 SAM-CCR SIC 1629 9/3012016 South Dakota FB036925 * South Dakota Tax 1027.3917-ET Texas Sec.of State 801299582 7130/2010 ' Texas Tax# 3-20423-3666-2 ' Texas Webfile XT010670 1213112015 Texas Worker's Comp 02WC68719110 511012016 U.S.Customs Bond 1068298 613012D16 U.S.DOTIFMCSA 545346 1213112016 Unified Carrier Re istion UCR 646346 3/31/2016 Utah Business Registration Entity# 7569501-0143 3/31/2016 Utah Corporation 7569501-0143 ! 11130/2016 Utah Contractor's 7699996-5661 31312010 * Utah Withholding Tax 12002326-004 WTH 12131/2015 Utah Worker's Comp 02WC58576320 1 011 012 01 6 Washington Contractor's NORTHLG 189J6 612311983 8/3 112 01 6 Washington Corporation C600.343.034 * Washington Employment Security ID Number 465180-00-6 * Washington Excise UBI C600-343-034 Washington Labor&Industries ID Number 412.834-00 121112015837 AM '. Northwest Linings Geotextile Products,Inc.Licensing Agents Expiration Dates 8131/2016 Washington Master License 6003430340010001 813 112 01 6 Washington Legal Entity Registration-Business License 600343034 Workers Comp Code 5223 " Wyoming Department of Revenue 24-0-11195 31112016 Wyoming Secretary of State 2010-000582185 312612010 ' Wyoming Unemployment Tax 2012076603 " W oming Department of Employment 004630957 1213112015 Wyoming Workers Comp 02WC68676320 12l1l20158:37 AM Op Srn gi o _ O O O O N N_ O ^ N N M N D)N M O I� M n M n pt y ry (p OO (O (V V O O IlI N p y W M O O wK fOM W y D"1 c1°Y N N N M '- V N C] M t+Mi OIOi O M N Nw (D r N M « i9 !9 !A FA F9 W � 49 W W fA F9 fA E9 iA f9 19 W w rW f9 F9 f9 W f9 12 d 0 m m _ o o ' m 3 cg 3 mJ ASS 3 _ 3 5 � � 3 _ _ 3 m J E ❑ t u, 3mc4 J J wr�i�' U 'I M � O O oO NN w <O 1� u1 �p In O w w 0 p N O O 10 N m E N E m E 1- W t0 Id 10- Q 'E 'E E E E E 'E'p a 'E'E E E E E 'E 'E pE E yE E E E EE E E E E E E E E'E E m C m (09 yj 2 N.. a @ vw l9 vQ vQ � Q v ww vl9 ` l9 vQ aQ ? w J W W W W W W W — W W W W p W W W W W W W W O W=W O W W W W W W O W O W W W W W $a a o ao �`o pp E as as aayaaa ay as ya Ea � w a a❑ rc,� as a a a as pa c 00 00 v z x x xxrx xxr m �xr xm x❑r x❑x xr xr xx F � Mx �- x❑r ❑xr xxr xx rx❑� ❑x�x xxr- x .o C LL O M D! O N M xm p(mNO mmON O19 NO OyymONJ dIMD NwoON'I dO10� OOdwl yIN9 O(INQhOi MOO mWOO CWMm M1INt�sl NNfmMt�` wOMMd ^OONOyp1j Q W IL C? M M1 0 °Cwl [p 17° 01 T T f (f N7N N m m ro N Om s tqN4 O I wNQImOA N N a3 a o m Z _ m— E Z 0 « 8 v O c ° t o V E ti s E c i' x ? v LL a a o E ; :° c a Q myry 3 s v g N y v m a o ° > s c E v C9 p m o Y U -Oi f0 Q m` Y Q D U Y m IL F D A.f m m 0 K p] 2 Y F Z Y 'U vo 3 p c ti g C O C o Z t2 2 m m VOO SU gcL UJ c 'c O ' m y No O 2 C LL o f of O DLL E N D c U U .E m U U !J V v L V ° U w U $ o V a 3 t1Q A v K v'U y v t o o «N, o pp N Orn Y m u°i N V L E C 14 o m ° c vrn t S V v & U U t o LL O L n W _ w o a ... E y U> U r i c `-0 E 1° v u '^ _ v p o m V W a 3 O Z "E' w m. m y tt ° t a ti o m o m �° C s K a r0._ ti m e o� V _ w ❑ m r=J r m a = 5 3 ai� w 'w ❑ 3a r i= Y ¢ a 5y5 r a xnv ¢°rj 3 < 3 3 3 3 3 <3 3 3 3 tm2 vE m m E E @ c E E v @a = a Q v - o d L Ym v ov K : W o 0 0x ° hm 02 O F N O1 O N N t a a E '� a° .t °o °' n c m y Q N > oo m N ° yop W a J { ID N m 4 m E W 2 W = a w o 0 o O ❑ .0 O 2m ' a oi U VCO w o OE w J❑ VJ pW y) ° h a N LL o O O C O C L M Ill d (O t N vl.Q r 11 —2cm v cg i t�i Y � 0 w u > a arc'r 0 u 2 u3 it M M M f O O N O O O O 00 N N N O NN O O O 00 O O N N N ^ N N N N N N tOV N N NO N 0 o a a o 0 v o m u"i � rn oo m m o m m o N M M (° W V O V W m O) W O m p0�1 (° (V py O� f0 m m O m O W W i9 W 19 F9� M E9 f9 f9 fA Wf9 f9 fA f9 b? FA!A f9 f9 m M f9 W F9 � �A . m m U U `o U U O 0 06 O1 O pO pO O p O °mil O O O O O O O O O O N M O O W 0 0 'p O p. M tD N I� O pN O N nNn (y° N M M O M tp Q m M M m W V W N m N N n (m° d O D !00 M G M w °W O a a E E E E E E E E E E E E o E 0 p E E E E E E E E E E E E E £ E E E o E E 00 o a o a o v p p o p a o o a o 0 0�° a o a o 0 0 o a a p o a o a o 0 p 0 o e o 0 0`O o p o N .^ V �i V 0 R F W V y W` ID m m (D v m$ W m W W W d m W V W V ` W m v (O y� M m l0 O W W a<m W a W ry y d {O y og aya aEaaaaaa 'a aao wppy wwwww ° ww w ww w wwaw �wwLL �w ° w pW O ❑_ v O O_ p ❑_❑_ v❑_ v O_ v❑_ ❑ v❑_ m ❑_❑_ S a ❑ y d ❑ ❑❑ ❑❑mLmmam O_ O_ ❑ m ❑ ❑ ❑_ _❑_❑OJ❑ ❑O S ❑ m ❑ m❑ w N � 1 F- m - 1- F- F F MFSF � - 1 H JS Fmmo6 2F2F2F W LL N (9 W'M O C m W I� V (7 (° m ro Z O M y O , E^m W W O y N r Ol N W m W T O Mry O m N m H O t7 W d'M y O IIWJ O m M rn N N F I? 'q' q OMO q� W m �i M NCJ Nmm '.. W N DS CS (7 N N 1�Ol N N N N W ry IA IA O(D N d)W M m m m m N N r IA W O (7 (A W(fi r N ry C W � e� e� T °) N NI� v N N10 Q O W W N1` W yyyyh M v N N N N N M fir W 10m M1� r 'e r'iMmm rS eS d�o5 �8 ooih iA p M�v' ih ino� AAA Y�tSiN �h o W mmmm o d, �m' dm �A6, a E C EZ5 mm m U ro V Q w v x � _ ❑ 4' � U � c U O e $ om a a� ct' m ❑ c'Ci `a LL m c� cm> in G 3 0 �' W c� m =5 m vo 30 o ! c o c c € c v c w ro' u, o 2 `m 2 Z ? =°cU 1 u E � m oI- m o bit ?W y NM - b g - E 2°2 '�� m ` O ti c o m 3 a ° o 0U p1 v 3 y v V @ a ._ w m C Q mV a m wcv � °U 2 Ea 3 y� o Z U 8 0 V V SSZ V J❑m'm oyyT ti ^❑v�>E o`° °m° a°N m`Ov - FryZry W Wa l0 (7 ❑ Z ) 2 V ¢ U a s a a a Qa a a a a a s as a a a a as a a a as a a a a J£' LT O C N ND a0O U H R ¢ (� O J F- Y 00 Im � U W K u. > � Q N U Om. (� U) d w_ W 02 N wo V U V E m W N O m w E C 2- c N U a �6 oC E m m U � 1- � n T x � a LL F S _ v v� >�' g`Cu❑. 8 n E W y w 2V c m ro La v F S U o c'oJ a an d of c Q LL 3 Q N v a E ap v LLJ g= o J c 5 fL 3 m p Eo ° ry E h 2 ro LL m W o '> E c W u x £ a 0 C N E 3 C� 0 0y+1 ° E F o c LL D v rn c O� E c Y. coi - p� m ° q q x V V f0 F J ¢) 605 m F h V O S V F Y Z 2 1 m W W Y N (9 S U a} I m 0 m m m m m m m m m N N N O O N O 0 N 0 O O N N N N N P O O M N f3 O O N 1� tp N tp t`I (V a m Q N O O O O N � m` 'm m o m o m o in N I?Q m o N N R M N r M M M o (n9 n O T @ OWI V N °4 ym C IQ q 'S M W 19 f9(9 W Y) tl3 H Vi W k9 19 IA IA fA M W W b) W fA tlf Yi W Yi bi f9 Vi M � p o E m E .E2 3 N d E E m Tv `o w m y m b rn m m aro c 0 $ 3 �K .t c7 .E 3 .�tnU A a UlUa x3 Yn 3 Li �rcLL .t 3S w'a° 0 0 0 LciyNy f0 O pWO O1 O O O ^ O O O V f° pO O M N O N<J O O M r N (p trn'1 O O 1N P ��°'O N IOp M I(I W T 1(J w m Gi Ip N M N V N n O w M LL �, E E o EEE E E E E EE E E E E E E E E EE aI c E EE EE £ EE S 0 0 0 0.o O o 0 0 0 0 0 0 0 o a o O O W o 0 0 0 0 0 0 0 0 N^ io $ m W Q $e ro W a Q W Q v Q M �n �a v mm mQ .- wW w w wwwgwz w w w ww w w w w5 wW `w w wWg wWg wwWWR ` Ww w oaCv C 0 Coo dod o C C 00 0 0 a 0v 00 0 0 cot = oov Coco 0 0, C N� xr mi x SSx F xi- S S x x xi- x x x xi- Sxrx x xxl- E xxt- xx xx tixti S -� x vw 12'W O T tO n N 0 N N 1p W O Ip W Q y n m M y O N N MQ W 1p lz 7 I I?O W � c N(O[D In(O(qq N N OpI °l �� �d1 l�O V W A m q rn M N°�N� {Op OQ] CS t•)IA In lb ti] � {Np M M m OI m m W Y] N M ry�M ''. a3 w v .as y s E o a a Z m a h °' m Y s a R ❑ u ' > c c > CoC 'c o ~ "a ❑ Y U 01.1.. W Q F- J 0 ❑ F J ❑ li Y K -�i U K J - m W P Y NO 0 0 T c vzi z c o .4 E o m c£ UE ` C2 E o Urvcv -m vN c U om o dm2 o E a . .00 o Z N W NS m Zso2Cd3 USan°' WQ cEEc2 65 a a a as a ¢ a a a a a a a a a a as a a a a a ¢aa ¢ a a a $ v E ° LL E � a g s ro a m K U w V' K � O K a Y m 7�. ti W K h U U' �- a! F f U K u } ❑ N � � '. M v v ^ U ,0i v Ua N C L Ti>G N 9ry U d V_ O J N O � m F- ❑ O ¢ w K m m U E c v U c a W c 10 a .9 o p a Mc E v c a ri a E _ v .g o p 1 _ o ° @ y a o pp ❑ Z N a H a ,� N - Em p@ -�V- d v o' o ❑u L m'rn ma �` a_d g 1= ¢Tvv Umm U��-°uc4� '❑>10 tiam'v_vEax K V g L E -m°�nKFa`v ME oZdK M. ❑vZv E N E a❑ 0 mUU K> o o W w0 0C wmK 2 K a a Wa '., NORTHWEST LININGS & Ali Nk GEOTEXTILE PRODUCTS,Inc. "Helping to Protect the Environment" 21000 77th Avenue South Kent, WA 98032 (253) 872-0244 • (800) 729-6954 FAX: (253)872-0245 � www.northwestlinio gs.com I I Subject: NORTHWEST LININGS KEY PERSONNEL Vice President of Construction Operations: Kirk Lilleskare Education: Bachelor Arts Degree Business/Economics - University of Washington With 25 years of construction experience and 23 years of work specifically in the geosynthetic installation business Mr. Lilleskare oversees projects from the estimating stage all the way to completion. Kirk started with Northwest Linings in 1990 in the field working on an installation crew as laborer then technician. He installed over 5 million SF of Geomembrane lining in the field. From then he has worked in estimating and project management overseeing over 75 landfill liner and cap installations, hundreds of waste water treatment lagoon liner installations, many potable water reservoir linerslcovers and various other fuel containment and environmental remediation projects. Kirk has a degree in Economics from the University of Washington. In 2001, Kirk was promoted to Construction Operations Manager, In 2008, Kirk was promoted to Vice President of Construction Operations. i i I NORTHWEST LININGS & GEOTEXTILE PRODUCTS,Inc. 'Helping to Protect the Environneent" MM ' 21000 77th Avenue South Kent,WA 98032 (253)872-0244•(800)729-1111 FAX:(253)872-0245 www.nortliwestlinin s� com SUBJECT: NORTHWEST LININGS KEY PERSONNEL FIELD OPERATIONS MANAGER: STAN KAMIEN SKI WORK HISTORY: After working for Northwest Linings as a field technician and foreman from 1978 to 1995, Stan rejoined the company in 2000 in the capacity of Field Operations Manager. In this position, Stan is responsible for ensuring all field personnel are properly trained, assigning crews to projects, ensuring projects are completed on schedule, and maintaining project quality control requirements. Stan has installed and supervised over 110,000,000 SF of geomembrane liner applications including HDPE, PVC,Polypropylene,XR-5, Hypalon, and other materials. His project experience includes wastewater treatment ponds and lagoons, golf course ponds, decorative lakes,water reservoirs, landfills, and tanks. Northwest Linings certifies that Stan has completed over 25,000,000 SF of PVC and HDPE applications. In addition,Northwest Linings certifies Stan has completed over 10,000,000 SF of RPP, Hypalon, and LLDPE installations. NORTHWEST LININGS & GEOTEXTILE PRODUCTS,Inc. "Helping to Protect the Enewonment" 21000 77th Avenue South N E Kent,WA 98032 (253)872-0244•(800)729-6954 FAX:(253)872-0245 14 www,northwcsthnings.eom SUBJECT: NORTHWEST LININGS KEY PERSONNEL MASTER SEAMER: Joel Mondragon SUPERVISOR WORK HISTORY: Joel was hired by Northwest Linings in 1993. In that time he has become a valuable member of our installation staff. He has worked as a Field Laborer/Technician at more than 200 site locations. Joel has installed over 25,500,000 S.F. each of HDPE, PVC, GCL, Polypropylene and other fabric reinforced Geomembrane Materials and been involved in projects of various applications such as landfill cell liners and caps, wastewater treatment ponds, decorative lakes,water reservoirs, oil refinery tanks, and floating covers. Joel became a site supervisor in 2001, prior to that he spent 4 years as a foreman/master seamer and QC technician directly overseeing all parts of the geomembrane installation. Northwest Linings certifies that Joel Mondragon has supervised over 15 million square feet of each of the following HDPE geomembrane, PVC and reinforced Hypalon & polypropylene geomembranes. In addition Northwest Linings certifies that Joel has installed over 8 million square feet over the past three years, from 2008-2011. Joel has over 250,000 LF of seam experience with both HDPE/LLDPE geomembranes and in addition; Joel has hot air and chemical welded over 4,000,000 S.F. of reinforced materials (Polypropylene, Coolguard, XR-5, Hypalon and Urethane Geomembranes). The last 4 products are seamed and installed utilizing identical welding equipment and techniques. SPECIFIC PROJECTS: Name: Ephrata Landfill Size: 800,500 SF Material HDPE 60 Mil/Geocomp/GCL Name: Logan Landfill Size: 340,232 Material: HDPE 60 Mil Name: City of Belgrade Size: 1,518,000 SF Material: HDPE 60 Mil Name: Central Sanitary Landfill Size: 319,125 SF Material: HDPE 80 Mil/GCL Name: LRI Landfill Size: 230,000 SF Material: HDPE 60 Mil/GCL NORTHWEST LININGS & GEOTEXTILE PRODUCTS, Inc. Helping to Protect the Environment" 21000 77th Avenue South Kent,WA 98032 (253)872-0244•(800)729-6954 FAX:(253)872-0245 www.northwest)inings.cotn SUBJECT: NORTHWEST LININGS KEY PERSONNEL MASTER SEAMER: Alex Rios SUPERVISOR WORK HISTORY: Alex has worked for Northwest Linings since 1993. In that time he has worked as a technician and become a skilled master seamer/ master welder and quality control technician. In 2001 Alex became a site supervisor. He has seamed/welded and installed over 23,500,000 SF of HDPE, GCL, PVC and reinforced geomembranes (polypropylene, Hypalon, XR-5) in various applications such as landfill caps, wastewater treatment lagoons, decorative lakes, water reservoirs, oil refinery tanks, and floating covers. Northwest Linings certifies that Alex Rios has seamed over 25 million square feet of both HDPE geomembrane and PVC. Alex has over 1,850,000 LF of seam experience with both HDPE/LLDPE geomembranes and addition; Alex has hot air