Loading...
HomeMy WebLinkAboutPW16-165 - Original - Scarsella Bros., Inc. - Mill Creek Side Channel / Leber Homestead - 04/28/2016 /G�%�///r0/�Iw %r0�i�rfN lii�a 40 —1k gemu tc:�% c o r d' s M a w /U0, i/ r, / 14 /�i�%✓/ Document 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: Scarslla Bras. Inc. Vendor Number: JD Edward's Number Contract Number: ' — 10 This is assigned by City Clerk's Office Project Name: Mill Creek Side Channel Z Leber Homestead Property Description: © Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract Other: L412S Contract Effective Date: Date of the ayor's signature Termination Gate: 180 working days Contract Renewal Notice (Gays): Number of days required notice for termination or renewal or amendment Contract Manager Mutt Knox Department: Engineering Contract Amount: 12,225,276.52 . Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): This phased project will create a faad rlairi vwretla d tribunary-ta--i"1 Creel and the Green.._ River to increase rearing and flood refuge habitat for juvenile sal,moni,ds. As of: 08/27/14 Owl obi/ov %GG ON OWN K I NG COUNTY, WASH i f KENT SPEC I AL PROV I MOP Mill Creek Cl rrrrra �Leber Homestead ARM# rrnrn Project in 1 !®S ACCEPTED iJNT I L imlow WWI iffile B I D OPEN I NG I MMED I ATELYFOLLOW %% DELIVER TO /lny I Y T, I T HALL %ll/l�1 220 4th Avenue S.., Dent,, WA 98032-5895 FOR, TIMOTHY J. LAPORTE, P.,E. PUBLIC WORKS DIRECTOR 40 400f/ KENT A S H I N G T G N WOMAN PUBLIC WORKS DEPARTMENT Timothy J.LaPorte, RE, Public Works Director 400 West Gowe 'Z000�Wv=1�T Kent,WA 98032 KENT WASH I N G TO h Fax: 253-856-6500 X.HONE,.a-53-1356-5 500 CITY OF KENT KING COUNTY, WASHINGTON Mill Creek Channel / Leber Homestead Property Project Number: 08-3018 ADDENDUM No. I April 1,, 2016 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/Olk STRIKETHROUGH I - BID OPENING Bids will be accepted until Thursday, April 7, 2016 at, �!01,00 AP4, Bids will be opened and reacl publicty aloud Lt7:iaige -P fbllo�vinq m._-10 a 11 - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages 6 - 12 of the Bidder's Document, Bidders must use the replacement page. REPLACE Proposal pages 6 - 12 with the attached. Sales tax has been adcicd to each schedule. SCHEDULE I A* CONTAMINATED SOIL REMEDIATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 0 CP 1015A 2-14.5 24,700 Haul Offsite and Dispose of $ $ < KSP C Mixed Soil Per GY B CYO BCC 0 MAYOP,SUZEITE COOKE SCHEDULE 1 6: EARTHWORK AND STREETS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. !QUANTITY PRICE AMOUNT 1050E 8-02.5 2,000 Compost, Including Site $ $ KSP CU YDS Preparation Per-1,;* CY .7-949 2-07.5 -1-9-9200 WA TF-R $ $ 105 M gal Gefftre4 Per M gal B KSP 1097E 5-04.5 4-2-0 .500 HMA for Full Width Overlay $ $ KSP TONS Class 1/2", PG 64-22 Per TON SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7035 8-01.5 4,-,GO 600 Street Cleaning $ $ WSDOT HOURS Per HR -794-9 -2--G-7I-5, -14G All bid iterns, in schedule VXX, shall be implemented ONLY per direction given by the City's representatives. III — CONTRACT SUPPLEMENT item 5 of the Contract with the following: 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, voiunteers and assigns harmless from any and all dairns, injUries, damages, losses or SLJtS, including all legal costs and attorney fees, arising out of or M 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 Then completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4,24,115, then, in the event of 1iabfllty for darn ages arising out of bod iy injury to persons or darrages to pir'operty caused by or resulting frorn 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 THA-r THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONI"RACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSQ,RAN_CE,, TITLE 51 RCW, SOLELY FOR -["HE PURPOSES OF -rHIS INDEMNIFICATION, THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER, The provisions of this section shall survive the expiration or termination of tMs contract., The Contractor shall defend, indemnify, and hold the to and its officers, and emplOyees harmless from all claims, demands,, or ,SLJitS "at law or equity arising in, whole or in part from the aCtUal or alleged acts, errors, onfissions or negligence of, or the breach f any obligation under this Agreement by, the Contractor or the Contractor`s agents, employees, SUbcon,tractors, or vendors, of any tier, or any other per rrs for whom the Contractor may ble legally lia,ble. Provided that ncthhig herein shall require the Contractor to defend or indemnify the State against and hold harmless the State from claims, demands or suits based solely upon the negligence of the State, its employees rid agents for whom the State is, vicariously liable. Provided further that if the claims or suits are caused by or result From the concurrent negligence of (a) the Contractor or the Contractor's agents, employees, sub contra,ctors or vend rs, of any tier, or any other persons for whon? the Contractor is legally liable, and (b) the State its employees and agents for whr it is vicariously liable, the indemnity obligation shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents, employees, subcontractors or vendors, of any tier, or any other persons for whom th° e Contractor may be legally liable. The Contractor shall also defend, indemnify, and hold the State and its officers and employees harmless from all c/ahns, dernands, ot.suits at law or equity a11Sh7g in whiale, or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright r4ghts, or inventions by the Contractor or the Carta actor"s agents, employees, subcontractors or vendors, of any tier, or any other persons for who the Contractor may be legally liable, in performance of the Work under this Agreement or arising out of any use in connection with the Agreement of miethods, processes, designs, information or other items filial shed or commUnicated to State, its agents, officers and employees purSUant to the Agreeinent; provided that this ind'emnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets-, patents, proprietary infortnation, know-how, copyright rig hts or inventions reSUlting from State`�,, its agents' officers' and employees'failure to comply with specific written instructions regardi g use provided to State, it agents, officerM nd employees by the Contractor, its agents, employees, s ub con tractors or, vendors,, of' any tier, or any other persons for whorn the Contractor n7ay be legally liable. The Contractor specifically assume,s potential liability for actions brought by the Contractor's own employees or its agents against the State arid, solely for the purpose of the hide,mnification and defense, the Contractor specifically waives any, immunity under the state industrial insurance law, RWC Title 51. The RCO is incl,uded within the terin State, as are all other agencies, departments, boards, or other entities of state government. IV - KENT SPECIAL PROVISIONS Page 2-1 - Section 2-07.1 - Description ADD the following to the beginning of this section: The City 's Environmental Engineering Department will pay the City 's Water Depart ent for the water used. The pay itein for "Water"'shall be considered full compensation for all tools, materials, and efforts necessary to load, haul, and distribute the water for purposes of Dust Control. Page 2-1 - Section 2-07.3 - Construction Requirements ADD the following new section: SECTXON 2-07.3 XS'SUPPLE MENTED BY ADDXNG THE FOLLOWXNG. 2-0,7.3 Construction Requirements The Contractor shal/ LlSe the minitnum amount of water required to control' dust per the Puget Sound Air Pollution Control Authori'ty's requirements or at, the direction of the Engineer. Page 2-8 - Section 2-14.5 - Payment REVISE the first sentence as follows: Payment for "Excavation, Mix and Stockpile Contaminated Soil" shall be per bank cubic yard (13CY) and 'Haul Offsite and Dispose of Mixed Soil" shall be per b,ank cubic yards (G* BCY) and constitute all costs, necessary to accomplish the work detailed in 2-14 above and Appendix A below. Page 5-1 - Section 5-0�4.1 - Description DELETE the second paragraph and REPLACE with the following: Note To Bidders, The Contractor shall construct a 2,"overlay of S. 262 nd Street PRIOR to any, other construction activitie's. NO eqUip#71ellt shall be mobilized prior to this initial overlay, with the exception being equipment that is necessary to C0115trUCt the overlay. While the project is in construction, the Contractor will be reSP017sible for maintaining S. 262n,d' St. in a safe driving condition. The force account bld itern for "Road Maintenance"is intended to be titilized as needed for Maintenance purposes. The City may choose to construct a final overlay of S. 262 nd Street at the completion, of the project; this work shall occur as directed by the Engineer. Page 7-1 - Section 7-00.2 - Temporary Creek Exclusion ADD the following to the end of this section: The HPA permit inClUded in addendum 1 sets forth requirements for creek, bypass and fish handling. The Contractor shall includie all costs necessary to coinply with the HPA permit requirements in the Contractor's U171t bid price for "Temporary Creek Exclusion". For pert-nit requirements, see Appendix 7. Page 8-4 to 8-5 - Section 8-01.3(2)B - Seeding and Fertilizing DELETE AND REPLACE1. GRA SS'SEED...MIX A AND MIX B PARA GRAPHSWITH THE FOLLOWING: The standard seed n7hr for this project shall be specified in KSP Section 9-14.2 DELETE AND REPLACE 3. MULCH SECTION RUTH THE FOLLOWZNG: Mulch and 'rackifier. Mulch shall meet the requirements for "Long Term Mulch"as defined in WSDOT 9-14.4(2)A as well as 8-01.3(2)D and 9-14.4. T6ckffler shall be as specified in SDOT 9,-14.4(7). AMEND, 4. r-ERTZLIZER SEC770N, SECOND PARAGRAPH WZTH TH'E FOLLOWZNG; Care shall be taken to avoid overspray of hydroseed mixture into standing water. V - APPENDICES ADD the following new Appendices: Appendix 7 - Environmental Permits Appendix 8 - Soils Zi7formation Appendhic 9 -- Keotiri_q Na;tes aticl'Atteridance List, MI --LINK TO MILt.CREr W SIDE CHANNEL CAD FILES Due to complexity and quantity of data, the CAD files contained at the dropbox hyperlink will be the ONLY CAD file .made available to Contractors prior to bidding on the Project. No requests for additional CAD files will be considered. httos:/ www.dropbox.com/shL wi4m2821p7rhxkJAA&ejaG 6TXeVzUaUma79YiFa?dl=O END OF ADDENDUM No. IL Chad Bleren, P.E. Date City Engineer Attachments: Proposal pages 6 - 13 (8 pages) Environmental Permits (32 pages) Soils Information (2 pages) Pre-Bid Meeting Notes and Attendance List (7 pages) SCHEDULE I A: CONTAMINATED SOIL REMEDIATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 1-09.7(2) 1 Mobilization $ $ KSP LUMP SUM Per LS 1010A 2-14.5 33,000 Excavation, Mix and Stockpile $ $ KSP B CU YDS Contaminated Soil Per BCY 1015A 2-14.5 24,700 Haul Offsite and Dispose of $ $ KSP GY-YES Mixed Soil Per GY B CU YDS &CY 10 17A 2-13.5 8,300 Fill Construction of Berms $ $ KSP CU YDS A & B Per CY Stib Total 9.501b WA State Sale,s Tax $ Schedule I A Total $ Leber Homestead/Knox 6 April 1, 2016 Project Number: 08-3018 SCHEDULE I B - EARTHWORK AND STREETS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1040B 2-10.5 551000 Excavation and Haul of $ $ KSP B CU YDS Habitat Area Per BCY 1045E 2-10.5 1 Habitat Grading $5,000.00* $5,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1050B 8-02.5 2,000 Compost, Including Site $ $ KSP CU YDS Preparation Per-G* CY 4940 2-07.5 4-4G 200 WATER $ $ 1055 'AL.S',9r9-T M gal Per M gal B Ksp 108013 8-15.5 1 Maintenance Access Road $ KSP LUMP SUM Per LS 1090E 8-01.5 350 Stabilized Construction $ $ WSDOT SQ YDS Entrance Per SY 1097E 5-04.5 4-20 500 HMA for Full Width Overlay $ $ KSP TONS Class 1/2", PG 64-22 Per TON 1098B 5-04.5 1 Road Maintenance $15,000.00* $15,000,00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1100B 8-12.5 300 Install New Wooden Split-Rail $ $ KSP LN FT Fencing Per LF Leber Homestead/Knox 7 April 1, 2016 Project Number: 08-3018 SCHEDULE I B - EARTHWORK AND STREETS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total . 