welded and fusion seamed over 5,000,000 S.F. of reinforced Polypropylene, Coolguard, XR-5, Hypalon and Urethane Geomembranes. The last 5 products are seamed and installed utilizing identical welding equipment and techniques. NORTHWEST LININGS & GEOTEXTILE PRODUCTS,Inc, "Helping to Protect the Environment" 21000 77th Avenue South Kent,WA 98032 (253)872-0244•(800)729-6954 PAX:(253)872-0245 www.northwestlin in e s.eom SUBJECT: NORTHWEST LININGS KEY PERSONNEL MASTER SEAMER: Ranferi Pineda SITE SUPERVISOR WORK HISTORY: Ranferi has worked for Northwest Linings since 1992. In that time he has become a valuable supervisor of our field crews. He has worked as a Technician, master seamer and has been a site supervisor since 2003. He has seamed/welded and installed over 21,000,000 S.F. each of HDPE, GCL, PVC, and reinforced geomembranes (polypropylene & Hypalon) in various applications such as landfill liners and caps, wastewater treatment lagoons, decorative lakes, water reservoirs, oil refinery tanks, and floating covers. Ranferi has installed over 6,000,000 S.F. of reinforced geomembranes, including liners for fuel containment, water reservoirs and baffle curtains. Prior to his employment with Northwest Linings, Ranferi worked for another geomembrane company and installed over 10,000,000 S.F. of HDPE geomembrane and over 5,000,000 SF of Hypalon and other reinforced geomembranes at more than 50 locations in the Western United States. NORTHWEST LININGS & GEOTEXTILE PRODUCTS,Inc. "Helping to Protect the Environment" 21000 77th Avenue South Kent,WA 98032 (253)872-0244-(800)729-6954 PAX:(253)872-0245ii w .northw stlinin s.cont SUBJECT: NORTHWEST LININGS KEY PERSONNEL SITE SUPERVISOR: RUNEL CRUZ MASTER SEAMER QC TECHNICIAN WORK HISTORY: Runel has worked for Northwest Linings since 1999. In that time Runel has worked as a Field Laborer/Technician and has become a Master Seamer/Welder and quality control technician. In 2004 Runel was trained as a quality control technician for PE, PVC and reinforced geomembrane installations. He has seamed/welded and installed over 7,500,000 SF of geomembrane liners in various applications such as landfills, wastewater treatment ponds, decorative lakes, water reservoirs, oil refinery tanks, and floating covers. As a quality control technician for 3 years Runel has performed installation quality control duties on over 30 projects. In 2010 Runel began to supervise installations and has completed wastewater lagoon linings, mining facility linings, and solid waste land fill projects with great success. Runel has over 3,500,000 SF of experience in HDPE welding experience and has installed over 1,000.000 SF of GCL, and over 3,000,000 SF of geocomposite. Northwest Linings Geotextile Products, Inc. Equipment Schedule Last Updated: FIELD EQUIPMENT LIST.xls Wedge Welders 6/5/2013 NORTHWEST LININGS PARTIAL EQUIPMENT LIST-Geonnembrane Install Partial Wedge list NAIL I.D.# MFGR. MODEL Serial# MFG DATE ASSIGNED TO A LIST #UNITS 54 STATUS 21 1 Demtech Pro Wedge PW2929 12113/2012 1 2 Demtech Pro Wedge PW2930 12/13/2012 1 3- Demtech Pro Wedge PW2931 12/13/2012 1 4 Demtech Pro Wedge Pw 2537 12/19/2011 1 5 Demtech Pro Wedge PW 20628 1 6 Demtech Pro Wedge PW 20831 1 7 Demtech Pro Wedge PW 20721 1 8 Demtech Pro Wedge PW 1856 8/1/2010 1 9 Demtech Pro Wedge PW1857 811/2010 1 10" Demtech Pro Wedge PW 1848 8/112010 1 11 Demtech Pro Wedge PW 1849 8/1/2010 1 12' Demtech Pro Wedge PW 1858 8/1/2010 1 13 Demtech Pro Wedge PW1859 8/1/2010 1 14 Demtech Pro Wedge PW 1664 Nov-09 1 15 Demtech Pro Wedge PW 1684 9-Dec 1 16 Demtech Pro Wedge PW 1685 9-Dec 1 17 Demtech Pro Wedge 1391 2008/09 1 18 Demtech Pro Wedge 1393 2008/09 1 19 j Demtech Pro Wedge PW1272 4/17/2008 1 20 Demtech Pro Wedge PW1109 7/10/2007 1 21 Demtech Pro Wedge PW1110 7/10/2007 1 22 Demtech Pro-XL 3037 Sept.2007 1 23 Demtech Pro-XL 3039 Sept.2007 1 24 Demtech Pro Wedge 20846 1 25 Demtech Pro-XL 2806 2006 1 26 Demtech Pro-XL 4806 2006 1 GREEN TO 21 GO PF�.CK�F Extrusion RED- Welders REPAIR NWL Current I.D.# MFGR. MODEL Serial# Value MFG DATE '.. #UNITS 27 1 Demtech Pro-X2 PX6040 $ 5,495.00 12/13/2012 2 Demtech Pro-X2 PX6041 $ 5,495.00 12/13/2012 N:ILiner-Construction DivisioMPROJECT SPECIFIC ITEMSIProject Active 20131M1not Municipal Solid Waste Facility 2013 Improvements 1,11309MSubmittels Pre ProjecANWORELD EQUIPMENT LIST xls Wedge Welders Northwest Linings Geotextile Products, Inc. Equipment Schedule Last Updated: FIELD EQUIPMENT LIST.xIs Wedge Welders 6/5/2013 NWL I.D.# MFGR. MODEL Serial# MFG DATE ASSIGNED TO A LIST ! 3 Demtech Pro-X2 PX6042 $ 5,495.00 12/13/2012 4* Demtech Pro-X2 PX5851 $ 5,495.00 12/19/2011 5 Demtech Pm-X2 PX5673 $ 5,495.00 3/23/2011 6 Demtech Pro-X2 PX5674 $ 5,495.00 3/23/2011 7" Demtech Pro-X2 PX5600 $ 4,995,00 8/5/2010 8 Demtech Pro-X2 PX5601 $ 4,995.00 8/5/2010 9' Demtech I Pro-X2 PX5602 $ 4,995.00 8/5/2010 10 Demtech Pro-X2 PX5603 $ 4,995.00 8/5/2010 11 Demtech Pro-X2 PX5598 $ 4,995.00 8/5/2010 12 Demtech Pro-X2 PX5599 $ 4,995.00 8/5/2010 13 Demtech Pro X2 PX 5514 $ 5,495.00 Dec-09 14 Demtech Pro X2 PX 5515 $ 5,495.00 Dec-09 15' Demtech Prox-2 PX5117 $ 5,495.00 11/15/2007 16 Demtech Pm-X2 PX5088 $ 5,495.00 8/15/2007 17 Demtech Pro-X2 PX5089 $ 5,495.00 8/15/2007 18' Demtech Pro-X2 PX5076 $ 5,495.00 3/7/2007 19 Demtech Pro-X2 PX5077 $ 5,495.00 3/7/2007 20 Demtech Pro-X2 PXT-0216 $ 3,500.00 1/4/2004 21 Demtech Pro-X2 PXT-0217 $ 3,500.00 1/4/2004 22 Demtech Pro-X2 PXT-0263 $ 3,500.00 7/25/2004 23 Demtech Pro-X2 PXT0264 $ 3,500.00 7/25/2004 24 Demtech Pro-X2 PXT-0122 $ 3,000.00 11/1/2002 25 Demtech Pro-X2 PXT-0117 $3,000.00 11/2/2003 26 Demtech Pro-X2 1/4/2008 $ 2,500.00 Oct.05 27 Columbine X-2 37398 $ 1,500,001 1998 28 Columbine X-2 12997 $ 1,500.00 1997 29 Columbine X-2 7497 $ 1,500.00 1996 '... 30 Columbine X-2 NWL03/00102 $ 1,500.00 1995 ! 31 Columbine X-2 NWL03/04/02 $ 1,500.00 1995 32 Columbine X-2 NWL030502 $ 1,500.00 1995 33 Columbine X-2 NWL010408 $ 1,500.00 1995 34 Columbine X-2 NWL030602 $ 1,500.001 1995 35 Columbine X-2 NWL030205 $ 1,500.00 2000 36 Columbine Mini LEI18111 $500.00 1-Au 37 Columbine U-7 4394616E 1995 38 Columbine U-7 4395837E 1995 39 Sierra X-2 NWL 03128/05 $1,500 D an 40 Sierra X-2 NWL03/05/03 $1,500 D an Generators NWL I.D.# MFGR. MODEL Serial# #UNITS 0 1 Honda 6500 EBLC-100543 2 Honda 6500 EBLC-1005460 N:ILlner-Construction DivisioMPROJECT SPECIFIC ITEMS1Pmjecl Active 20131MInot Municipal Solid Waste Facility 2013 Improvements 1,1130901Submittals Pre ProjeclWWL1FIELD EQUIPMENT LIST.;ds Wedge Welders i Northwest Linings Geotextile Products, Inc. Equipment Schedule Last Updated: FIELD EQUIPMENT LIST.xIs Wedge Welders 6/5/2013 NWL I.D.# MFGR. MODEL Serial# MFG DATE ASSIGNED TO A LIST 3 Honda 6500 EBLC-1005490 4 Honda 6500 EBLC-1005491 '.. 5 Honda 6500 EBLC-004269 6 Honda 6500 1003854 7 Honda 6500 1003856 8 Honda 6500 1002636 9 Honda 6500 1002638 10 Honda 6500 EALC 1026431 11 Honda 6500 EALC1026432 12 Rigid 6800 CHM2400163 13 Honda 6500 EALC1026435 14 Honda 6500 EALCIO6461 15 Honda 6500 EALC1026466 16 Honda 6500 EALC 1025510 17 Honda 6500 EAPC 1018855 18 Honda 6500 EALC 1025519 19 Honda 6500 EALC 1025521 20 Honda 6500 EALC 1027558 21 Honda 6500 EM 1010975 22 Honda 6500 EM 1010977 23 Honda 6500 EAPC 1001608 24 1 Honda 6500 EAPC1010451 25 Honda 6500 EAPCIO10391 26 Honda 6500 EAPCIDDI05B EAPC1010479 27 Honda 6500 5 28 Wacker 9.7 5552811 29 Wacker 9.7 5552812 30 Wacker 9.7 55463BO 31 Honda 6500 EZCH1050913 32 Honda 6500 EZCH1050912 '. 33 Honda 6500 EA-1128630 34 Honda 6500 EZCH1034265 an 5000 35 Colem 83710669 N:ILiner-Construction DivisiomPROJECT SPECIFIC ITEMSIProject Active 2013Winot Municipal Solid Waste Facility 2013 Improvements 1\11309MSubmitfais Pre ProjectlNWORELD EQUIPMENT LISTxls Wedge Welders I Northwest Linings Geotextile Products, Inc. Equipment Schedule Last Updated: I FIELD EQUIPMENT LIST.xIs Wedge Welders 6/5/2013 Tensionometer's NWL I.D.# MFGR. MODEL Serial# MFG DATE ASSIGNED TO A LIST NWL # MFGR. Model Current Value Serial# MFGR DATE #UNITS 0 1 Demtech Pro Tester $ 6,795.00 PT7518 12/13/2012 2 Demtech Pro Tester $ 6,795.00 PT7619 12/13/2012 3 Demtech Pro Tester $ 6,795.00 PT7314 12/19/2011 4 Demtech Pro Tester $ 6,795.00 PT7282 8/10/2010 5 Demtech Pro Tester $ 6,795.00 PT7283 8/10/2010 6 Demtech Pro Tester $ 6,779.00 PT-7239 9-Dec 7 Demtech Pro Tester $ 6,779.00 PT-7240 Dec-09 8 Demtech Pro Tester $ 6,799.00 PT 100/06 3/14/2007 9 Demtech examo $ 2,500.00 403031 12/15/2003 10 Demtech Pro Tester $ 7,000,00 PT 059/06 6/29/2006 11 Columbine $ 1,500.00 NAL 0103 10/9/2002 12 PWT $ 1,500.00 NAL#1602 8/2/2002 13 Columbine $ 1,500.00 NAL#6197 14 Columbine $ 1,500.00 NAL#0797 15 Columbine $ 1,500.00 LAL#1013 V-13ox NWL I.D.# MFGR. Model 1 Demtech Electric 2 Demtech Electric 3 Demtech Electric 4 Demtech Electric 5 Demtech Electric 6 Demtech Electric 7 Demtech Electric 8 Demtech Electric 9 Demtech Electric 10 Demtech Electric 11- Demtech Electric 12 Demtech Electric 13 Demtech Electric 14 Demtech Electric 15 Demtech Electric 16 Demtech Electric 17 Demtech Electric 18 Demtech Electric 19 VB-14 Demtech Venturi 20 VB-15 Demtech Venturi -- 21 VBV-16 Demtech Venturi I 22 NWL-VB-1 American Venturi 23 NWL-VB-2 American Venturi 24 NWL-VB4 American Venturi 25 NWL-VB-8 American Venturi - -- 26 NWL-VB-9 American Venturi 27 NWL-VB-5 American Venturi N:Ibner-Construction DivisionlPROJECT SPECIFIC 1TEMSIProject Active 26131Minot Municipal Solid Waste Facility 2013 Improvements _ N130901Submiltals Pre ProjecANWLIFIELD EQUIPMENT LISTxls Wedge Welders Northwest Linings Geotextile Products, Inc. Equipment Schedule Last Updated: FIELD EQUIPMENT LIST.xIs Wedge Welders 6/5/2013 NWL LD.# MFGR. MODEL Serial# MFG DATE ASSIGNED TO A LIST 28 NWL-VB-7 Columbine Dome 29 VB-18 Columbine VnVDome 30 VB-19 Columbine VnVDome 31 VB-20 Columbine Vnt/Dom 32 VB-21 Demtech Venturi 33 VB-22 American Venturi '.. 34 VB-23 I AmericanRVen i 35 VB-24 Amedcani 36 VB-25 Americanl 37 VB-26 NWL rl 38 VB-27 NWL l 39 VB-28 NWL i 40 VB-29 NWL i 41 VB-30 NWL i 42 VB-33 Americani 43 VB-34 Americani 44 VB-35 American Venturi 45 VB-36 American Venlud ' N:ILiner-Construction DivisionlPROJECT SPECIFIC ITEMSIProject Active 20131Mihot Municipal Solid Waste Facility 2013 Improvements N130901Submittals Pre Project'NWLIFIELD EQUIPMENT LIST.;ds Wedge Welders NORTHWEST LININGS & j GEOTEXTILE PRODUCTS, Inc. "Helping to Protect the Environment" 21000 77th Avenue South Kent,WA 98032 (253) 872-0244< (800) 729-6954 FAX: (253)872-0245 www.northwestlinings.com CORPORATE CREDIT INFORMATION Legal Name: Northwest Linings &Geotextile Products, Inc. Address: 21000 77r"Ave S., Kent, WA 98032 Phone:253-872-0244 Fax: 253-872-0245 Owners: Rod Newton, CEO Contacts: Rodney Allen, Controller Scott Newton, President Renee Teichmer, Accounts Payable Kirk Lilleskare, VP, Construction Tom Watkins/ Rosemarie Laker, Purchasing Business: Construction Sub-Contractor& Established: 1973 Construction Materials Distributor Incorporated: 1979, State of Washington Federal ID: 91-1076332 WA Registration No.: 600-343-034 WA Reseller Permit No: A01 0721 13 WA Contractors License No: NORTHLG189J6 BANK: WA Trust Bank, Seattle Branch Contacts: Rod MacRae, Officer Two Union Square Sandra Lewis 601 Union Street, Suite 4747 Phone: 206-667-8982 Seattle, WA 98101-2340 Fax: 206-667-8980 VENDOR REFERENCES: AGRU America, Inc. Contact: Vicki Thornton 500 Garrison Road Phone: 800-373-2478 Georgetown, SC 29440 Fax: 843-546-0516 Crown Resources LLC Contact: Keith Gardner 2554 Shenandoah Drive Phone: 800-867-5181 Watkinsville, GA 30677 Fax: 864-879-4639 SKAPS Industries Contact: Janice Wallace PO Box 935297 Phone: 706-336-7000 Atlanta, GA 31193-5297 Fax: 706-336-7007 Terms: To avoid delay in processing, purchase order numbers and/or job numbers must be referenced on all packing slips, bills of lading, and invoices for all orders. Lien releases may be required from time to time from parties other than Northwest Linings & Geotextile Products, Inc., and the vendor hereby agrees to provide lien releases conditioned on payment within the terms stated on the face of this agreement. Northwest Linings & Geotextile Products, Inc. may, at its discretion, require certificates of insurance from any vendor to assure adequate protection against liabilities arising from the relationship with the vendor. Payment terms are net due in sixty days, two percent discount in ten days. Further, in the event of litigation, Northwest Linings & Geotextile Products, Inc. and its vendor agree that the non-prevailing party will pay any attorney fees and collection costs necessary to collect this account. Filling any order related to this account will be evidence acceptance of these terms, and an authorized representative of Northwest Linings & Geotextile Products, Inc must agree to any changes to terms in writing. The undersigned agrees to pay this account timely according to the terms contained herein and agrees to release this credit information to the