01b WA State Sales Tam Schedule I B Total $ Leber Homestead/Knox 8 April 1, 2016 Project Number: 08-3018 SCHEDULE IV: WATER MANAGEMENT ITEM SECTION APPROX. ITEM UNIT 'TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 7-00.5 1 Temporary Creek Exclusion $ $ KSP LUMP SUM Per LS 4010 7-00.5 1 Dewatering $10,000,00* $10,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders S I ub Total $ 9.5010 WA State Sales Tax Schedule IV Total $ Leber Homestead/Knox 9 Apffl 1, 2016 Project Number: 08-3018 SCHEDULE V: TRAFFIC CONTROL ITEM, SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,000 Traffic Control Labor $39.84* $39,840.00 KSP HOURS Per HR *Common price to all bidders 5010 1-10.5 96 Construction Signs Class A $ $ WSIDOT SQ Fr Per SF 5015 1-10.5 20 Traffic Control Supervisor $ $ KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM devices Per LS Sub To, 9.5010 WA Steate Sales Tax $ Schedule V Total $ Leber Homestead/Knox 10 April 1, 2016 Project Number; 08-3018 SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 9 Seeding, Fertilizing, and $ $ KSP ACRES Mulching Per AC 7005 8-01.5 2,300 Filter Fabric Fence $ $ KSP LN FT Per LF 7008 8-12.5 800 High Visibility Construction $ $ KSP LN FT Fence Per LF 7010 8-01.5 2,000 Straw Wattles $ $ KSP LN FT Per LF 7020 8-01.5 1,500 Straw Mulch $ $ KSP SQ YDS Per SY 7025 8-01.5 1000 Clear Plastic Covering $ $ KSP SQ YDS Per SY 7030 8-01.5 5 ESC Lead $ $ KSP DAYS Per DAY 7035 8-01.5 4-9G 600 Street Cleaning $ $ WSDOT HOURS Per HR 494-9 -1-G0 trl -$ -$ -W,SDG-T -H-g-a4 Pei=�4 7050 8-01.5 14,500 Erosion Control Blanket $ $ KSP SQ YDS Per SY Leber Homestead/Knox 11 April 1, 2016 Project Number: 08-3018 SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 7055 8-01.5 1 Temporary Erosion/Water $15,000.00* $15,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders All bid items in schedule VIZ, shall be implemented ONLY per direction given by the City's representatives. Sub Tdtal 9.5010 WA State Sales Tax Schedule V11 Total $ Leber Homestead/Knox 12 April 1, 2016 Project Number: 08-3018 SCHEDULE VIII: RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8140 8-26.5 27 Wall Engineered Log ]am $ $ KSP EACH Per EA 8145 8-26.5 10 Habitat Engineered Log ]am $ $ KSP EACH Per EA 8150 8-26.5 4 Single Log with Rootwad $ $ KSP EACH Along Bank Per EA 8155 8-26.5 2 Streambed Grade Control Log $ $ KSP EACH Cluster Per EA Sub Total $ 9,501b WA State Sales Tax Schedule VIII Total $ Leber Homestead/Knox 13 April 1, 2016 Project Number: 08-3018 WasMnpton HYDRAULIC-PROJECT APPROVAL North Pupet Sound. . Department of 16018 NO Creek Boulevard FISH and RCW 77.55.021-See appeal procesa at end of HPA Miil•Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:November 29,2012 Control Number. 128467A Project'Expiration Date:November 28,2017 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent ATTENTION:Matt Knox 220 4th Ave S Kent,WA M32 253-856-5551 Fax:253-858-MO Project Name: Mill Creek Wetland Creation/.Leber Homestead Project Description: Create over 65,000 SF(1.5 acres)of intermittently inundated aquatic habitat adjacent to Hill(a.k.a. Mill)Creek 440 feet upstream of the confluence with the Green River. The location Is 262hd Ave. SE off West Valley Highway. PROVISIONS 1.The project may begin immediately and shall be completed by November 28,2017, provided: a. Grading of the off-channel area shall occur only between May 1 and September 30. b. Work to establish the connection with Hill Creek shall occur only between July 1 and August 31. c. Installation of the planting plan(Provision 3,sheets 14-16)shall occur prior to December 31 of the year of grading work. 2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist(AHB)listed below(e-mail to fisheldf a@dfw.wo.gov)and the Enforcement Program Officer.(e=mail to krenzmkk@dfw.wa.gov). shall receive e-mail notification from the person to whom this Hydraulic Project Approval(HPA)is issued(permittee)no less than three working days prior to start of work, and again within seven days of completion of work to arrange a compliance inspection. The notification shall Include the permittee's name, project location,starting date of work or completion date of work, and the control number of this HPA. 3.Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife(WDFW)entitled,WILL CREEK CONFLUENCE/GREEN RIVER DESIGN LEBER HOMESTEAD FINAL DESIGN", printed November 16, 2012, except-as modified by this HPA. A copy of these plans shall be available on site during construction. Provisions 4-11 apply to the establishment of the connection with Hill Creek. 4.A temporary bypass to divert flow around the work area shall be In place prior to initiation of other work in the wetted perimeter. 5.A sandbag revetment or similar device shall be Installed at the bypass inlet to divert the entire flow through the bypass. 6.A sandbag revetment or similar device shall be Installed at the downstream end of the bypass to prevent backwater from entering the work area. Page 1 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018.Mill Creek Boulevard FISH and RCW 77,55.021-See appeal process at and of HPA Mill Greek,WA 98012-1296 WLDLIFE • (425)775-1311 Issue Date: November 29,2012 Control Number 128467-1 -Project'Expiration Date:November 28,2017 FPA/Public Notice#: N/A 7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 8. Prior to releasing the water flow to the project area, all bank protection-or armoring shall be completed. 9. Upon completion of the: project, all material used'In,the temporary bypass shall be removed from the site and the site returned to preproject or Improved conditions. 10. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee shall have fish capture and transportation equipment ready and on the job site. 'Captured fish shall I be Immediately and safely transferred to free-flowing water downstream of the project site. The permittee may request that WDFW assist in capturing and safely moving fish life from the Job site to free-flowing water, and assistance may be granted if personnel are available. 11.Any device used for diverting water fro m'a fish-bearing stream shall be equipped with a fish guard to prevent passage offish into the diversion device pursuant to RCW 77.57.010 and 77.57.070.The pump intake shall be screened by one of the following: a. Perforated plate: 0.094 Inch (maximum opening diameter), b. Profile bar 0.069 Inch(maximum width opening). c. Woven wire: 0.087 Inch (maximum opening in the narrow direction). The minimum open area for all types of fish guards Is 27%.The screened intake shall consist of a facility with enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second.Screen maintenance shall be adequate to prevent injury or entrapment of juvenile fish and the screen shall remain in place whenever water is withdrawn from the stream through the pump Intake. 12.There shall be a continuous negative gradient from the landward end of the project to the confluence with Hill Cree'k to avoid stranding offish when water receeds from the site. 13. The grade control logs shall be maintained by the City 6f Kent(City)per RCW 77.57.030 to ensure continued, unimpeded fish passage. If a structure becomes a hindrance to fish passage, the City shall be responsible for obtaining an HPA and providing prompt repair.. Financial responsibility for maintenance and repairs shall be that of the City. 14, The grade control logs shall be Installed with geotextile fabric backing buried well below the bed of the watercourse upstream of the logs across their full length. 15. Fish habitat components such as large woody material are required as part of the project to provide ecosystem functions. These fish habitat components shall begin addition to trees impacted due to on-site project impacts, coniferous materials with the sizes shown In the approved plans (Provision 3, sheets 6-7). Fish habitat components shall be Installed to withstand I 00-year peak flows with chain-based(versus cable)anchoring systems. Page 2 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)7754 311 Issue Date:November 29,2012 Control Number: 128467-1 Project Expiration Date: November 28,2017 FPA/Public Notice#: N/A 16, Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to perform the project. Affected streambed and bank areas shall be restored to pre- project or improved habitat configuration. Prior to December 31 of the year of project grading, the approved planting plan,(Provision 3, sheets 14- 16)shall be installed. Plantings shall be maintained as necessary for a minimum of three Years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. 17. Equipment used for this project shall be free of external petroleum-based products while working around the stream and wetlands associated with the stream. Accumulation of soils or debris shall be-removed from the drive mechanisms(wheels, tires, tracks, etc.)and undercarriage of equipment prior to Its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream and Wetlands associated with the stream. 18. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop(including equipment leaks or spills), Immediate notification shall be made to the Washington Military Department's Emergency Management Division at 1-800-258- 5990, and to the AHB. 19. Erosion control methods shall be used to prevent silt-laden water from entering the stream and wetlands associated with the stream. These may Include, but are not limited to, straw bales,filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/air Immediate mulching of exposed areas. 20. Prior to starting work, the selected erosion control methods (Provision 19)shall be Installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 21. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged'to the stream or wetlands associated with the stream. 22. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater In an approved upland disposal site. 23. If high flow conditions that may cause siltation are encountered during this project,work shall stop until the flow subsides. 24. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments,sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or wetlands associated with the stream. Page 3 of 6 Washington HYDRAULIC PROJECT APPROVAL North Puget Sourd DeiFparti rent of 16018 MNi creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Milll Creek,,WA 9a012-1296 WILDLIFE (426)775-1311 Issue Fate:November 28,2012 Control Number, 128467-1 Project Expiration Diate:November 28,2017 FPA/Public Notice#; NIA PROJECT LOCATIONS Location#1 7062 S 262nd St WORK START: November 29, 2012 WORK.END: November 28, 2017 WRIA: Waterbody: Tributary to: 09.0051 Hill Creek Green River 1/4 SEC: Seotion: TownGhi : Range �Latltude: L nude: I County NW 1/4 125 23 N 04 E N 47.36799 IW1,22.24613. - 'King Location#1 DriyiiV Dredons This property Is bounded on the east by SR 167,on the south by S 262nct St,With Hill Creek and the Green River bordering the western and northern boundaries of the site(see attached area map).At the northwest corner of the property Is the confluence of hill Creep and the Green River.From SR 167 take the Willis St/Des Moines(Hwy.516) exit Head west off the exit onto Kent/Des Moines Rd.and then turn left(south)onto Washington Ave S.'Gravel roughly.75 miles and then turn left(east)onto S.262nd St.-The project site will be at the end of the road on the left hand side. APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 ROW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to Whom this Hydraulic Project Approval Is Issued Is responsible for applying for and obtaining any additional authorization from other public agencies(local,state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job'site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval Is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval Is issued and operator{s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Projed'Approvai. Failure to comply with the provisions of this Hydraulic Project Approval cbul'd result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge,possibly punishable by fine and/or Imprisonment.' All Hydraulic Project Approvals issued under RCW 77,55.021 are subject to additional restrictions,conditions,or revocation if the Department of Fish and Wildlife determines that changed conditions require such action.The person(s)td whom this Hydraulic Project Approval Is issued has the right to appeal those decisions.Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA:You may request approval of minor modifications to the required work timing or to the plans and specifications approved In this HPA.A minor modification to the required worst timing means up to a once-week deviation from the timing window in the HPA when there are no spawning or incubating fish present wvithin the vicinity of the project.You may request subsequent minor modifications to the required work timing.A minor Page 4 of 6 Washirgton HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55,021-See appeal process at end or HPA Mill Creek,WA 08012-1296 WILDLIFE (425)775-1311 Issue Date:Nrsvember 29,2'012 - Control Number: 12€1467-1 Project Expiration'Cate:November 28,2017 FPAJPublic Notice 1f NIA modification of the plans and specifications means any changes In the materials,characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change In the provisions of the HPA to mitigate the Impacts of the modification. Minor modifications do not require you to pay additional application fees or be Issued a new HPA.To request a minor modification to your HPA,submit a Written request that clearly Indicates you are requesting a minor modification to an'existing HPA.Include the HPA number and a description of the requested change and send by mail to:Washington Department of Fish and Wildlife, PO Box 43234,Olympia, Washington 98504-32344,or by email to HPAapplicationsl dfw.wa.gov. Do not include payment with your request. You should allow up to 46 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA:You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require Issuance of a new HPA.It you paid an application fee for your original HPA you must include payment of 6150 with your written request or request billing to an account previously established with the department. If you did not pay an application fee for the original HPA,no fee is required for a change to it.To request a major modification to your HPA,submit a written request that clearly Indicates you are requesting a major modification to an existing HPA.Include the HPA number,check number or billing account number,and a description of the requested change.Send your written request and payment,if applicable,by mall to: Washington Department of Fish and Wildlife,PO Box 43234,Olympia„Washington 98504-3234. if you are charging the fee to a•billing account number or you are not subject to the fee,you may email your request to HPAapplications@dfW.wa.gov.You should allow up to 45 days for the department to process your request.. APPEALS INFORMATION If you wish to appeal the Issuance,denial,conditioning,or modification of a Hydraulic Project Approval(HPA), Washington Department of Fish and Wildlife(WDFW)recommends that you,first contact the department employee who issued or denied the HPA.to discuss your concerns.Such a discussion may resolve your concerns without the need for further appeal action.If you proceed with an appeal,you may request an Informal or formal appeal.WDFW encourages you to take advantage of the informal appeal process before Initiating a formal appeal.The Informal appeal process Includes a review by department management of the HPA or denial and often resolves Issues faster and with less legal complexity than the formal appeal process.If the Informal appeal process does not resolve your concerns,you may advance your appeal to the formal process.You may contact the HPA Appeals Coordinator at(360)902.2534 for more Information. A.INFORMAL APPEALS:WAC 220•-11 D-340 Is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW'.Please refer to that rule for complete Informal appeal procedures.The following Information summarizes that rule. A person who Is aggrieved by the issuance,denial,conditioning,or modification of an HPA may request an Informal appeal of that action.You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,600 Capital Way North,Olympia,Washington 98501-1091;a-mall to HPAapplications@dfw„we.gov;fax to(360)902-2946;or hand-delivery to the Natural Resources Building, 1111 Washington St SE,Habitat Program,Fifth floor.WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree,and you applied for the HPA,resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor.If a resolution Is not reached through the informal conference,or you are not the person who applied for the HPA„the HPA Appeals Coordinator or designee Will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the Informal appeal,you may file a request for a formal appeal. B.FORMAL APPEALS:WAC 220-110-350 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW.Please refer to that rule for complete formal appeal procedures.The following . Information summarizes that rule. A person who Is aggrieved by the Issuance,denial,conditioning,or modification of an HPA may request a formal appeal of that action.You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision.You may serve Pages 6 of 6 Washieptw HYDRAULIC PROJECT APPROVAL NoM Fluget Sound Depar merd of 15018 M81 Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA MPI Creek,WA 98012-IM WIl DLWE (425)775.1311 j Issue Date:November 29,2012 Control Number. 128467-1 l Project Expiration Date:November 28,2017 FPA/Public Notice P NIA WDFW by mad to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North, Olympia,Washington 98501-1091;e-mail to HPAappiicationsadfw.wa.gov;fax to(380)902 2946;or hand-delivery to the Natural Resources Building,1111 Washington St SE,Habitat Program,Fifth floor.The time period for requesting a formal appeal is suspended during consideration of a timely Informal Appeal.If there has been an informal appeal,you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision In response to the Informal appeal. C.FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS:If there Is no timely request for an appeal,the WDFW action shall be final and unappealable. ENFORCEMENT:Sergeant Chandler(34)P1 Habitat Biologist �,✓- for Director Larry Fisher 425-313-5683 ` ��^ "" WDFW CC: Page 8 de DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS P.O.BOX 3755 SEATTLE,WASHINGTON 88124-3766 REPLY TO ATTENTION OF Regulatory Branch JUN..;- 4 2013 Mr.Matt Knox City of Kent Engineering Department 220—4a`Avenue South Kent,Washington 98032-5895 Reference: NWS-2012-537 City of Kent Mill Creek Flood Plain Dear Mn Knox: We have reviewed your application to create 1.5 acres of wetland and side-channel habitat in Mill Creek at Kent,King County,Washington. Based on the information you provided to us, Nationwide Permit(NWP)27,Aquatic Habitat Restoration,Establishment,and Enhancement Activities(Federal Register February 21,2012,Vol.77,No. 34),authorizes your proposal as depicted on the enclosed drawings dated March 23,2012. In order for this authorization to be valid,you must ensure the work is performed in accordance with the enclosed NWP 27, ?Terms and Conditions and the following special conditions: a.In order to meet the requirements of the Endangered Species Act(ESA)2008 Fish Passage and Restoration Programmatic Consultation(National Marine Fisheries Reference No.2008/03598;U.S.Fish and Wildlife Service Reference No. 1341 2008- FWS-#F-0209),you must comply with the conditions included in the Specific Project Information Form dated September 14,2012,and the enclosed electronic approval from the U.S.Fish and Wildlife Service dated October 9,2012. If you cannot comply with the terms and conditions of this programmatic consultation,you must,prior to commencing construction,contact the U.S.Army Corps of Engineers(Corps),Seattle District, Regulatory Branch for an individual consultation in accordance with the requirements of the ESA andlof the Magnuson-Stevens Fishery Conservation and Management Act,as amended by the Sustainable Fisheries Act of 1996. b.This U.S.Army Corps of Engineers(Corps)permit does not authorize you to take a threatened or endangered species,in particular Puget Sound Chinook and steelhead trout. In order to legally take a listed species,you must have a separate authorization under the Endangered Species Act(ESA)(e.g.,an ESA Section 10 permits,or ESA Section 7 -consultation Biological Opinion(BO)with non-discretionary"incidental take'provisions -2- with which you must comply). The Habitat Restoration Program Limit 8 DO prepared by the National Marine Fisheries Se;vice(NMFS)dated 28 Febr:tuary 2007 contains mandatory terms and conditions to implement the reasonable and prudent measures that are associated with the specified"incidental take"in the DO(NMFS Reference Number 2006/05601). Your authorization under this Corps permit is conditional upon your compliance with all of the mandatory terms and conditions associated with incidental take of the DO. These terms and conditions are incorporated by reference in this permit. Failure to comply with the commitments made in this document constitutes non- compliance with the ESA and your Corps permit. The NMFS is the appropriate authority to determine compliance with ESA. c.In order to meet the requirements of the Endangered Species Act and protect Puget Sound Chinook,Puget Sound steelhead,and coastal-Puget Sound bull trout,from l October through 31 July the permittee shall not conduct work authorized by this permit wiless the work is isolated from flowing water by the soil plug at the mouth of the created side channel. Work authorized by this permit may occur in flowing water provided the authorized work occurs from 1 August through 30 September in any year this permit is valid. d.Permittees must immediately stop work and notify the District Engineer within 24 hours if,during the course of conducting authorized work,human burials,cultural resources,or historic properties,as identified by the National Historic Preservation Act, are discovered and may be affected by the work. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C,the National Historic Preservation Act,and other pertinent laws and regulations could result in a violation of state and federal laws.Violators are subject to civil and criminal penalties. e.The inadvertent discovery protocols listed in sections 7.3 and 7.4 of the cultural resource report titled"Cultural Resource Inventory for the Mill Creek Confluence/Green River Restoration Project,City of Kent"should be followed during construction. To satisfy the provisions of the 2008 Fish Passage and Restoration programmatic consultation in accordance with Special Condition"a"above,please be reminded that you must provide the following information upon completion of your project; 1. Project completion date. We have reviewed your project pursuant to the requirements of the Endangered Species Act, the Magnuson-Stevens Fishery Conservation and Management Act and the National Historic Preservation Act. We have determined this project complies with the requirements of these laws provided you comply with all of the permit general and special conditions. -3- Please note that Seattle District NWP Regional General Condition 6,Cultural Resources and Human Burials,found in the Nationwide Permit Terms and Conditions enclosure,details procedures.should an inadvertent discovery occur. You must ensure that you comply with this condition during the construction of your project. The authorized work complies with the Washington State Department of Ecology's (Ecology)Water Quality Certification and the Coastal Zone Management Act requirements for this NWP. No fiirther coordination with Ecology is required. We have prepared and enclosed a Pj elintinary Jurisdictional Deterniirration(JD)dated May 30,2013,which is a written indication that wetlands and waterways within your project area may be waters of the United States. Such waters will be treated as jurisdictional waters of the U.S. for purposes of computation of impact area and compensatory mitigation requirements associated with your permit application. If you believe the Preliminary JD is inaccurate,you may request an Approved JD,which is an official determination regarding the presence or absence of waters of the United States. If one is requested,please be aware that we may require the submittal of additional information to complete an approved JD and work authorized in this letter may not occur until the approved JD has been finalized. Mill Creek is a water of the United States. If you believe this is inaccurate,you may request a preliminary or approved jurisdictional determination QD). If one is requested,please be aware that we may require the submittal of additional information to complete the JD and work authorized in this letter may not occur until the JD has been completed. Our verification of this NWP authorization is valid until March 18,2017 unless the NWP is modified,reissued,or revoked prior to that date. If the authorized work has not been completed by that date and you have commenced or are under contract to commence this activity before March 18,2017,you will have until March 18,2018 to complete the activity under the enclosed terms and conditions of this NWP. Failure to comply with all terms acid conditions of this NWP verification invalidates this authorization and could result in a violation of Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act. You must also obtain all State and local permits that apply to this project. -4- Upon completing the authorized work,you must fill out and return the enclosed Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the permitting process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website at www.nws.usace.army.mil select "Regulatory Branch,Permit Information"and then"Contact Us." If you have any questions, please contact me at ronald.j.wilcox@usace.army.mil or at(206)316-3893. Sincerely, Ron Wilcox,Project Manager Regulatory Branch Enclosures of ��carp$ Terms and Conditions sa�ua c Effective Date:June 15,2012 A. Description of Authorized Activities B. Corps National General Conditions;for all NWPs C. Corps Seattle District Regional General Conditions D. Corps Regional Specific Conditions for this NWP E. State 401 Certification General Conditions F. State 401 Certification Specific Conditions for this NWP G. EPA 401 Certification General Conditions H. EPA 401 Certification Specific Conditions for this NWP 1. Coastal Zone Management Consistency Response for this NWP In addition to any special condition that may be required on a case-by-case basis by the District Engineer, the following terms and conditions must be met,as applicable,for a Nationwide Permit authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES 27.Aquatic Habitat Restoration,Establishment,and Enhancement Activities,Activities