following vendor: Northwest Linings 8,Geotextile Products, Inc Rodney Allen, Controller I PROPOSAL. SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty five (45) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: December 1,2015 Northwest Linings &Geotextile Products,Inc NAME OF BIDDERS BY: Signature Kirk Lilleskare. VP - Construction (Print Name and Title) 21000 77th Ave S Address Kent,WA 98032 Guiberson Reservoir 3oint Sealing/Engineer 14 November 10, 2015 Project Number: 10-3024 '. I RID BOND FORM KNOW ALL MEN BY THESE PRESENTS; That we, Northwest Linings&Geotextile Products,Inc. as Principal, and Tntrrnntinnal PiArli4LI s=ance Company _ as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of miry Unrrank(5%) {Total Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Guiberson Reservoir Joint Sealing Project/Project Number: 10-3024 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or If the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified In the Invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this band. �I SIGNED, SEALED AND DATED THIS 1st DAY OF December 2015. Northwest Linings&Geotextile Products,Inc. PRICIPAL International Fidelity Insurance Company ��` SURETY Theresa A.Lamb,Attorney-in-Fact 20 Received return of deposit in the sum of $ Gulberson Resemolr Joint Sealing/Engineer I5 Project Number: 10-3024 November L0, Z015 -7 Tel (i973)624 Z90 ' VOWE R 0 F ATTORN ET INTERNATIONAL FIDELITY, INSURANCE COMPANY ALLEIG14ENY CASUALTY COMPANY. ONE NEWARK'CENTER,20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW' ALL MEN BY THESE PRESENTS: That)NYERNATIONAL FIDELITY INSURANCE iCOMPANY,.a corporation organized and existing under the laws of,the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania,having their principal office In the,City of Newark,New Jersey,do he..by constitute and appoint TED BARAN, JIM $. KUICH: CAROL LOWELL, ANDY PRILL, THERESA A. LAMB, STEVE WAGNER, MICHAEL A.::MURPHY, JIM W. DOYLE, SULIE M. GLOVER, DARLENE JAKIELSKI, CHAD M. EPPLE, ASHLEY HARTSHORN Bothell, WA. their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writingspermitted by law,statute,rule;re obligatory the nature thereof, Which are or may be allowed,required or pear mulafloncontr2Ct or otherwise, and the execullun of such instrument(s) In pursuance of these presents,shall be as binding upon the said INTERNATIONAL .IDEUTY INSURANCE COMPANY and ALLEGHENY CASUAL Y OMPANY, as fully and amply, to all intents and purposes,as if the same had been,Only executed and acknowledged by their regularly elected officers at their principal Offices. This Power of AfforneWs executejdA@nd mg, be revoked, pursuant to held authority of the B�,-Laws of INTERNATIONAL FIDELITY INSURANCE J LTY C MPANY and Is granted under and by authority of the to owin resolution adopted%the Board of Directors 6f-]NTtkNATibNkL-FID1E-ITY INSURANCE COMPANY at a meeting&�held on the 20th day of July,201%and by the Board of h-ectors of ALLEGHENY f (0 CASUALTY COMPANY at a,meeting duly held on the-15th.day o August., 0 0: ,RESOLVED,that (1)the President.Vice President,Chief Executive Officer or Secretary of the Corporation;shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority,as defined or limited in their respective powers of a tomey,and to execute on behalf of the Corporation and affix the Corporation's seal,thereto,bonds, undertakings, recognizances, contracts of.indemni and other written obligations In the nature thereof or related thereto; and(2)any such Officers of the:,Corpration may appoint and revoke the apgointmohWis of joint-control custodians;agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and P)the signature o17 any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any:power at attorney or ceTI ca or the execution of any bond undertaking recognizance contract Of Indemnity or other written obligation In the nature thereof:or related thereto,such.s nature and seals when eso used whether heretofore or hereafter being hereby adoVted by orporation as the original signature of such officer an�the original seal of the Corporation,to be Valid and binding upon the Corporation with the same force and effect as though manually affixed.". IN:WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 22nd day of July,2014. STATE OF NEW JERSEY 00 N County of Essex ,7 ty In 1936, ROBERT W.MINSTER Chief Executive Officer(international Fidelity Insurance .Company)and President(Allegheny Casualty Company) On this 22nd day of July 2014, before Me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn, said he is the therein described and authorized Officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals Jaffixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHrREOF, I have hereunto set M�hand affixed my Official Seal,, at the City Of Newark,Now Jersey the day and year first abovezwriften. of ..14 ...... ab Z NOTARY W. S, A NOTARY PUBLIC OF NEW JERSEY z My Commission Expires April 16,2019 CERTIFICATION,. 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have, cdMiliparerl'the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies asset forth in said Powe I r of Attorney, with the originals on file in the horne office of said companies,.:and that thee;same are correct transcripts thereof,and of the whole of the said originals,,and that the said Power,of Attorney has not been revoked and Is now In full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this day of MARIA BRANCO Assistant'Secratery CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. I Guiberson Reservoir Joint Sealing Project Project Number: 10-3024 NAME OF PROJECT Northwest Linings &Geotextile Products,Inc NAME OF BIDDER'S FIRM a SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER i Guiberson Reservoir Joint Sealing/Engineer 16 November 10, 2015 Project Number: 10-3024 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 i City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days Guiberson Reservoir Joint Sealing/Engineer 17 November 10, 2015 Project Number: 10-3024 it In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy ). LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: Guiberson Reservoir Joint Sealing/Engineer is November 10, 2015 Project Number: 10-3024 I I BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................3" Orderof Contents.................................................................................0' Invitationto Bid...................................................................................a ContractorCompliance Statement........................................................❑ Date............................................................................................E3' Have/have not participated acknowledgment.............................0, Signatureand address ................................................................ET Declaration — City of Kent Equal Employment Opportunity Policy ........I3`r Dateand signature .....................................................................13 AdministrativePolicy ...........................................................................©" Proposal............................................................................................... Tr- First line of proposal — filled in ...................................................❑" Unitprices are correct ................................................................111" Subcontractor List (contracts over $100K) ..........................................a Subcontractorslisted properly....................................................0''z Signature ....................................................................................©, Subcontractor List (contracts over $1 million).....................................Ells Subcontractorslisted properly....................................................Edij Dateand signature .....................................................................EVt Contractor's Qualification Statement ...................................................E3 Completeand notarized ..............................................................0 ProposalSignature Page......................................................................© ' All Addenda acknowledged .........................................................qtv Date, signature and address .......................................................E3 BidBond Form .....................................................................................E3` Signature, sealed and dated .......................................................E3 Powerof Attorney.......................................................................13" (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................Et Signature ....................................................................................ff� ChangeOrder Form ..............................................................................Er" Bidder's Checklist ................................................................................La" The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form Is to be executed after the Contract is completed: A) CITY OF KENT EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Guiberson Reservoir Joint Sealing/Engineer 19 November 10, 2015 Project Number: 10-3024 I PAYMENT AND PERFORMANCE BOND ® TO CITY OF KENT � Bond No.SAIPSU0685188 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, _Northwest Linings&Geotextile Products,Inc. as Principal, and International Fidelity Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT In the penal sum of $124,191.07 , together with any adjustments, up or down, in the total contract '.... price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Guiberson Reservoir Joint Sealing Project/Project Number: 10-3024 (which contract Is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Gulberson Reservoir Joint Sealing/Engineor 20 November 10, 2015 Project Number: 10.3024 TWO WITNESSES: Northwest Linings Geotex-tile Products,Inc. PR I NC I PAL leatsr p hyetparsaaCne above) BY: X", TITLE; < DATE: DATE: < CORPORATE SEAL: Z PRINT NAME �0 q* DATE: International Fidelity Insurance Coomo�pggm?%," SURETY CORPORATE SEAL: BY: I ul N, 6W 'Darlene Jakiel Id DATE: TITLE; A ttorpey-Iu-Fact ADDRESS: Po Box 3UL_ _.Bothell,WA 98041-3018 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said —j Bond was duly signed, sealed, and attested for and In behalf of said Corporation by authority of its governing body. t 0 JP . ... Gulberson Reservoir Joint Sealing/Engineer 21 November 10, 2015 Project Number: 10-3024 Tel (M),62477200 NTERNAT40NAL FOELITY 1NSUPANCE COMPANY ALLEGHENY,CASUALTY COMPANY ONE NEWARK CENTER,20TH FLOOR.NEWARK,,NETNJERSEY 0102-5207. KNOW ALL MEN BY THESE PRESENTS:I I The:I INTERNATIONAL FIDELITY IN I SURAN;CE COMPANY a corporation org anized retn"26d'and existing under the laws of the State of New Jersey, and ALLEGHENY,.CASUALTY.COP4PANY. a corporation organized'and existing on he laws of the State of Pennsylvania,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint TED BAIRAN,JiNl�S. KUICH, CAROL.L&WELL, ANDY.PRU, THLREsA A. LAMB, STEVE WAGNER, MICHAEL A. MURPHY, J IM,W. DOYLE, JULIE M. GLOVER, DARLE I N I E JAKIELSKI, CHAD M—EPPLE, ASHLEY HARTSHORN Bothell, their true and]awful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of Indemnity s obligator allowed,required or permitted by few,statute rule re IR'�AWNSCeL. and other writin y in the nature thereof, which are or may be mulation,contract or otherwise, and the execution of such instrumenqs�inC�,ursuance of these presents shall be as binding.upon the said I NtER�A ONAL FIDELITY INSURANCE COMPANY and ALLEGHENY Y COMPANY,-;as,folly and amply, to alir intents and..purposes,as if the, same, had been duly executed ,and acknowledged by their regularly etectadrofficers at their principal offlces. , I I . I I This Power of Altorne Is executed,and mal be revokedi pursuant to and.bt authofi of the U­Laws of I INTERrTtIDNAL FIDELITY INSURANCE' COMPANYandALLEFIDELITY ASATYC MPANYandis.grantec of the fQ Qwin resolution z op ed by the Board ALLEGHENY of INTERNATIONAL INSURANCE COMPANY,at a meeting du held on the,201h,day afr"'y'2011%and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 4 51h day of August,�1000: "RESOLVED,that (1)the President,Vice President,Chief Exeoutjvp 9,,fficeror8acietary of the Corporation shall have the crwor to appoint, and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of aptorney,and to execute on behalf of the Corporation and affix Ithe Corporation's seal thereto, bonds,undertakings, recoonizarices, contracts of Indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation oration may appoint and revoke the appointments of jolnt-controt.ousto ions,agents for acceptance of process,and Attorneys-In-fact with authority to execute waivers and consents on behalf of the Co oration,and J3)the signature OT any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or ceAfication Vven or the execution.of any bond,undertaking,recognizance, contract of indemnity or other..written obi ation in the nature,thereof or related thereto.such nature and seals when so used whether heretofore or hereafter, being hereby,ado led by, NorporapIlIoritas,the original s!Wnature of such officer and the original seal of the' Corporation;to be valid and binding upon the Corporation with VI a Same force,and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY:have each executed and attested those presents on this 22nd day of July,2014. GpStlAtTy STATE OF NEW JERSEY C qZ0 ".SEAL ir" :1936 jot ROBERT W.MINSTER Chief Executive Officer(International,F[dell Insurance Company)and g1werry Casualty Company) On this 22nd day of July 2014, before me came the individual who executed the preceding_Wtrdm6nt.to me Personally known,and, being by me duly, sworn, said he is the therein described and authorized officer of JNTERNATI NAL, DE INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY;:that the seals iaffixed to said instrument.are the Corporate Seals of said companies;that the said Corporate goals and his signature were duty affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set r hand affixed my Official Seal, "0..."N"", at the City of Newark,New Jersey the day and y6a(1rst.2bOve written.. 