in waters of the United States associated with the restoration,enhancement,and establishment of tidal and non-tidal wetlands and riparian areas,the restoration and enhancement of non-tidal streams and other non-tidal open waters,and the rehabilitation or enhancement of tidal streams,tidal wetlands,and tidal open waters, provided those activities result in net increases in aquatic resource functions and services. To the extent that a Corps permit is required,activities authorized by this NWP include,but are not limited'to:the removal of accumulated sediments;the installation,removal,and maintenance of small water control structures,dikes,and berms,as well as discharges of dredged or fill material to restore appropriate stream channel configurations after small water control structures,dikes,and berms,are removed;the installation of current deflectors;the enhancement,restoration,or establishment of riffle and pool stream structure,the placement of in-stream habitat structures;modifications of the stream bed and/or banks to restore or establish stream meanders;the backfilling of artificial channels;the removal of existing drainage structures,such as drain tiles,and the filling,blocking,or reshaping of drainage ditches to restore wetland hydrology;the installation of structures or fills necessary to establish or re-establish wetland or stream hydrology;the construction of small nesting islands;the construction of open water areas;the construction of oyster habitat over unvegetated bottom in tidal waters;shellfish seeding; activities needed to reestablish vegetation,including plowing or discing for seed bed preparation and the planting of appropriate wetland species;re-establishment of submerged aquatic vegetation in areas where those plant communities previously existed;re-establishment of tidal wetlands in tidal waters*where those wetlands previously existed;mechanized land clearing to remove non-native invasive,exotic,or nuisance vegetation;and other related activities.Only native plant species should be planted at the site. This NWP authorizes the relocation of non-tidal waters,including non-tidal wetlands and streams,on the project site provided there are net increases in aquatic resource functions and services. Except for the relocation of non tidal waters on the project site,this NWP does not authorize the conversion of a stream or natural wetlands to another aquatic habitat type(e.g.,stream to wetland or vice versa)or uplands.Changes in wetland plant communities that occur when wetland hydrology is more fully restored during wetland rehabilitation activities are not considered a conversion to another aquatic habitat type.This NWP does not authorize stream channelization.This NWP does not authorize the relocation of tidal waters or the conversion of tidal waters,including tidal wetlands,to other aquatic uses, such as the conversion of tidal wetlands into.open water impoundments. Compensatory mitigation is not required for activities authorized by this NWP since these activities must result in net increases in aquatic resource functions and services. Reversion.For enhancement,restoration,and establishment activities conducted:(1)In accordance with the terms and conditions of a binding stream or wetland enhancement or restoration agreement,or a wetland establishment agreement,between the landowner and the U.S.Fish and Wildlife Service(FWS),the Natural Resources Conservation Service(MRCS),the Farm Service Agency(FSA), the National Marine Fisheries Service(NMFS),the National Ocean Service(NOS),U.S.Forest Service (USFS),or their designated state cooperating agencies;(2)as voluntary wetland restoration, enhancement,and establishment actions documented by the NRCS or USDA Technical Service Provider pursuant to NRCS Field Office Technical Guide standards;or(3)on reclaimed surface coal mine lands,in accordance with a Surface Mining Control and Reclamation Act permit issued by the Office of Surface Mining Reclamation and Enforcement(OSMRE)or the applicable state agency,this NWP also authorizes any future discharge of dredged or fill material associated with the reversion of the area to its documented prior condition and use(i.e.,prior to the restoration,enhancement,or establishment activities).The reversion must occur within five years after expiration of a limited term wetland restoration or establishment agreement or permit,and is authorized in these circumstances even if the discharge occurs after this.NWP expires..The,five-year reversion limit does._not_gpply to_agreements without time limits reached between the landowner and the FWS,NRCS,FSA,NMFS,NOS,USFS,or an appropriate state cooperating agency.This NWP also authorizes discharges of dredged or fill material in waters of the United States for the reversion of wetlands that were restored,enhanced,or established on prior-converted cropland or on uplands,in accordance with a binding agreement between the landowner and NRCS,FSA, FWS,or their designated state cooperating agencies(even Though the restoration,enhancement,or establishment activity did not require a section 404 permit).The prior condition will be documented in the original agreement or permit,and the determination of return to prior conditions will be made by the Federal agency or appropriate state agency executing the agreement or permit.Before conducting any reversion activity the permittee or the appropriate Federal or state agency must notify the district engineer and include the documentation of the prior condition.Once an area has reverted to its prior physical condition,it will be subject to whatever the Corps Regulatory requirements are applicable to that type of land at the time.The requirement that the activity results in a net increase in aquatic resource functions and services does not apply to reversion activities meeting the above conditions.Except for the activities described above,this NWP does not authorize any future discharge of dredged or fill material associated with the•reversion of the area to its prior condition.In such cases a separate permit would be required for any reversion. Reporting.For those activities that do not require pre-construction notification,the permittee must submit to the district engineer a copy of(1)The binding stream enhancement or restoration agreement or wetland enhancement,restoration,or establishment agreement,or a project description, including project plans and location map;(2)the NRCS-or USDA Technical Service Provider documentation for the voluntary stream enhancement or restoration action or wetland restoration, enhancement,or establishment action;or(3)the SMCRA permit issued by OSMRE or the applicable state agency.The report must also include information on baseline ecological conditions on the project site,such as a delineation of wetlands,streams,and/or other aquatic habitats.These documents must be submitted to the district engineer at least 30 days prior to commencing activities in waters of the United States authorized by this NWP. Notification:The permittee must submit a pre-construction notification to the district engineer prior to commencing any activity(see general condition 31�except for the following activities: (1)Activities conducted on non-Federal public lands and private lands,in accordance with the terms and conditions of a binding stream enhancement or restoration agreement or wetland enhancement, 2 i restoration,or establishment agreement between the landowner and the U.S.FWS,MRCS,FSA,NMFS, NOS,USFS or their designated state cooperating agencies; (2)Voluntary stream or wetland restoration or enhancement action,or wetland establishment action,documented by the NRCS or USDA Technical Service Provider pursuant to NRCS Field Office Technical Guide standards;or (3)The reclamation of surface coal,mine lands,in accordance with an SMCRA permit issued by the OSMRE or the applicable state agency. However,the permittee must submit a copy of the appropriate documentation to the district engineer to fulfill the reporting requirement.(Sections 10 and 404) Note:This NWP can be used to authorize compensatory mitigation projects,including mitigation banks and in-lieu fee projects.However,this NWP does not authorize the reversion of an area used for a compensatory mitigation project to its prior condition,since compensatory mitigation is generally intended to be permanent. B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs Note:To qualify for NWP authorization,the prospective permittee must comply with the following general conditions,as applicable,in addition to any regional or case-specific conditions imposed by the division engineer or district engineer.Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP.Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP.Every person who may wish to obtain permit authorization under one or more NWPs,or who is currently relying on an existing or prior permit authorization under one or more NWPs,has been and is on notice that all of the provisions of 33 CFR§330.1 through 330.6 apply to every NWP authorization.Note especially 33 CFR §330.5 relating to the modification,suspension,or revocation of any NWP authorization. 1.Navi ion.(a)No activity may cause more than a minimal adverse effect on navigation. (b)Any safety lights and signals prescribed by the U.S.Coast Guard,through regulations or . otherwise,must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c)The permittee understands and agrees that,if future operations by the United States require the removal,relocation,or other alteration,of the structure or work herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,.said structure or work shall cause . unreasonable obstruction to the free navigation of the navigable waters,the permittee will be required, upon due notice from the Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused thereby,without expense to the United States.No claim shall be made against the United States on account of any such removal or alteration. 2.Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area,unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted,bridged,or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3.Spawning.Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,through excavation, fill,or downstream smothering by substantial turbidity)of an important spawning area are not authorized. 4.Migratory Bird Breeding Areas.Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 3 5. Shellfish Beds.No activity may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48,or is a shellfish seeding or habitat restoration activity authorized by NWP 27, 6.Suitable Material.No activity may use unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). 7.Water Supplertakes.No activity may occur in the proximity of a public water supply intake,except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8.Adverse Effects From Impoundments.If the activity creates an impoundment of water,adverse effects to the aquatic system due to accelerating the passage of water,and/or restricting its flow must be minimized to the maximum extent practicable. 9.Management of Water Flows.To the maximum extent practicable,the pre-construction course, condition,capacity,and location of open waters must be maintained for each activity,including stream channelization and storm water management activities,except as provided below.�'he activity must be constructed to withstand expected high flows.The activity must not restrict or impede the passage of normal or high flows,unless the primary purpose of the activity is to impound water or manage high flows.The activity may alter the pre-construction course,condition,capacity,and location of open waters if it benefits the aquatic environment(e.g.,stream restoration or relocation activities). 10.Fills Within 100-Year Floodplains.The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11.ftipment.Heavy equipment working in wetlands or mudflats must be placed on mats,or other measures must be taken to minimize soil disturbance. 12.Soil Erosion And Sediment Controls.Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13.Removal of TemporaryFills.Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The affected areas must be revegetated,as appropriate. 14.Proper Maintenance.Any authorized structure or fill shall be properly maintained,including maintenance to ensure public safety and compliance with applicable NWP general conditions,as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15.Single and Complete Project.The activity must be a single and complete project.The same NWP cannot be used-more than once for the same single and complete project. 16.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System,or in a river officially designated by Congress as a"study rivet"for possible inclusion in the system while the river is in an official study status,unless the appropriate Federal agency with direct management responsibility for such river,has determined in writing that the proposed activity will not 4 adversely affect the Wild and Scenic River designation or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.Fish and Wildlife Service). 