00 y NOTARY PUBLIC 0" (P A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 16,2019 CERTIFICATION .1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE:COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and,affidavit,and,the copy of the Sections of theBy-Laws of said Companies as set forth in said Power of,Attorney; with the originals on file in thehomeoffice of said.companies, and that the;same are correct transcripts thereof,and ofth6lwhole of the said originals,and that the said Power,of Attorney has not been revoked and is now in full.force and affect. day of 0 WHEREOF I have hereunto set my hand this IN TESTIMONY MARIA BRANCO,AssistantSeqretary: i I CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and lua e+k we s 4 L i�i a � eo�zx4 le �ro d-cts:T" birganized under the laws of the State of l0o's i ra located and doing business at - ;� 100 o -7 7 tti a ur . S , >L c, + t u a. mo3? ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: Guiberson Reservoir Joint Sealing Project/Project Number: 10- 3024 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within forty five (45) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Guiberson Reservoir Joint Sealing/Engineer 22 November 10, 2015 Project Number: 10-3024 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES _ FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the 'one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Guiberson Reservoir Joint Sealing/Engineer 23 November 10, 2015 Project Number: 10-3024 I I CITY OF KENT SUZEfT'F, Cl OKE, MAYOR DATES r ATTEST:' R NALD F. MOO CITY,CtERK 1 APPROVED OVED l( �y'u�TO DORM: y� "SS L k �1 KEN 'LAW D PART NT CONTRACTOR F5 / BY: �`� e 7 PRINT NAME: �)r-/[ w TITLE: �7 c,5E- c:� �tLtiztzt `- DATE: (1, Guiberson Reservoir Joint Sealing/Engineer 24 November 10, 2015 Project Number: 10-3024 i EXHIBIT INSURANCE E I E E T FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. G. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Guiberson Reservoir Joint Sealing/Engineer 25 November 10, 2015 Project Number: 10-3024 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. i C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for ®doer Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Guiberson Reservoir Joint Sealing/Engineer 26 November 10, 2015 Project Number: 10-3024 EXHIBIT A (Continued) F. Acceptability of Insurers I Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI1, G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. I Guiberson Reservoir Joint Sealing/Engineer 27 November 10, 2015 Project Number: 10-3024 i aco CERTIFICATE OF LIABILITY INSURANCE DATE(MMI201 �-� 12/16/ 5 15 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ', REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME:N Vanita Hitchcock NAME: HENTSCHELL & ASSOC INC PHONE va(253)272-1151 .IC Not:(253)272-1225 One Pacific Building aoopess: nitah@hentschell.com 621 Pacific Ave. , Suite 400 INSURERS)AFFORDING COVERAGE NAICIf Tacoma WA 98402 INSURER A Evans ton Insurance COm an INSURED INSURER American Fire and Casualty Co. 24066 Northwest Linings & Geotextile Products, Inc. INSURER CEvans ton Insurance Company 21000 77th Ave South INSURER D: NSURER E: Kent WA 98032 INSURER F: COVERAGES CERTIFICATE NUMBER:14-15 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPEOFINSURANCE INSR S D POLICY NUMBER POLIDYIYVYFY MMIUDYPO`yDf LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE RENTED X COMMERCIAL GENERAL LIABILITY L E I S(ER occurrence) $ 100,000 A CLAIMS-MADE OCCUR 14PKGWE00339 '/ 12/31/201412/31/2015 MED EXP(Any one person) $ 10,000 PERSONAL A ADV INJURY $ 1,000,000 Dad. $50,000 GENERAL AGGREGATE $ 6,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,000 POLICY FX I PRO- LOC $JFCT '. AUTOMOBILE LIABILITY EOMBdaEDtSINGLE LIMIT $ 1,000,000 B x ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 1455779282 ✓ ! 12/31/201412/31/2015 BODILY INJURY(Par so.dent) S AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS eracddenl S ]{ UMBRELLA LIAR X JOCCUR EACH OCCURRENCE $ 4,000,000 L. EXCESS LIAR ICLAIMS-MADE AGGREGATE $ 4,000,000 DED I I RETENTION$ 14EEx$4E00241 12/31/201412/31/2015 $ A WORKERS COMPENSATION WC STAT17 X OTH- AND EMPLOYERS'LIABILITY YIN T LI ANY PROPRIETORIPARTNERIEXECUTIVE❑ N/A E.L.EACH ACCIDENT $ 11000,000 OFFICERIMEMBER EXCLUOEDR (Mandatory In NH) 14PAGWE00339 12/31/2014 2/31/2015 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below (Employers Liab/Stop Gap) E.L.DISEASE-POLICY LIMIT $ 1 000 000 A Contractors Pollution 14PKGWE00339 12/31/201412/31/2015 Each calm 1,000,000 j Shared Acregale 6,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AHach ACORD 101,Additional Remarks Schedule,IF more apace is required) RE: Guiberson Reservoir Joint Sealing Project # 10-3024 Certificate holder is listed as Additional Insured as respects to work performed by the named insured as required by written contract: See attached Blanket Additional Insured forms: Primary Non Contributory 24EEI2274 0511; Owners, Lessees, or Contractors-Completed Opre CG2037 07/04; Waiver of Subrogation MEEI 2225 08/10; Additional Insured Owners, Lessees, or Contrators MEGL 1542 04/11 '.. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS, 400 W Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVE Ted Hentschell/VAH ACORD 25(2010/06) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 rommns ni The ACnP)n mmn end Inns ronictnaad msar4c of ArnPn r Additional Named Insureds Other Named Insureds NFLP LLC Sierra Geosynthetic Services Inc. The Newton Family Limited Partnership OFAPPINF(0212007) COPYRIGHT 2007,AMS SERVICES INC ADDITIONAL COVERAGES Ref# Descriptlon Coverage Code Form No. Edition Date Stopgap STOPG Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium ! 1,000,000 1,000,000 Ref# Description Coverage Code Form No. Edition DateI, Employee Benefits Liability, Prior Acts EBLIP Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 1,000,000 1,000 Ref# Description Coverage Code Form No. Edition Date Pollution Liability POLUT Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 1,000,000 10,0 A000 50,000 Ref# Description Coverage Code Form No. Edition Date Limit Limit Limit3 Deductible Amount Deductible Type Premium I Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Descriptlon Coverage Code Form No. Edition Date Limit Limit2 Limit Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type I Premium Ref# Description Coverage Code Form No. 7EditionDate Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001,AMS Services,Inc. COMMERCIAL GENERAL LIABILITY d. POLICY NUMBER:(4 PKGWE00339 s „y Evanston Insurance Company THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS (BLANKET) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person(s)or organization(s)to whom the insured agrees to provide Additional Insured status in a written contract signed by both parties and executed prior to the commencement of operations. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s) shown in the Schedule above,but only with respect to liability for"bodily Injury","property damage"or"personal and advertising injury"caused in whole or in part by: 1. Your acts or omissions:or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insureds)scheduled above. B. With respect to coverage provided to these additional insureds by this endorsement,the following additional exclusions apply: This insurance does not apply to"bodily injury","property damage',or"personal and advertising injury"occurring after: 1. All work on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations, including materials, parts or equipment furnished in connection with such work,has been completed:or 2. That portion of"your work"out of which the injury or damage arises has been put to its Intended use by any person or organization other than contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain the same. MEGL 1542 0411 Includes copyrighted material of Insurance Services Office,Inc.,with Page 1 of 1 '.. its permission. ••• - •} ENVIRONMENT L POLICY NUMBER:T�,tKGWE00339 son M ,, H, ,•t Evanston Insurance Company THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM SCHEDULE i Name of Person or Organization: Any additional insured to whom you agree in a written contract signed by both parties and executed prior to the commencement of operations to provide Primary and/or Non-Contributory status under this insurance. As respects the above scheduled person(s)or organization(s),the fallowing changes are made a part of this insurance: 1. Coverage available under this coverage part shall apply as primary insurance. 2. Any other insurance available to the above scheduled person(s)or organization(s)under any other third party liability policy shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. It is further agreed that coverage provided by this endorsement for the entities identified by the above schedule shall not apply as respects any claim,lass or liability resulting from the sole negligence of the entities identified by the above schedule. All ether terms and conditions remain unchanged. MEEI 2274 05 11 Includes copyrighted material of Insurance Services Office, Inc.,with its Page 1 of 1 permission. i I i PYJLILY NIJN(BER:1+-� COMMERCIAL GENERAL LIAEILF Y CO 220 37 47 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE 115AD IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS '17;s endorsement modiP<es Insurance provided wider,11 ie follms ing: COMMERCIAL GENERAL LiA811MY COVERAGE PART SCHEDULE Name OfAdditiona€insured Po sonI H?r 6 6 rf{artizakEo[e(s7t x Mp.il And Deecrlpkiaa Gat CampteP€sd b'p��ratfans rper,9on(1,4),or organixatioa(s)to whom the insured de Additional insured status in a writtenla b-nth parties and exacuted priorto rnent of operattona € i i r � t i Inforn,ttiaro reeutred to ron:niate this Soho e,If col shaarn abCs�uywlil 6e shown in ti^s Oadaratia•la. Sactian II — Who is An Owed Is amended to I include as an additional Insured the persons) Qr organlza,ian(s) shown In the Schedule, but only with inspect to liability for"bodily injury"or"property dam_ age' caused, in whole or in Part. by "your wane, at the location designated and descdbnd In the scha8- Life of this endorsament perfcrrned for that edditionaf insured and Included in the "products-aomplotsd operations hazard". I CG 2n 37 07 0+4 b ISO Ft'aporli Inc.,2004 page 9 of 9 C€ I it ENVIRONMENTAL POLICY NUMBER: 14.bKGWE00339 �® EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US WRITTEN CONTRACT LIMITATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person(s) or organization(s)to whom the insured agrees, in a written contract, signed by both parties and executed prior to the commencement of operations to provide a waiver of transfer of rights of recovery. The following is added to Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for Injury or damage easing out of your ongoing operations or "your work" done under a written contract with that person or organization and Included in the"products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. This waiver shall not apply for occurrences resulting from the sole negligence of the person or organization shown in the schedule. ill All other terms and conditions remain unchanged. MEET 2211 0810 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission i MUMERCIALAUTO «team« 7110 03 07 THIS ENDORSEMENT CHANGES THE POLICV" PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This ondonuirrient modifies Insurance p!ovlded under the ffollowing; BUSINESS