17.Tribal Righ .No activity or its operation may impair reserved tribal rights,including,but not limited to,reserved water rights and treaty fishing and hunting rights. 18.Endan erg ed Species.(a)No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existerice of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA),or which will directly or indirectly destroy or adversely modify the critical habitat of such species.No activity is authorized under any NWP which"may affect"a listed species or critical habitat,unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA:Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements.The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity,or whether additional ESA consultation is necessary. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat,and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that.the activity is authorized.For activities that might affect Federally-listed endangered or threatened species or designated critical habitat;the pre-construction notification must include the name(s)of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work The district engineer will determine whether the proposed activity"may affect"or will have"no effect"to listed species and designated critical habitat and will notify the non-Federal applicant of the Corps'determination within 45 days of receipt of a complete pre- construction notification.In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project,and has so notified the Corps,the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect"on listed species or critical habitat,or until Section 7 consultation has been completed.If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e)Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA.In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a Biological Opinion with"incidental take"provisions,etc.)from the U.S.FWS or the NUTS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species,where"take"means to harass,harm,pursue,hunt,shoot,wound,kill,trap,capture,or collect,or to attempt to engage in any such conduct.The word"harm"in the definition of"take"means an act which actually kills or injures wildlife.Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns,including breeding,feeding or sheltering. (f)Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S.FWS and NMFS or their world wide web pages at http://www.fws.gov/or http://www.fws.gov/ipao and http://www.noaa.gov/fisheries.htrnl respectively. 5 19.Migratory Birds and Bald and Golden Eagles.The permittee is responsible for obtaining any"take" permits required under the U.S.Fish and Wildlife Service's regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act.The permittee should contact the appropriate local office of the U.S.Fish and Wildlife Service to determine if such"take"permits are required for a particular activity. 20.Historic Properties.(a)In cases where the district engineer determines that the activity may affect properties listed,or eligible for listing,in the National Register of Historic Places,the activity is not authorized,until the requirements of Section 106 of the National Historic Preservation Act(NHPA)have been satisfied. (b)Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements.The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity,or whether additional section 106 consultation is necessary. (c)Non-federal permittees must submit a pre-construction notification to the district engineer ifthe authorized activity may have the potential to cause effects to any historic properties listed on,determined to be eligible for listing on,or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities,the pre-construction notification must ; state which historic properties may be affected by the proposed.work or include a vicinity map indicating the-location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer,as appropriate,and the National Register of Historic Places(see 33 CFR 330A(g)).When reviewing pre-construction notifications,district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act.The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts,which may include background research,consultation,oral history interviews,sample field investigation,and field survey. Based on the information submitted and these efforts,the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties.Where the non-Federal applicant has identified historic properties on which the activity may have the potential to cause effects and so notified the Corps,the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties(see 36 CFR§800.3(a)). If NHPA section 106 consultation is required and will occur,the district engineer will notify the non-Federal applicant that he or she cannot begin work until'Section 106 consultation is completed.If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section l 10k of the NHPA(16 U.S.C.470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who,with intent to avoid the requirements of Section 106 of the NHPA,has intentionally significantly adversely affected a historic property to which the permit would relate,or having legal power to prevent it,allowed such significant adverse effect to occur,unless the Corps,after consultation with the Advisory Council on Historic Preservation(ACHP),determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance,the Corps is required to notify.the ACHP and provide documentation specifying the circumstances,the degree of damage to the integrity of any historic properties affected,and proposed mitigation. This documentation must include any views obtained from the applicant,SHPOITHPO,appropriate Indian tribes if the 6 undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes,and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains.and Artifacts. If you discover any previously unknown historic,cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit,you must immediately notify the district engineer of what you have found,and to the maximum extent practicable,avoid construction activities that may affect the remains and artifacts until the required coordination has been completed.The district engineer will initiate the Federal,Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22.Designated Critical Resource Waters.Critical resource waters include,NOAA-managed marine sanctuaries and marine monuments,and National Estuarine Research Reserves.The district engineer may designate,after notice and opportunity for public comment,additional waters officially designated by a state as having particular environmental or ecological significance,such as outstanding national resource waters or'state natural heritage sites.The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a)Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,44,49,50,51,and 52 for any activity within,or directly affecting,critical resource waters,including wetlands adjacent to such waters. (b)For NWPs 3, 8, 10, 13, 15, 18, 19,22,230 25,27,28,30,33,34,36,37,and 38,notification is required in accordance with general condition 31,for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters.The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will'be no more than minimal. 23. iti ti .The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a)The activity must be designed and constructed to avoid and minimize adverse effects,both temporary and permanent,to waters of the United States to the maximum extent practicable at then project site(i.e.,on site). (b)Mitigation in all its forms(avoiding,minimizing,rectifying,reducing,or compensating for resource losses)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are*minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that excceed 1/10-acre and require pre-construction notification,unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal,and provides a project-specific waiver of this requirement.For wetland losses of 1/1 0-acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment.Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332.(1)The prospective permittee is responsible for proposing an appropriate compensatory mitigation option.if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment.(2)Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced,wetland restoration should be the first compensatory mitigation option considered.(3)If permittee-responsible mitigation is the proposed option,the prospective permittee is responsible for submitting a mitigation plan.A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request,but a final mitigation plan that addresses the applicable requirements of 33 CFR 332A(c)(2)—(14)must be 7 f approved by the district engineer before the permittee begins work in waters of the United States,unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation(see 33 CFR 332.3(k)(3)). (4)If mitigation bank or in-lieu fee program credits are the proposed option,the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5)Compensatory mitigation requirements(e.g.,resource type and amount to be provided as compensatory mitigation,site protection,ecological performance standards,monitoring requirements) may be addressed through conditions added to the NWP authorization,instead of components of a compensatory mitigation plan. (d)For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation,such as stream rehabilitation,enhancement,or preservation,to ensure that the activity results in minimal adverse effects on the aquatic environment. (e)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs.For example,if an NWP has an acreage limit of 1/2-acre,it cannot be used to authorize any project resulting in the loss of greater than 1/2-acre of waters of the United States,even if compensatory mitigation is provided that replaces or restores some of the lost waters.However, compensatory mitigation can and should be used,as necessary,to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment,maintenance,and legal protection(e.g., conservation easements)of riparian areas next to open waters.In some cases,riparian areas may be the only compensatory mitigation required.Riparian areas should consist of native species.The width of the required riparian area will address documented water quality or aquatic habitat loss concerns.Normally, the riparian area will be 25 to 50 feet wide-on each side of the stream,but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns.If it is not possible to establish a riparian area on both sides of a stream,or if the waterbody is a lake or coastal waters,then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site,the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands compensation)based on what is best for the aquatic environment on a watershed basis.In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation,the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g)Permittees may propose the use of mitigation banks,in-lieu fee programs,or separate permittee- responsible mitigation.For activities resulting in the loss of marine or estuarine resources,permittee- responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee.For permittee-responsible mitigation,the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project,and,if required,its long-term management. (h)Where certain functions and services of waters of the United States are permanently adversely affected,such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the minimal level. t 24. Safety of Impoundment Structures.To ensure that all impoundment structures are safely designed, the district engineer may require non-Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons.The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons,and appropriate modifications made to ensure safety. 8 i, 25.Water Quality.Where States and authorized Tribes,or EPA where applicable,have not previously certified compliance of an NWP with CWA Section 401,individual 401 Water Quality Certification must be obtained or waived(see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26.Coastal Zone Management.In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence,an individual state coastal zone management consistency concurrence must be obtained,or a presumption of concurrence must occur(see 33 CFR 330.4(d)).The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27.Regional and Case-By-Case Conditions.The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state,Indian Tribe,or U.S.EPA in its section 401 Water Quality Certification,or by the state in its Coastal Zone Management Act consistency determination. 