AUTO COVERAGE FORM Wdh respect to covarago prWdrad by this endarssrnort< fltea proirliatim of the Tlownegis Form apply unIess me led by the ondorsement. TENDED DANCOLL,A'T€ON CONDITION RL IC T ADDITIONAL INSURED Paragraph III, €f the CANCELLATION Common SECTION It _.. LIABILITY COVERAGE — AA. Itt Policy ConditWn is replaced by the following: IS AN INSURED provision Is emended by the addition b. gA days before the alfsctdvie niat® of cttnCeilstlon of the following: it we Cael for clay Other reason, ga, Any person or orgariaation for whom you are rs- qulrhd by ah "Insured contrack" to provide fesur- TEMPWMY SUMSTfT€f E AUTO — PHYSICAL once In an -insurer, subject to the following DAMAGE COVEPAG9 adelftrtal provfslons: Under paragraph C. — CERTAIN TRAILERS, MO- (1) The linsurad cordra€#" must be in mac¢ BILE ECIU€ MENTAND TEMPORARY SLgS s i TE during the pUley period shown In ttte Dade- AUTOS of SECMC3N I -w COVERED AUTOS, the rafts, and roust.hews been executed p flof folloaring Is added: to the 'todilye Ir4ury" or "proparty dsmaga°. This prison or organization is on "Insured" If Physical Damage coverage Is provided 4 this Cov early to the extent you are liable due to you erap Form,then you "Avg obversga for, ongoing operations tar that Insured, whether the work is paribrued by you or for you, and Any "atda" you do not own while uW with.ths per- only W" earterr you am hold liable for an missions of Its owner as a lomporary substture far a °accfdtarrt" occurring s Nto a covered "alto" Covered `37S1t9" YOU oven that Is out of service be, Is Wing driven by you oe one of your am- cause of its breakdown, rapa€r, servlring, °lass" or plcyees, dustructhon. (3) Ttlam Is rso coverage provided to this person BROAD FORM NAMED INSURED or orgsnazaten for awily injury" to its tam'. p€eytres, nor for °propany damage' to its SECTION II — LIASILITY COVERAGE —Ai "a priptiftli, IS AN INSURED provision Is amonded by the addition Coverage toe this parson or organizratitir of the following; shall be lirnilad to the {cetera of your na €- gorlCo Cr faulk according to the applicable dt. Any business ofgRy riaMy acquired or formed by principles of minparativa neglipaktca or Wt. you during the policy period provided you own Z6$ The deters€ of any claim or 'suit' rivet be a0% or arore of the business amity and the here defame b of s business entity to nxel separately Insured for Susan espracticableythinparson or organization as Business Auto C overagm Coverage Is extendod s o s llall ep to a maximurn of 100 rays folloeving aog rsi• P y Wovido iriourartce for salt non or formation of Iftm business entity.Coverage Cfalrra or "s t under this provisiari is afforded only until the and 0 the family period. Includes copyrighted materrvai of IflWance uorvicos office, Inc.,with its permission. Copyright, lnsufance m[cas Office, Inc., 1W OA 71 to COW f'a: atofa FP d The covers mvided will not € � } £y' p exceed the feSpttNAL EPPECTS COVISRAGS fossnr of: a) The covaraa�e a d csr Iir rt8s of this policy; A. SECTION lit — PHYSICAL DAMAGE COVER- AGE, A4 COVERAGE EXTENSIONS, is W amended by adding the folioaring: 00) The coverage and%or €irnks required by �. Parsomil gifteso Covierego the %sured conleac€, Foe any Leered "auto" that is €ntrte vat in a A personr's or organization's status as an covarod "lass", we wtill pay up to 06uti for '€r Luad under this aubparagraph d ends °parspetai ePfocts" that are lost or damaged CornWhO YDWfed, opafstens for that "Irrsuvad" am as a result eat the Covered "€toes°, withma Completed, Eppying a dadruotible, EMPLOYEE AS INSURED EXTRA EXPENSE —. BROADENED COVERAGE Under Paragraph A. of Section It -- LIABILITY CDV4 Paragraph A, — COVERAGE of SEC'rfC d to ER AGE(tern f, is added an fo':#ouas: PHYSICAL DAMAGE COVERAGE Is arnanded to Your "emp€eyee°While using his awned `atjlo', or an add: "auto" owned by a o3ofrtbar of his oe her housatw1d, & We WE pay for the;aamperaaaee of retwning a stown In your business or your persona$affairs,provided yoiA oovemd "auto"to you. do atat own, hire or Wrrovr that °auto". This covo mge Is amass to any other collectible ineumnce coveragio, AIRBAG COVERAGS FELLOW EMPLOYEE CMRAaE Idnder PamWVh R. -- EXCLUSIONS of SECTION Ill -- PHYSICAL DAMAGE COVERAGE,the fe1o:ering is Exclusion& FELLDW EMPLOYEE of SECTION fl _ added,' LIABILITY COVERAGE — S, ELUSIONS Is amended by tha adepl€on of the foitoeaalrng: 'Cfra axclusOA Misting to Macharical breektkaavn does W app€y to the ac cJdaental discharge of an airbrap, f-losuayst. We oxtclus#orr does! rat app:°y p the "faortlfy iryiury' results from the use of a Covered tuta" you NE VEfffCLE REPLACEMENT COST swan or Nre, and provided that any oevarage under this provision only anpiies In excess over any other Linder Faragrmph C -. LIMIT OF INSURANCE of collectible, insurance. on t&I »PENS€CAL.DAMAGE COVERAGE�c SLTtET WAIVER OF WSROGATION Lion 2 Is amended as follows: Z An adjustment for daprat:latlttrt and physical can. e awalve the right Of recovery we may have for pall- dtt#on veil be made in datermining actual cash reents made for "bodily igttry" or `ipmparty dwnage" value in the evert of a€otal'itimL However, in the an behalf of the parsons or organizations added as event of a tote# bans to yots^ "rove vehicle" to "#nsarods0 under lion if --LIABILITY COVERAGE whleh this erweraga applies, as siaswn in the &I.D, BROAD FORM NAMED INSURED and dacaratlops,we tvil€,bay at yaw option. A,Le, BLANKET ADDITIONAL INSURED. a, The verifiable 'rote vahicfe"puenresra price PHYSICAL DAMAGE - ADDITIONAL TRANS- you paid for Your dmmpd veh#cla, to in- cuding any insurance of wareanifas pro- �£}STAaI t! X S fiSE COVERAGE chased; The first serittnnae of poraWaph AA, of SECTION lit b, T" purchase price, a& negotiated by us, of -- PWSICAL DAMAGE COVERAGE is are eadod as a new vehicle of the some make,model and saw follows; equi m lani, not including aart f$r€ah€nos, WNW parts or equ€pmonil not insiallod by the e vdII pay up W d per day to a maxi murn of manufaotsrar or rnanutaokarar`s dealership. $1,500 for teruporpry trenaportation swense incurred N the Santa modal Is not available pay t€;a by `Icu taecsauae of The total#hott of a cowered "auto" purchase prioe of the most similar mom rot the private passenger type. available, I nepaea i e. The Market value of g year damaged erah€clan, a, Actual cash valaaa of the damaged or steeiare not Including any fa>mlafungs; pacts or equip. p>zsperty as Of its time 0 IN 'toss"„ tees an MGM hot fnsWied by t#re menu#acturer or ad)ustmerd far depreciation and physical mmnufaOturar's duleFelTip, condreian; or This GulwRapte dPOW only to a wowed '",auto" is, Balance due unclog the torms d the Loan or Of the prtvatO passsngar, light truck or medium lease that the daneaged covered "sines" Is truck We, (20et3QC fee or leas ass vshic#e subject to at the time of tho "Foss°, lass erry weight) and does scat apply to initiation or set yap one or all of tits following aa�ust aa3nts 'was msso010ted vvith foans or Peens, O (t� ra#ua 1)8y€naat and financial TWO OR IWORE DEDUCT11BLES aaenaEtfea associatssri with those Payments as of the date o4 the UMdOr SECTION Bti — PHYSICAL DAMAGE COV- "lass". ERAGE, it two or mom °aampaep° poiiclos or cavar } financial psrlaltba Iraposed under a age foram; apply to the same accident, the fallomrig tease ditch to NO mifeaga, excee- applies to paragraph D. DeadocNe; miva use or abnormal Wear and taat, a. If the aPPftable Sasleiass Auto deduct. (M Casts for extended warranties, hales Is tine soeal#er (or aeraa#Imst) deduct• dit tyre insurance, Hwith, Accident Me tt vdll be wa#€v&or or Disability Incumnoe purohaisad b, ff the apPlic ahle Eaaelnmss Auto deduct- vsth the loan or lease, Me is rot the smaller (at smallest) de- (A) T"ransfur Or reliever balances frmn du¢tible It wig be reduced by the xmasuni previous loans er ieaaa& of the asaaa€€vac for savaallest) dmductlbloi or (6) Fiffii pm{tnant doss under a "Eallwr, Lawn". o. if tits loss lnvotvaae two or MOM bust- �S) The tkalar amours€ art aes nose Atato axovemp tomes or p lis�a y the smalls€ (ear smaliea€) deduc#dblm will urrrmpaired damage that Occurred be waived, prier to the "Intel Eris"of a Covered °at6aa". For the purPssm Of this endorsement"exrmpeny" Means: $'� 6scurt y cis pnmts feat refunded by a lessor. a. Safeca lnsu aa CAan nc par p Of America All rehund $ paYa early pad to you Is. Arraerlcan Statras lnsuraaacas t'orxapurry as a rass,Tt of tixa early Bonn€aaetlmn c. GOramral hrautar,ce Company of Amisricaa of a lease agreernerat or any war- rarety or extended service agme- d. American Economy insurance,Company rnent ern a covered "auto e. Fkat Alatieoai Insumnco Company asf is) Any amount-reprossaling taxaes. Aanod= $10) Loan or lease termirsawn Pains I. American States #rssurancm Company Of Taexss GLASS REPAIR -- WAIVER OF t UDUCTISLE Aaraastcae, States Preferred #nsurarxxaCwpgrw Unclar paragraph 0, -- DEDUCT18LE of SECTION#t3 -- PHYSICAL DAMAGE COVERAGE,EPA following is h. aafaro Insurance Company of t€#in ais added: LOANILEA,SE GAP o0VEpAQE No deductlUte apM?es to glass damage X the glass is aired rather than espkcs:d. Under paragraph C _ LIMIT OFlhfSi!'"�sR10E of SE"ON t&P — PHYSICAL DAMAGE COVEPAGE, AMENDED OU75ES IN THE EVENT OP ACC9. the following-is added; DS T, CLAIM, SUIT OR Loss 4, Tits meet we vAl pay for a total "€ass°in any one rengaare�mmrrt In LOSS +^,C NDiTION Za, °aoaldardt" is the grater aaf the following, ju',40d CUi'iEou IN THE VEST CP ACCIDENT, CLAIM,to a$1,6fKE naa muara Eim#t: SUIT OR LOSS -- of SECTION Its -- BUSINESS AUTO that you oeuat notify us of are MCA 71 TO a3 a7 Pap 3 b£n �� "acddent" 'applies only when the "acdcfont"is knaxan sJadrantibio and excess provisions, We Will provide ` covarags oQu al to the broadest Coverag€, appslicablet (t) YOU, if you am an individual; to any cornered "auto" you own. ( A,partner, N you are a partnership; or HIRED AUTO PHYSICAL DAMAOE COVERAGE ( An aarfoculfvs officrsr or lnsuranera maausgar, t you LOSS OF USE are a corporation. 9 C 1`10N III — PHYSICAL DAMAGr A,4,b. Form e as rxat apply. Iflg$N�'S'Af7'IC8>`7dAI. FAILURE To DISCLOSE HAZARDS Star,'eat to a max#rnurn oaf$1,000 par a,cifttt, "evil# rover loss Of use Of at hired "atolo" it it resofts from SEC`t'ON €V — BUSINESS AUTO CONDfnONS _ an accident, you are legally liable and the lessor in- &I is amended by the addition of 8ba 3ollmging; Curs an actual financial loss.' ff you unirtertionwly fail to diac€ass any hazards,OR- RENTAL RriMBURIMMENT l"°O Cal ?sung at the inception date of your paltry„.we will not decry Coverage tand€ar this Coverage poem because of pt We vaiff pay for rental rs€obursement expenses such fallurcr. However, tKls preavlsion does not affect incurred by you for the rental of an "era ab be_ orar right to coliMt additional premium ar exercfso our causer of a otavered "frass" R' a tovered lautoa , right of caner t€edr n or rion-ranpvael, POYMOnt applies in ad op to ttxa otherwise ap- p€Icabie amount of each coverage you have on a HIRED AUTO — LIMITED WORLD WIDE COVER- covarst€ "auto", NO deductib€as apply to this AGE odwrage. Under Section IV — Saalrrsss Conttrficrns, paragraph � We WO pays only for those expenses incurred 8.7,lb-efl) is replaced by the following, during tip policy period be gin dng E4 hours after €e OioagO and ending, regardess Of the pof cv$ (t) The 'accide"It" or "toss" results ea#eatior, with the leaser Of the following number from the WWI of an "auto^ hired pur of slays: u€t days or less. f. The number of days reasonably roqu#red to RESULTANT MENTAL ANGUISH COVeRAn£ repair or roplace the O+vomd -atao if "foss" is caused by theft, this nmbar rr SECTION V — 6 F3PtfF-ONO..- C„is ropfacad by the days is added in the nijmber crf spays it takoe foffeatving: to locate the covered °sofa" and raturr, it to you. "noddy irguryy aaarvana bodily €4ury, e€ckmee or as- P SQ daye. Mae sustained by a Tarrson including marts,angyuiah of death reatr€unCg€ten any of these. . Our payment is llm-itsd to IN lesser of the fai- lrsa<ng amounts: HIRED AUTO PHYSICAL DAMAGE COVERAGE g, Necessary and actual evaens,'�a in:umd, U Erred "au€rrs" are Covered "sautoe for L€abflity my. P, Strap day, errtage and IF 00rtr0mbQnslvo, Specified Causes, of Lola ga, Te€e coverage �7as not apply while there are tt Collision sins are provided antler this spare of raw" "autos"available to you for your C:ovsagc Form tsar any "auw you cvan, than the Physlcai €}asr¢age.