28.Use of Multiple Nationwide Permits:The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit.For example, if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 29.Transfer of Nationwide Permit Verifications.If the permittee sells the property associated with a nationwide permit verification,the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer.A copy of the nationwide permit verification must be attached to the letter,and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred,the terms and conditions of this nationwide permit,including any special conditions,will continue to be binding on the new owner(s)of the property.To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions,have the transferee sign and date below." (Transferee) (Date) 30.Compliance Certification.Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee-responsible mitigation,including the achievement of ecological performance standards,will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include:(a)A statement that the authorized work was done in accordance with the NWP authorization,including any general,regional,or activity-specific conditions;(b)A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions.If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements,the certification must include the documentation required by 33 CFR 332.3(1)(3)to confirm that the permittee secured the appropriate number and resource type of credits;and(c)The signature of the permittee certifying the completion of the work and mitigation. 9 1 I 31.Pre-Construction Notification.(a)Timing.Where required by the terms of the MR,the prospective permittee must notify the district engineer by submitting a pre-construction notification(PCN)as early as possible.The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and,if the PCN is determined to be incomplete,notify the prospective permittee within that.30 day period to request the additional information necessary to make the PCN complete.The request must specify the information needed to make the PCN complete.As a general rule,district engineers will request additional information necessary to make the PCN complete only once.However,if the prospective permittee does not provide all of the requested information,then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer.The prospective permittee shall not begin the activity until either:(1)He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer;or(2)45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer.However;if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project,or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties,the permittee cannot begin the activity until receiving written notification from the Corps that there is"no effect"on listed species or"no potential to cause effects"on.historic properties,or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(f))and/or Section 106 of the National Historic Preservation(see 33 CFR 330.4(g))has been completed.Also,work cannot begin under NWPs 21,49,or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP,the permittee may not begin the activity until the district engineer issues the waiver.Uthe district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN,the permittee cannot begin the activity until an individual permit has been obtained. Subsequently,the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(dx2). (b)Contents of Pre-Construction Notification:The PCN must be in writing and include the following information:(1)Name,address and telephone numbers of the prospective permittee;(2)Location of the proposed project;(3)A description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause,including the anticipated amount of loss of water of the United States expected to result from the NWP activity,in acres,linear feet,or other appropriate unit of measure;any other NWP(s),regional general permit(s),or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity.The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided'when necessary to show that the activity complies with the terms of the NWP.(Sketches usually clarify the project and when provided results in a quicker decision.Sketches should contain sufficient detail to provide an illustrative description of the proposed activity(e.g.,a conceptual plan),but do not need to be detailed engineering plans);(4)The PCN must include a delineation of wetlands,other special aquatic sites,and other waters,such as lakes and ponds,and perennial,intermittent,and ephemeral streams,on the project site.Wetland delineations must be prepared in accordance with the current method required by the Corps.The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site,but there may be a delay if the Corps does the delineation,especially if the project site is large or contains many waters of the United States.Furthermore,the 45 day period will not start until the delineation has been submitted to or completed by the Corps,as appropriate;(5)If the proposed activity will result in the loss of greater than 1/1 0-acre of wetlands and a PCN is required,the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied,or explaining why the adverse effects are minimal and why compensatory mitigation should not be required. 10 As an alternative,the prospective permittee may submit a conceptual or detailed mitigation plan.(6)If any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat,for non-Federal applicants the PCN must include the name(s)-of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work.Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act;and(7)For an activity that may affect a historic-property listed on,determined to be eligible for listing on,or potentially eligible for listing on,the National Register of Historic Places,for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property.Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c)Form of Pre-Construction Notification:The standard individual permit application form(Form ENG 4345)may be used,but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs(b)(1)through(7)of this general condition.A letter containing the required information may also be used. (d)AMngy Coordination:(1)The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level.(2) For all NWP activities that require pre-construction notification and result in the loss of greater than 1/2- acre of waters of the United States,for NWP 21,29,39,40,42,43,44,50,51,and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed,and for all NWP 48 activities that require pre-construction notification,the district engineer will immediately provide(e.g.,via e-mail,facsimile transmission, overnight mail,or other expeditious manner)a copy of the complete PCN to the appropriate Federal or state offices(U.S.FWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO)or Tribal Historic Preservation Office(THPO),and,if appropriate,the NMFS).With the exception of NWP 37,these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive,site-specific comments.The comments must explain why the agency believes the adverse effects will be more than minimal.If so contacted by an agency,the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification.The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs,including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal.The district engineer will provide no response to the resource agency,except as provided below.The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource-agencies'concerns were considered.For NWP 37,the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur.The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified,suspended,or revoked in accordance with the procedures at 33 CFR 330.5.(3)In cases of where the prospective permittee is not a Federal agency,the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations,as required by Section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act.(4) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre- construction notifications to expedite agency coordination. District Engineer's Decision 1.In reviewing thi PCN for the proposed activity,the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contraq to the public interest. For a linear project,this determination 11 will include an evaluation of the individual crossings to determine whether they individually satisfy the terms and conditions of the N WP(s),as well as the cumulative effects caused by all of the crossings authorized by NWP.If an applicant requests a waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit,as provided for in NWPs 13,21,29, 36,39,40,42,43,44,50,51 or 52,the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects I determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors,such as the environmental setting in the vicinity of the NWP activity,the type of resource that will be affected by the NWP activity,the functions provided by the aquatic resources that will be affected by the NWP activity,the degree or magnitude to which the aquatic resources perform those functions,the extent that aquatic resource functions will be lost as a result of the NWP activity(e.g.,partial or complete loss),the duration of the adverse effects(temporary or permanent),the importance of the aquatic resource functions to the region (e.g.,watershed or ecoregion),and mitigation required by the district engineer.If an appropriate functional assessment method is available and practicable to use,that assessment method may be used by the district engineer to assist in the minimal adverse effects determination.The district engineer may add case-specific special conditions to the NWP authorization to address site-specific environmental concerns. 2.If the proposed activity requires a PCN and will result in a loss of greater than 1/1 0-acre of wetlands,the prospective permittee should submit a mitigation proposal with the PCN.Applicants may also propose compensatory mitigation for projects with smaller impacts.The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal.The compensatory mitigation proposal may be either conceptual or detailed.If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,after considering mitigation,the district engineer will notify the permittee and include any activity-specific conditions in the NWP verification the district engineer deems necessary.Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k).The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States,unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation.If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the district engineer will expeditiously review the proposed compensatory mitigation plan.The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal,the district engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP,including any activity-specifie conditions added to the NWP authorization by the district engineer. 3.If the district engineer determines that the adverse effects of the proposed work are more than minimal,then the district engineer will notify the applicant either.(a)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit;(b)that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level;or(c)that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period, with activity-specific conditions that state the mitigation requirements.The authorization will include the 12 necessary conceptual or detailed mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level.When mitigation is required,no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. Further Information 1.District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other federal,state,or local permits,approvals,or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4.NWPs do not authorize any injury to the property or rights of others. 