�aze 9e9'Pravcleat area extended operations. to 0aukos"You hire or#srrerva, E, if "lass" results frem the totsf theft Of a Covered "aeto" OF the private pa&Wnwr t The atrzraat vac wif# Y 9`fao, nt vfl pay Make NY Fcrr fees to any €ti;ocl "atdtda €s tartttsr this cavora¢ge only the€ anrotanf Of your 0,000 or AOLM Cash Value or Cost of Reeepait, rents! ?eimbursoment oxpmses which is not aM whit€ov ar is smallest, minus a dsduclible. The de. ready Pmvfdsd for under the PHYSICAL tlAw ductibis w"lt tbo equal to the largest deduttible, appli- AGE COVERAGE Cat+Crags Estansion, mblaa to any owned "'auto" of t€o private passenger or light truck type for that covarefge, [fired Auto Phy- E,, The Rental Reimbursement Coverage described s#cal Omega ce+rsrage is aacass over any other ccl- above does net apply to a covarad "auts" that Is i tectibte 'Insurances, Subject to the above limit, dasmibed m des€gnatod as a covered °autea" cn i i f$a Atat t3eitnbaArsarnan8 COVempo Porte the manufacturer for the installation of a CA 59 23, radio. AUDIO, VISUAL AND DATA ELECTRONIC C= titbit of;asutencsi EQUIPUgNTCOVERAGE 'Mh respect to than coverage, the LIMIT OF IN. A Coverage SURANCE provision of P14YSIOAL DAMAGE COVERAGE Is replaced by the isaiiaMn4: 7. tea'All Pay With renspaact to a equiped `sutat I. Tho most ws tsiff pay for °tars' to audo, vi- for ifoss" to any ias au bee 1sual era anal suai o, data electronic equipment and any rsa etvas or tvarssrsla audio, v euai ffir data accessoatas used with this equiportarec as a signals and that is not designed solely for aha result anyone sic€derrt"is the Paasdr of,,relo odudi oo of sound. This cove, applies only 9 the equipment Is permanently installed s, The actual Cash value of the diRma d in the nravrrad "auto' of a€Ae aietss of the or stakon pmpe y as of the tide: of the 'loss' or the equipment is removable from a 'loss",or housing unit which is permanently installed Pa ccAsa of repairing or in the covered "auto' st, ttte time cf the sep9atdrtg the "loss", and such equipment is designed to damaged or stolean property, with other be 90101y opetWed by use d the power franc prraperty of Pike kind and quality. the "auto's'electrical system,in or upon the covered °auto". �a s 'EAstrrar for depreciation Z e will and physical peg with respect to roverad "auto" ooE t3on will be made In determining Actual for lass" to any acre:sorles used with the cash vskle at the time of the 'we, equiprr a d described in ParAgrwh A.1. above da 0 a repalr or ropEeoars et results in beater than like kind or quality, Iva will not pay for tfu"VOr, this does rant include tapes, ttax amount tsf the betternarit, records or discs. o €f Audio. Visual and Data r:lactronlc Equip. 0' D €ccttbta merit Cowrw 'orm CA 99 60 or CA go 94 at %ss" to the audio, visual or data stac. Is attschetf to this policy, then the Audio, rfi. tronic sgtsif ment or accavocriss used vrith i sues and Data Elfttrcnio EIluipmont Covar- this equipment ie the r+aeult of a 'foss'to the ago desearbad'bow does not apply, covorad 'Puto' undo the Snsinass Auto Coverage Fbtm's Comprehensive or gilt• yf> ttolcaaisns soon Csarrarsda, than for each covered "aeon° The asoiuston;t that aWy to PHYSICAL DAM. our obligation,to pay for,.rapalr,return or re- ACE COVERAGE,except for the exclusion slat- place damaged or stolen property%slit be to- ing to Audio, Visual and Data EIschrodc duced by the applicable doduabip ahown in uipment, alas apply to this coverapa. in addi- the Declarations, Any Comprsnsns€ve Cov- tion, the following oxclus owns apply: stage dedutlible shown in the oecierations does riat apply to "loss" to auto, visual ve We MR trot pay for either any electronic equip- data siacftolC equipment caused by firm or mere` Or accessories used vAh such eisactroNc lightning. equipment that is: d, If "loss" to the audio, visas€ at data opec- I. Necessary for the normal operation of the Ironic: egafprtwr:nt or accessories used faith covered 'auto" for the rnoritoring Of the this equipmaerit is the result of a 'lass"to the covered "sutra's°° opoaa log system,of covered 09UW under the Business Auto Both: Coverage porra's 'Secifasd Causes of Loss Coverage, than for each covered "suidi our a, an integral part of the same unit housing ob€Igattorr to pay for, repair, retire or replace any sound reproducing eguipmerat do- dairiagad or stolen property will be reduced signed solely for the reproduction of by a$100 deductible. sound 9 the sound reproducing � ff "leas" occurs solely to trot audio,v sual or this covered is ptxanaueflalt ttlsastisd ar data elictmnic equipment or .accessories rite covered '°suto"; and used wkh Ws equipment, than for eaeN cov b. permanently InsNiled in the oponing of orod "auto' our obilgation is pay for, ropalf, Ens dash er console n na€€y used by CA 71 10 03 07 Ps�es�m?s3 Er> �, Mturrs or replace dornagod or stettera Property q rTt& N V — 091 FI dITIONS fa arrewtcls 4 by saoog will be.Weasel by a$100 dadtrwhWo, the tcllovkg, 4, In the everd that them is mis ra t!3an one ap• t�, Toesonal aftots' means your tagiblo pllcatsle daduct'iblo, only she Mghest daduok- Pret(Dray that is sv un ar carrlcd by you, sx- Iola VAII apply. In no event IM11 more thRh caret Copt for WAS,jowofm money, or amcuritles. doductibfa apply, . R, WOWvahlcie" mm€¢rsa any "auso" es which ynu am the ardnal owner and the *auto, has re been pro ously wed and is less than 365 days Pam ft purchase date, I a EM gaga a cF 6 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1 -1 1-02 Bid Procedures and Conditions—,..... .................... ........... 1 -2 1 -03 Award and Execution of Contract....................................... 1 -5 1 -04 Scope of the Work .......................................................... 1 -6 1-05 Control of Work .............................................................. 1 -8 1-06 Control of Material .......................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public................. 1-15 1-08 Prosecution and Progress ................................................. 1 -19 1-09 Measurement and Payment ......................I.................... ... 1-24 1-10 Temporary Traffic Control ................................................ 1-26 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-36 Water Reservoir Lining Upgrade........................................ 8-8 PREVAILING WAGE RATES.............................................................. A-1 Guiberson Reservoir Joint Sealing/Engineer November 10, 2015 Project Number: 10-3024 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and j supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When,these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Guiberson Reservoir Joint Sealing/Engineer 1 - 1 November 10, 2015 Project Number, 10-3024 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). Guiberson Reservoir Joint Sealing/Engineer 1 - 2 November 10, 2015 Project Number: 10-3024 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. 1-02.4 Examination of Plans, Specifications, and Site of Work SECTION 1-02.4(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(1) General The City will hold a non-mandatory pre-bid meeting at the project site on November 23, 2015 at 10:00 AM. Contractors are encouraged, but not required to attend this meeting. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH. Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. Guiberson Reservoir Joint Sealing/Engineer 1 - 3 November 10, 2015 Project Number, 10-3024 SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL-AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids Guiberson Reservoir Joint Sealing/Engineer 1 - 4 November 10, 2015 Project Number: 10-3024 are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02. 13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03,1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION; 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 of the WSDOT Standard Guiberson Reservoir Joint Sealing/Engineer 1 - 5 November 10, 2015 Project Number: 10-3024 Specifications. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders Guiberson Reservoir Joint Sealing/Engineer 1 - 6 November 10, 2015 Project Number: 10-3024 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. Guiberson Reservoir Joint Sealing/Engineer 1 - 7 November 10, 2015 '.. Project Number: 10-3024 The Contractor is permitted to use the Guiberson Reservoir site as a staging and storage area. The Contractor shall confine all construction activities within the limits of the reservoir site. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. Guiberson Reservoir Joint Sealing/Engineer 1 - 8 November 10, 2015 Project Number: 10-3024 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. I SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Guiberson Reservoir Joint Sealing/Engineer 1 - 9 November 10, 2015 � Project Number: 10-3024 Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11 (2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. Guiberson Reservoir Joint Sealing/Engineer 1 - 10 November 10, 2015 Project Number: 10-3024 If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11 (3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. Guiberson Reservoir Joint Sealing/Engineer 1 - 11 November 10, 2015 Project Number: 10-3024 SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1 -02.1 , the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. Guiberson Reservoir Joint Sealing/Engineer 1 - 12 November 10, 2015 Project Number: 10-3024 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies, Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (I A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. Guiberson Reservoir Joint Sealing/Engineer 1 - 13 November 10, 2015 Project Number: 10-3024 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. Guiberson Reservoir Joint Sealing/Engineer 1 - 14 November 10, 2015 Project Number: 10-3024 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. I The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39,04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1 -04.4. Guiberson Reservoir Joint Sealing/Engineer 1 - 15 November 10, 2015 Project Number: 10-3024 SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1 -07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171 , and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal Guiberson Reservoir Joint Sealing/Engineer 1 - 16 November 10, 2015 Project Number: 10-3024 property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the I City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. I SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. Guiberson Reservoir Joint Sealing/Engineer 1 - 17 November 10, 2015 Project Number: 10-3024 SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07,13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. Guiberson Reservoir Joint Scaling/Engineer 1 - 18 November 10, 2015 Project Number, 10-3024 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Victor Novelo Jerry Steele 253-372-5363 253-288-7532 206-380-1007 (cell) 206-391-1763 (cell) Puget Sound Energy Verizon Anita Yurovchak Brad Landis 253-476-6304 425-201-0901 253-381-6714 (cell) 425-766-1740 (cell) SECTION 1-07. 18 /S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.26 /S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Guiberson Reservoir Joint Sealing/Engineer 1 - 19 November 10, 2015 Project Number: 10-3024 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without Guiberson Reservoir Joint Sealing/Engineer 1 - 20 November 10, 2015 Project Number: 10-3024 unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. Guiberson Reservoir Joint Sealing/Engineer 1 - 21 November 10, 2015 Project Number: 10-3024 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 9-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. Guiberson Reservoir Joint Sealing/Engineer 1 - 22 November 10, 2015 Project Number: 10-3024 SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. Guiberson Reservoir Joint Sealing/Engineer 1 - 23 November 10, 2015 Project Number. 10-3024 The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 /N PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1 . Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, may be necessary to cover the following: Guiberson Reservoir Joint Sealing/Engineer 1 - 24 November 10, 2015 Project Number: 10-3024 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Guiberson Reservoir Joint SealinglEngineer 1 - 25 November 10, 2015 Project Number: 10-3024 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THEFOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 -800-521 -0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." Guiberson Reservoir Joint Sealing/Engineer 1 - 26 November 10, 2015 Project Number: 10-3024 SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1 -10.2(1)B, and Section 1 -10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. Guiberson Reservoir Joint Sealing/Engineer 1 - 27 November 10, 2015 Project Number: 10-3024 ', When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. Guiberson Reservoir Joint Sealing/Engineer 1 - 28 November 10, 2015 Project Number: 10-3024 DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Guiberson Reservoir Joint Sealing/Engineer 8 - 1 November 10, 2015 Project Number: 10-3024 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Spill Prevention Control and Countermeasures Plan 2. Name and contact info for Contractor's CESCL SECTION B-01.