5.NWPs do not authorize interference with any existing or proposed Federal project. C. CORPS SEATTLE DISTRICT REGIONAL GENERAL CONDITIONS 1. Aquatic Resources Requiring Special Protection. Activities resulting in a loss of waters of the United States in a mature forested wetland,bog,bog-like wetland,aspen-dominated wetland,alkali wetland, wetlands in a dunal system along the Washington coast,vernal pools,camas prairie wetlands,estuarine wetlands,and wetlands in coastal lagoons cannot be authorized by a NWP,except by the following NWPs: NWP 3—Maintenance NWP 20—Oil Spill Cleanup NWP 32—Completed Enforcement Actions NWP 38—Cleanup of Hazardous and Toxic Waste In order to use one of the above-referenced NWPs in any of the aquatic resources requiring special protection,you must submit a pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre-Construction Notification)and obtain written approval before commencing work. 2.Commencement Bay. The following NWPs may not be used to authorize activities located in the Commencement Bay Study Area(see Figure l at www,nws.usace.army.mil,select Regulatory Permits then Permit Guidebook,then Nationwide Permits)requiring Department of the Army authorization: NWP 12—Utility Line Activities(substations) NWP 13—Bank Stabilization NWP 14—Linear Transportation Projects NWP 23—Approved Categorical Exclusions NWP 29—Residential Developments NWP 39—Commercial and Institutional Developments NWP 40—Agricultural Activities NWP 41—Reshaping Existing Drainage Ditches NWP 42--Recreational Facilities NWP 43—Stormwater Management Facilities 3.New Bank Stabilization Prohibition Areas in Tidal Waters of Puget Sound.Activities involving new bank stabilization in tidal waters in Water Resource Inventory Areas(WRIAs)8,9, 10, 11,and 12(within 13 the specific area identified on-Figure 2 at www.nws.usace.arrny.mil,select Regulatory Permits then Permit Guidebook,then Nationwide Permits)cannot be authorized by a NWP. 4. Bank Stabilization.Any project including new or maintenance bank stabilization activities requires pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 for Pre-Construction Notification. This requirement does not apply to maintenance work I exempt by 33 CFR 323.4(ax2). Each notification must also include the following information: a.Need for the work,including the cause of the erosion and the threat posed to structures, infrastructure,and/or public safety. The notification must also include a justification for the need to place fill or structures waterward of the line of the Corps'jurisdiction(typically,the ordinary high water mark or mean higher high water mark). t b.Current and expected post-project sediment movement and deposition patterns in and near the project area. In tidal waters,describe the location and size of the nearest bluff sediment sources(feeder bluffs)to the project area and current and expected post-project nearshore drift patterns in the project area. c.Current and expected post-project habitat conditions,including the presence of fish,wildlife and plant species,submerged aquatic vegetation,spawning habitat,and special aquatic sites(e.g.,vegetated shallows,riffle and pool complexes,or mudflats)in the project area. d.In rivers and streams,an assessment of the likely impact of the proposed work on upstream, downstream and cross-stream properties(at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream bend of the watercourse). Discuss the methodology used for determining effects. The Corps reserves the right to request an increase in the reach assessment area to fully address the relevant ecological reach and associated habitat. e.For new bank stabilization activities in rivers and streams,describe the type and length of existing bank stabilization within 300 feet up and downstream of the project area.In tidal areas,describe the type and length of existing bank stabilization within 300 feet along the shoreline on both sides of the project area. f.Demonstrate the proposed project incorporates the least environmentally damaging practicable bank protection methods.These methods include,but are not limited to,the use of bioengineering, biotechnical design,root wads,large woody material,native plantings,and beach nourishment in certain circumstances. If rock must be used due to site erosion conditions,explain how the bank stabilization structure incorporates elements beneficial to fish. If the Corps determines you have not incorporated the least environmentally damaging practicable bank protection methods and/or have not fully compensated for impacts to aquatic resources,you must submit a compensatory mitigation plan to compensate for impacts to aquatic resources. g.A planting plan using native riparian plant species unless the applicant demonstrates a planting plan is not appropriate or not practicable. 5.Crossings of Waters of the United States. Any project including installing,replacing,or modifying crossings of waters of the United States,such as culverts,requires pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 for Pre-Construction Notification. This requirement does not apply to maintenance work exempt by 33 CFR 323.4(a)(2). Each notification must also include the following information: 14 a.Need for the crossing. b.Crossing design criteria and design methodology. c.Rationale behind using the specific design method for the crossing. 6. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer within 24 hours if,during the course of conducting authorized work,human burials, cultural resources,or historic properties,as identified by the National Historic Preservation Act,are discovered. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C,the National Historic Preservation Act,and other pertinent laws and regulations could result in a violation of state and federal laws.Violators are subject to civil and criminal penalties. 7. Essential Fish Habitat. An activity which may adversely affect essential fish habitat,as identified under the Magnuson-Stevens Fishery Conservation and Management Act(MSA),may not be authorized by NWP until essential fish habitat requirements have been met by the applicant and the Corps. Non- federal permittees shall notify the District Engineer if essential fish habitat may be affected by,or is in the vicinity of,a proposed activity and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s)of essential fish habitat(e.g.,Pacific salmon, groundfish,and/or coastal-pelagic species)managed by a Fishery Management Plan that may be affected. Information about essential fish habitat is available at www.nwr.noaa.gov/. 8. Vegetation Protection and Restoration. Permittees must clearly mark all construction area boundaries before beginning work. The removal of native vegetation in riparian areas and wetlands,and the removal of submerged aquatic vegetation in estuarine and tidal areas must be avoided and minimized to the maximum extent practicable. Areas subject to temporary vegetation removal shall be replanted with appropriate native species by the end of the first planting season following the disturbance except as waived by the District Engineer.If an aquaculture area is permitted to impact submerged aquatic vegetation under NWP 48,the aquaculture area does not need to be replanted with submerged aquatic vegetation. 9. Access.You must allow representatives of this office to inspect the authorized activity at any time deemed necessary to ensure the work is being,or has been,-accomplished in accordance with the terms and conditions of your permit. 10. Contractor Notification of Permit Requirements.The pennittee must provide a copy of the nationwide permit verification letter,conditions,and permit drawings to all contractors involved with the authorized work,prior to the commencement of any work in waters of the U.S. D. CORPS REGIONAL SPECIFIC CONDITIONS FOR THIS NWP 1. For projects subject to pre-construction notification,the notification must explain why the loss is necessary and show how it would be fully offset by the beneficial impacts of the project. The notification must describe pre-project site conditions(including photographs),general wetland and other aquatic functions the site provides,benefits anticipated from project construction,and proposed maintenance and monitoring plans. 2. The permittee must submit a pre-construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre-Construction Notification)for any proposed project located 15 in a Department of the Army permit compensatory mitigation site,Comprehensive Environmental Response,Compensation and Liability Act(Superfund)site,Resource Conservation and Recovery Act hazardous waste clean-up site,or Washington State Model Toxics Control Act clean-up site. E. STATE 401 CERTIFICATION GENERAL CONDITIONS: 1. For in-water construction activities. Individual 401 review is required for projects or activities authorized under NWPs that will cause,or be likely to cause or contribute to an exceedence of a State water quality standard(WAC 173-201A)or sediment management standard(WAC 173-204). Note:State water quality standards are posted on Ecology's website: http://www.ecy.wagov/programsfwq/swgsI Click "Surface Water Criteria"forfreshwater and marine water standards.Sediment management standards are posted on Ecology's website: http.lAvww.ecy.wagov/bibliofwac173204.htmI Information is also available by contacting Ecology's Federal Permit staff. 2. Projects or Activities Discharging to Impaired Waters. Individual 401 review is required for projects or activities authorized under NWPs if the project or activity will occur in a 303(d)listed segment of a waterbody or upstream of a listed segment and may result in further exceedences of the ` specific listed parameter. Note. To determine#your project or activity is Ina 303(d)listed segment of a waterbody, visit Ecology's Water Quality A ssessment webpage for maps and search tools, hup:l9www.ecy wa.gov/programs/wq/303d/2008I Information is also available by contacting Ecology's Federal Permit staff. 3. Notification. For projects or activities that will require Individual 401 review,applicants must provide Ecology with the same documentation provided to the Corps(as described in Corps Nationwide Permit General Condition 31,Pre-Construction Notification),including,when applicable: (a) A description of the project,including site plans,project purpose,direct and indirect adverse environmental effects the project would cause,and any other Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating form.Wetland rating forms are subject to review and verification by Ecology staff. Note: Wetland rating forms are available on Ecology's Wetlands website: hitp.11www.ecy.wa.gov/programs/sea/wetlands/ratingsystems or by contacting Ecology's Federal Permit staff. (c) A statement describing how the mitigation requirement will be satisfied.A conceptual or detailed mitigation or restoration plan may be submitted. Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State,Parts l and 2(Ecology Publications#06-06- 011 a and#06-06-011 b). 16 (d) Coastal Zone,Management Program"Certification of Consistency"Form if the project is located within a coastal county(Clallam,Grays Harbor;Island,Jefferson,King,Kitsap,Mason,Pacific, Pierce,San Juan,Skagit, Snohomish,Thurston,Wahkiakum,and Whatcom counties). Note:CZMCertif�cation of Consistencyforms are available on Ecology's Federal Permit website:http.19www.ecy.wa.gov/programs/sea/fed permit/index.html or by contacting Ecology's Federal Permit staff. (e) Other applicable requirements of Corps Nationwide Permit General Condition 31,Corps Regional Conditions,or notification conditions of the applicable NWP. Note:Ecology has 180 days from receipt of applicable documents noted above and a copy of the fmal authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program to issue a WQC and CZMconsistency determination response. If more than 180 days pass after Ecology's receipt of these documents,your requirement to obtain an individual WQC and CZMconsistency determination response becomes waived. 4. Aquatic resources requiring special protection. Certain aquatic resources are unique,difficult-to- replace components of the aquatic environment in Washington State. Activities that would affect these resources must be avoided to the greatest extent possible. Compensating for adverse impacts to high value aquatic resources is typically difficult,prohibitively expensive,and may not be possible in some landscape settings. Individual 401 review is required for activities in or affecting the following aquatic resources(and not prohibited by Regional Condition 1): (a)Wetlands with special characteristics(as defined in the Washington State Wetland Rating Systems forwestern and eastern-Washington,Ecology Publications#04-06-025 and#04-06-015): • Estuarine wetlands • Natural Heritage wetlands • Bogs • Old-growth and mature forested wetlands • Wetlands in coastal lagoons • Interdunal wetlands • Vernal pools • Alkali wetlands (b)Fens,aspen-dominated wetlands,camas prairie wetlands,and marine water with eelgrass(Zwtera marina)beds(except for NWP 48). (c)Category l wetlands (d)Category II wetlands with a habitat score?29 points. Ibis State General Condition does not apply to the following Nationwide Permits: NWP 20—Response Operations for Oil and Hazardous Substances NWP 32--Completed Enforcement Actions 17 5. Mitigation. For projects requiring Individual 401 review,adequate compensatory mitigation must be provided for wetland and other water quality-related impacts of projects or activities authorized under the NWP Program. (a) Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State,Parts 1 and 2(Ecology Publications#06-06- 011a and#06-06-01 lb)and shall,at a minimum,include the following: i. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. ii. The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded) iii. The rationale for the mitigation site that was selected iv. The goals and objectives of the compensatory mitigation project v. How the mitigation project will be accomplished,including construction sequencing,best management practices to protect water quality, proposed performance standards for measuring success and,the proposed buffer widths vi. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub- shrub wetlands, 10 years of monitoring will often be necessary. vii. How the compensatory mitigation site will be legally protected for the long term. Refer to Wetland Mitigation in Washington State—Part 2: Developing Mitigation Plans(Ecology Publication#06-06-01 lb)for guidance on developing mitigation plans. Ecology encourages the use of alternative mitigation approaches,including advance mitigation and other programmatic approaches such as mitigation banks and programmatic mitigation areas at the local level. If you are interested in proposing use of an alternative mitigation approach,consult with the appropriate Ecology regional staff person.