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual Guiberson Reservoir Joint Sealing/Engineer 8 - 2 November 10, 2015 Project Number: 10-3024 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)H IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Guiberson Reservoir Joint Sealing/Engineer 8 - 3 November 10, 2015 Project Number: 10-3024 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic Guiberson Reservoir Joint Sealing/Engineer 8 - 4 November 10, 2015 Project Number: 10-3024 conditions to keepareas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D /S DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or Guiberson Reservoir Joint Sealing/Engineer 8 - 5 November 10, 2015 Project Number: 10-3024 break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-09.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, Soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-09.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-09.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. Guiberson Reservoir Joint Sealing/Engineer 8 - 6 November 10, 2015 Project Number: 10-3024 SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING. B-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. B-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: B-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. B-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed'to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for °Seeding. Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the hydroseeding, seeding, fertilizing and mulching at the locations disturbed by construction activities. Guiberson Reservoir Joint Sealing/Engineer 8 - 7 November 10, 2015 Project Number: 10-3024 Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non- planter areas is incidental to the unit price. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-36 WATER RESERVOIR LINING UPGRADE 8-36.1 Description. Guiberson Reservoir is a water storage reservoir for the City's portable water supply. The reservoir site is located on a hillside in a residential area in southeast Kent. It is bordered by Guiberson Street to the north, Kensington Avenue to the east, Seattle Street to the south, and by residences to the west and northwest. The site originally sloped down gently from east to west, but was leveled by filling during construction. The thickness of the fill is approximately 5 feet on the east side and up to 17 feet along the northwest and west side of the reservoir. The slopes of the embankment fill along the north and west sides range between 30 to 40 degrees. The 3-millon gallon, underground concrete reservoir was built in the 1930s and is approximately 142 by 142 feet in plan, 20 feet deep, with sidewalls sloping at approximately 2 horizontal to 1 vertical (2H:1V). A metal roof was built over the reservoir in the late 1960s, The reservoir's interior concrete panels were joint/ crack sealed and the northwest corner of the reservoir was relined in 1996, The roof supports and interior concrete roof columns were retrofitted with seismic upgrades in 1997. This work shall consist of relining the remaining reservoir interior including the concrete support columns up to the 20 foot high water mark in accordance with these Specifications. 8-36.2 Materials. Materials shall meet the requirements as specified and described as follows: 60-MIL Smooth HDPE Liner 16oz Non-Woven Geotextile as cushion layer under lining '/4" x 2" aluminum batten with holes 12" O.C. above maximum high water mark for liner attachment Guiberson Reservoir Joint Sealing/Engineer 8 - 8 November 10, 2015 Project Number: 10-3024 1/4" x 2" 304 SS batten with holes 6" O.C. for underwater liner attachment 8-36.3 Construction Requirements. 8-36.3(1) Liner Installation The Contractor shall install the HDPE liner and Geotextile cushion fabric when the temperatures above 40°F can be expected between the hours of 8:00 AM and 5:00 PM. Installation cannot take place in winds over 15-20 MPH, or in the presence of moisture of any kind (fog, rain. high humidity, etc.) or in temperatures below freezing without a major impact on quality field seams. 8-36.3(2) Access to Site. The reservoir door is locked and the gate in the fence surrounding the site is locked. The Contractor shall coordinate with the Water Department to arrange access and provide a lock if needed. 8-36.3(3) Draining Reservoir. The Contractor shall coordinate and schedule the draining of the reservoir with the Water Department giving at least five (5) days notice. The Water Department shall drain the reservoir. Once the reservoir is out of service, the Contractor shall begin work immediately and shall work without delay until thejob is complete. 8-36.3(4) Lighting, Ventilation and Heating. The Contractor shall at no additional cost arrange for additional lighting, ventilation and heating should they be required. 8-36.3(5) Equipment Cleaning. The City will not allow the use of trichloroethane, xylol, toluol or solvents within the reservoir. Equipment cleaning shall be done outside of the reservoir. 8-36.3(6) Final Cleaning. After the completion of the work, the Contractor shall thoroughly clean the reservoir of all waste and debris leaving it ready for disinfection and refilling by the Water Department. 8-36.3(7) Safety and Health Regulations and Requirements. OSHA and WISHA and other applicable safety regulations shall be followed. Comply with confined space regulations. Guiberson Reservoir Joint Sealing/Engineer 8 - 9 November 10, 2015 Project Number: 10-3024 8-36.3(8) Voc Testing. After the reservoir is refilled following completion of the construction, the City shall perform VOC testing at no cost to the Contractor. However, should the test results exceed Department of Health limits, the Contractor shall pay for all retesting required 8-36.5 Payment Payment will be made in accordance with section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract bid price per square foot for "HDPE 60-MIL Liner Installation. Complete" and "Geotextile Cushion Fabric Installation. Complete" shall constitute complete compensation for all materials, labor, equipment and tools, and incidentals necessary for performing the work involved in furnishing and placing the liner and cushion fabric. The bid price includes, but not limited to: unloading and storage of liner and cushion fabric material, protect liner and cushion fabric from weather, disposal of waste material, sandbags for temporary ballast and site restoration in accordance with the requirements of these specifications. The unit contract price per lineal foot for "1/4"x 2" Aluminum Batten, with Holes 12" O.C." and "1/4"x 2" 304 SS Batten with Holes 6" O.C." shall constitute complete compensation for all materials, labor, equipment and tools, and incidentals necessary for performing the work involved in furnishing and placing the batten. The bid price includes, but not limited to: unloading and storage of batten material, protect batten from damage, disposal of waste material, and site restoration, in accordance with the requirements of these specifications. Contractor shall be paid in accordance with Section 1-09.6 for the force account item for "Concrete for Leveling up Joints/Laps." This shall be for all work associated with grinding, grouting or additional work needed to allow batten bars to provide adequate compression of the bars to the concrete and joints. Guiberson Reservoir Joint Sealing/Engineer 8 - 10 November 10, 2015 Project Number: 10-3024 I Guiberson Reservoir Joint Sealing/Engineer A - 1 November 10, 2015 Project Number: 10-3024 Page 1of17 i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/01/2015 Count Trade Job Classification Wa a HolidaEn Notes King Asbestos Abatement Workers Journey Level $43.95 5D King Boilermakers Journey Level $64.29 5N King Brick Mason Journey Level $52.82 5A King Brick Mason Pointer-Caulker-Cleaner $52.82 5A King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters ;King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement aasons Journey Level $53.95 7A 1M — — i King Divers Et Tenders Diver $107.22 5D 4C 8A King Divers Et Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C King Divers a Tenders Surface Rcv Et Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King lDeedge Workers Engineer Welder $57.51 5D 3F hffnc•//fnrtrace �n�a nnv/Ini/�nianalnnl�nn/nrvlAlanalnnlsnn acnv 11 /Q/7M � Page 2 of 17 King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Dr wv all Applicator Journey Level $54.02 5D 1 H King Drvwall Tapers Journey Level $54.07 5P 1E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E _Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E I'King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E lKing Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powertine Cable Splicer $69.95 5A 4D Construction King Electricians - Powertine Certified Line Welder $63.97 5A 4D Construction King Electricians - Powertine Groundperson $43.62 5A 4D Construction King Electricians - Powertine Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powertine Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powertine Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powertine Pole Sprayer $63.97 5A 4D Construction "King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Ftagflers Journey Level $37.26 7A 31 ,King Gtaziers Journey Level $56.16 7L 1Y King Heat @ Frost Insulators And Journeyman $63.18 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers 8 Mason Tenders Journey Level $45.32 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook $53.30 5B 1K https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/9/2015 Page 3 of 17 King (Inland Boatmen Deckhand $53.30 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer 8 Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cteaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer It Water Svstems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.951 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.951 7A 31 King Laborers Chuck Tender $43.95 7A 31 !King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.761 7A 31 King Laborers $44.76 7A 31 htfnc•//fnrfracc AAra nnv/Ini/XA/analnnLirn/nrvlA/analnnleiin acne Page 4 of 17 ...... ....._..... Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.951 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Falter & Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.951 7A 31 King Laborers Grade Checker Et Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 King Laborers Material Yard Person $43.95 7A 31 King Laborer- Motorman-dinky Locomotive $44.76 7A 31 King Laborers Nozzleman (concrete Pump, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air £t Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/9/2015 Page 5 of 17 1 King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 'King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signat Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 ZA 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 %King Laborers Tamper R Similar Electric, Air $44.76 7A 31 a Gas Operated Tools King Laborers Tamper (multiple £x Self- $44.76 7A 31 propelled) :King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $43.951 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 8�( Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 �q j Worker 44.01-54.00 psi ;King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01-60.00 psi hti-nc•//fnrfracc rAIa nnv/Ini/XAranalnnhiin/nrvlA/analnnhiin acne 11 /Q/JR1 S Page 6of17 King Laborers Tunnel Work-Compressed Air $90.82 7A 31 8�C Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 8� _ Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 8�C Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 8S Worker 70.01-72.00 psi "King Laborers Tunnel Work-Compressed Air $101.82 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 Tender King Laborers Tunnel Work-Miner $45.42 7A 31 8�C King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Ft Topman $43.95 7A 31 &Water _ King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 £t Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (in Shop) Fitter $15.66 1 King Metal FabricationJln Shop} Laborer $9.78 1 King Metal Fabrication (In Shop} Machine Operator $13.04 1 -King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwrighfi Journey Level $55.52 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modutar Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modutar Buildings Utility Person $11.56 1 King Modutar Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 https://fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 11/9/2015 Page 7 of 17 King Playground & Park Equipment Journey Level $9.47 1 Installers King Plumbers & Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P ' King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.571 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 2P King Power Equipment Operators Compressor $53.571 7A 3C 8P lKing Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 2P ". With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P l 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P -' Tons, Under 150' Of Boom (including Jib With Attachments) "King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P htfnc•//fnrtraec IAIa nnv/Ini/ Aranalnnleim/nrvlh/analnnhirn acne 11 /Q/7r11 S Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $56.44 7A 3C 8P King ,Power Eoui mp ent O erators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment Operators Dozers D-9 Ft Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P _ ! Or Crane Mount King — Power Equipment Operators Drilling Machine $57.51 7A 3C 8P "King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power E ui ment 0 erators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P I' With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.571 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.441 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. ft $57.51 7A 3C 8P Over "King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, Alt $56.44 7A 3C 8P King I Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King jPayer Equipment Operators $57.51 7A 3C 8P I i I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/9/2015 Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equ mp ent Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P '! Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P '. King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Opeators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P f King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P 1 King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over RKing Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators $56.00 7A 3C 8P hftnc-//fnrfrocc 1AIa nnv/Ini/%A/Mn n Inn I/I m/nrx AAJnn c Inn L i in ❑c nv i I /O/')rll EZ Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: 1$58.107A 3C 8P Over 90 Metric Tons King Power E ui meat 0 erators Slipform Pavers 3C 8P King Power Equipment Operators Spreader, Topsider 8 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P j Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $53.57 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer & Water 'King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Undergrguund Sewer Ft Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer B Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer s Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer it Water https://fortress.wa.gov/Ini/wagelookup/prvWageIookup.aspx 11/9/2015 Page 11 of 17 King Power Equi mp ent Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P :Underground Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 813 Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P f Underground Sewer Et Water Tons With Attachments ;King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Underground Sewer&Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P I!: Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water hffnc• //fnrfracc IAIa nnv/Ini/\AinnPInntelin/nrv\A/anclnnUnn acnv 11 /Q/7R1 Page 12 of 17 King Power E ui meat 0 erators- Dozers D-9 & Under $56.00 7A 3C 8P Underground Sewer Fs Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer £� Water King Power E ui meat O erators- Elevator And Man-lift: $53.57 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer & Water And Gamaco & Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Ft Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizonta[/directional Drill $56.44 7A 3C 8P Underground Sewer &Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer R Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer & Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underaround Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Er Water lKing Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer &Water King Power Egurpmenteratgrs Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer &Water $0.50 Per Hour Over Mechanic) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/9/2015 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Eauipment Op r�ators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer it Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Ft Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Ex Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer Ft Water (Certified) King Power Equipment Operators- Rotlagon $56.94 7A 3C 8P '. Underground Sewer Ft Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King $56.44 7A 3C 8P hffnc-//fnrfrocc 1AIM rz Page 14 of 17 ,Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 813 Underground Sewer �t Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P '1 Underground Sewer Et Water King Power Equipmeizt Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Underground Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 813 Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equ pment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water King Power Egurpinent Operators Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Under round Sewer Et Water Height Base To Boom King Power Equipment Operators Tower Crane: over 175' E58. 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom ('!King Power Equipment Operators Tower Cranes: over 250' in 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer 0 Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground Sewer & Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P (Underground Sewer Et Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/9/2015 Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer a Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.821 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential. Glaziers Journey Level $37.30 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1R Workers King Residential Soft Floor Lavers Journey Level $42.88 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection] King Residential Stone Masons Journey Level $52.82 5A 1M King- Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H King Shipbuilding Ft Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $40.16 7T 4B htfnr //fnrfrocc rnra nnv/Ini/uranolnnl�nn/nrvlAlanolnnl�nn acnv 11 /Q/7r11 Page 16 of 17 King Shipbuilding a Ship Repair Heat Et Frost Insulator $63.18 5J 1S King Shipbuilding Et Ship Repair Laborer $40.19 7T 4B King Shipbuilding Ex Ship Repair Machinist $40.47 7T 4B King Shipbuilding t Ship Repair Operator $40.11 7T 4B ;King Shipbuilding 1 Ship Repair Painter $40A6 7T 4B King ShipbuildmR F Ship Repair Pipefitter $40.11 7T 4B King IM e Ft Ship Repair Rigger $40.19 7T 4B King pbuilding Ft Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding a Ship Repair Shipfitter $40.19 7T 4B King 5hmbuildina g Ship Repair Trucker $40.03 7T 4B King Shipbuilding Et Ship Repair Warehouse $40.08 7T 4B King Shipbuilding Sh Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 JElectricai 'King Sign Makers Et Installers Sign Maker $21.36 1 (EEectrical) 6'King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical} King Sian Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft FloorLaVers Journey Level $42.88 SA 3D King Sotar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C ix Protection) King Stage Riaainp Mechanics (Non Journey Level $13.23 1 Structural) King !Stone Masons Journey Level $52.82 5A iM King Street And Parking-Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chairman $55.471 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C SP King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Corstructian - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 213 Outside Operator (Light) https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 11/9/2015 Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Tetephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble rt Terrazzo Finisher $38.29 5A 1B Finishers King Traffic Control Stripers Journey Level $43,731 7A I King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Ft Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well. Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Ft Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers htfnc• //fn rfrecc ini❑ nnv/Ini/�nnnelnn LnnMr�ilnhnolnn Lien env y � /a/gym � Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONF.-HALF TIMES THE HOURLY RATE OF WAGE, B. All bouts worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2) hours after eight (8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half tines the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. I. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 I Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12) hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall I, be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)horns on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage, V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours ?Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C_ All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. 2 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half tunes the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage- W. The fast two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday; and all homy worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate_Hours worked over twelve hours (1.2) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assigns overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day, or ten (10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 3 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Salta day may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays.shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8)IIOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL '... BE PAID AT ONE AND ONE_-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage, B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2) hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve (12)hours of work shall be paid at one and one half(t-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or folly(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten(10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) '.. times the hourly rate of wage. All hours worked in excess of eight (8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage_ On a four-day, ten-hour weekly schedule, either Monday thin Thursday or Tuesday thin Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1'/)tunes the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage- E. All hours worked between the hours of 6:00 pin and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage.All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall.be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). 1. Holidays: Now Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. IIolidays: New Year's Day, Martin Luther Kraig Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. 5 Benefit Code Key— Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued S. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After`Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z. Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, 'Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). 1. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9), Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Tndependence Day, Labor Dag Thanksgiving Day, the Friday after 'Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day; the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day,Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday_ Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: Now Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 i Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. N. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on i - the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, 'Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Chrishnas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 1f any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8, A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'41.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1,00 per hour. i L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0,50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. Note Codes Continued 8 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho. These classifications are only effective Oil or after August 31,2012. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho. This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazrnat projects receive additional hourly premiums as follows — Class A Suit: S2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0 50 per hour. 9