(see http://www.ecy.wa.gov/programs/sea/wetiands/contacts.htm) Information on the state wetland mitigation banking program is available on Ecology's website: http://www.ecy.wa.gov/programs/sea/wetlands/mitigation/bankinglindex.htmi 6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or other waters of the State for more than 90 days,unless the applicant has received written approval from Ecology. Note:This State General Condition does not apply to projects or activities authorized under NWP 33, Temporary Construction,Access,and Dewatering 7. Stormwater discharge pollution prevention:All projects that involve land disturbance or impervious surfaces must implement prevenition or control measures to avoid discharge of pollutants in stormwater runoff to waters of the state.For land disturbances during construction,the permittee must obtain and implement permits where required and follow Ecology's current stormwater manual. 18 Note:Stormwater permit information is available at Ecology's Water Quality website: http://www,ecy.wa.gov/programsfwq/stormwater/index.html.Ecology's Stormwater Management and Design Manuals are available at: http://w►yw.ecy.wa.gov/programs/wq/stormwater/municipal/StrmwtrMamkml. Information is also available by contacting Ecology's Federal Permit staff. S. State Certification for PCNs not receiving 45-day response.In the event the U.S.Army Corps of Engineers does not respond to a complete pre-construction notification within 45 days,the applicant must contact Ecology for Individual 401 review. F. STATE 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP:Certified-subject to conditions. Permittee must meet Ecology 401 General Conditions. Individual 401 review is required for projects or activities authorized under-this NWP if. 1. The project or activity involves fill in tidal waters. 2. The projector activity affects'/acre or more of wetlands. G. EPA 401 CERTIFICATION GENERAL CONDITIONS: A.Any activities in the following types of wetlands and waters of the United States will need to apply for an individual 401 certification: Mature forested wetlands,bogs,bog-like wetlands,wetlands in dunal systems along the Washington coast,coastal lagoons,vernal pools,aspen-dominated wetlands,alkali wetlands,camas prairie wetlands,estuarine wetlands,including salt marshes,and marine waters with eelgrass or kelp beds. B.A 401 certification determination is based on the project or activitymeeting established turbidity levels.The EPA will be using as guidance the state of Washington's water quality.standards[WAC 173- 201a]and sediment quality standards[WAC 1732041.Projects or activities that are expected to exceed these levels or that do exceed these levels will require an individual 401 certification. The water quality standards allow for short-term turbidity exceedances after all necessary Best Management Practices have been implemented(e.g.,properly placed and maintained filter fences,hay bales and/or other erosion control devices,adequate detention of runoff to prevent turbid water from flowing off-site,providing a vegetated buffer between the activity and open water,etc.),and only up to the following limits: Wetted Stream Width at Discharge Point Approximate Downstream Point for Determining Com fiance Up to 30 feet 50 feet >30 to 100 feet 100 feet >100 feet to 200 feet 200 feet >200 feet 300 feet LAKE,POND,RESERVOIR Lesser of 100 feet or maximum surface dimension C.401 certification of projects and activities under NWPs will use,Washington State Department of Ecology's most recent stormwater manual or an EPA approved equivalent manual as guidance in meeting water quality standards. 19 • i I D.For projects and activities requiring coverage under an NPDES permit,certification is based on compliance with the requirements of that permit.Projects and activities not in compliance with NPDES requirements will require individual 401 certification. E.Individual 401 certification is required for projects or activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies(the 303(d)List)and the discharge may result in further exceedance of a specific parameter the waterbody is listed for.The EPA shall make this determination on a case-by-case basis. For projects or activities that will discharge to a 303(d)-listed waterbody that does not have an approved Total Maximum Daily Load(TMDL)or an approved water quality management plan,the applicant must provide documentation for EPA approval showing that the discharge will not result in further exceedance of the listed contaminant or impairment. For projects or activities that will discharge to a 303(d)-listed waterbody that does not have an approved TMDL,the applicant must provide documentation for EPA approval showing that the discharge is within the limits established in the TMDL.The current list of 303(d)-listed waterbodies in Washington State will be consulted in making this determination and is available on Ecology's web site at: www.ecy.wa.gov/programs/wq/303d/2012/index.htmi The EPA may issue 401 certification for projects or activities that would result in further exceedance or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody.This determination would be made during individual 401 certification review. F.For projects requiring individual 401 certification,applicants must provide the EPA with the same documentation provided to the Corps,(as described in Corps'National General Condition 31,Pre- Construction Notification),including,when applicable: (a) A description of thei project,including site plans,project purpose,direct and indirect adverse environmental effects the;project would cause,any other U.S.Department of the Army permits used or intended to use to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States.Wetland delineations must be prepared in accordance with the current method required by the Corps. (c) A statement describing how the mitigation requirement will be satisfied.A conceptual or detailed mitigation or restoration plan may be submitted. (d) Other applicable requirements of Corps National General Condition 31,Corps Regional Conditions,or notification conditions of the applicable NWP. A request for individual 401 certification-review is not complete until the EPA receives the applicable documents noted above and the EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. G.No activity,including structures and work in navigable waters of the United States or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.) and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). 20 H.An individual 401 certification is based on adequate compensatory mitigation being provided for aquatic resource and other water quality-related impacts of projects or activities authorized under the NWP Program. A 401 certification is contingent upon written approval from the EPA of the compensatory mitigation plan for projects and activities resulting in any of the following: • impacts to any aquatic resources requiring special protection(as defined in EPA General Condition A or Corps General Regional Condition 1) • any impacts to tidal waters or non-tidal waters adjacent to tidal waters(applies to NWP 14) • Or,any impacts to aquatic resources greater thin'/a acre. Compensatory mitigation plans submitted to the EPA shall be based on the Joint Agency guidance provided in Wetland Mitigation in Washington State,Parts I and 2(Ecology Publication#06-06-01 la and#06-06-01 lb)and shall,at a minimum,include the following: (1) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. (2)The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded) (3)The rationale for the mitigation site that was selected (4)The goals and objectives of the compensatory mitigation project (5)How the mitigation project will be accomplished,including proposed performance standards for measuring success(including meeting planting success standard of 80 percent survival after five years),evidence for hydrology at the mitigation site,and the proposed buffer widths; (6)How it will be maintained and monitored to assess progress towards goals and objectives. (7)Completion and submittal of an"as-built conditions report"upon completion of grading, planting and hydrology establishment at the mitigation site; (8)Completion and submittal of monitoring reports at years 3 and 5 showing the results of monitoring for hydrology,vegetation types,and aerial cover of vegetation. (9)For forested and scrub-shrub wetlands, 10 years of monitoring will often be necessary. (10)Documentation of legal site protection mechanism(covenant or deed restriction)to show how the compensatory mitigation site will be legally protected for the long-term. I.An individual 401 certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days.The 90 day period begins when filling activity starts in the wetland or other waterbody. J.An individua1401 is required for any proposed project or activity in waterbodies on the most current list of the following Designated Critical Resource Waters(per Corps General Condition 22). K.An individual 401 certification is required for any proposed project that would increase.permanent, above-grade fill within the 100 year floodplain(including the floodway and the flood fringe). [Note:The 100-year floodplain is defined as those areas identified as Zones A,Al-30,AE,AK AO,A99,V,V 1-30,and VE on the most current Federal Emergency Management Agency Flood Rate Insurance Maps,or areas identified as within the 100 year floodplain on applicable local Flood Management Program maps.The 100 year flood is also known as the flood with a 100-year recurrence interval,or as the flood with an exceedance probability of 0.01.] 21 H. EPA 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP: Partially denied without prejudice. Permittee must meet EPA 401 General Conditions. An individual 401 review is required for projects authorized under this NWP if 1. The project or activities impact greater than'/s acre,or 2. Any activity in tidal wetlands or waters,or 3. Any project that involves shellfish seeding activities. I. COASTAL ZONE MANAGEMENT CONSISTENCY RESPONSE FOR THIS NWP: Concur subject to the following condition: When individual 401 review by Ecology is triggered,a CZM Certification of Consistency form must be submitted for projects located within the 15 coastal counties(see State General 401 Condition 3(Notification)). 22 amec, 2.1.11 Site Soils Soils at the site were investigated to a total depth of 15 feet below ground surface (bgs) through test pitting. Four test pits (TP-01 through TP-04)were excavated at the site (Figure 3) in locations preselected to.characterize locations where soil will be excavated and where soil will be filled in. Soils were logged by observing samples taken from the excavator buckets, and depths to various soil layers were measured down from ground Surface using a measuring tape. Three soils types were encountered during the test pitting activities and they are discussed in more detail below. • Top Soil: This is the uppermost unit and is present at all four test pit locations. The top Soil unit ranges in thickness from 1.5 to 5 feet. In general, this unit is classified as silty sand (SM), dry, light brown, moderately loose with roots. The unit is approximately 65 percent sand and 35 percent fines with the sand being fine to medium. • Silty Sand: This unit is about 8 feet thick at both locations were it is encountered, TP-01 and TP-02. In general, this unit is classified as silty sand (SM), moist, brown to orange brown with oxidation mottling, and moderately dense. The unit is approximately 60 percent sand and 40 percent fines with the sand being fine to medium. • Sand: This is the lowermost unit and is present at all four test pit locations. The thickness of this unit is unknown as it was not fully penetrated in any of the test pits. In general, t'his unit is classified as sand (SP)�, moist to wet, blackish brown, and moderately dense. The unit is 90 percent sand and 10 percent fines with the sand being medium. This unit is very homogeneous where encountered. 2.11.2 Soils—Contaminant Testing and Results The following section describes the sample collection methods and the results from the samples submitted for analysis. 2.1.2.1 Soils—Sample Collection The test pit was excavated using a backhoe operated by staff from the City of Kent, and each test pit was logged and sampled by AMEC staff. All test pits were excavated to a minimum of 12 feet bgs (TP-04) and a maximum of 16 feet bgs (TP-01, TP-02, and TP-03). Soil analytical samples were collected directly from the excavator bucket and placed into laboratory-provided precleaned jars. Samples collected for geotechnical analysis were collected from the excavator bucket and placed into Ziploc bags. Samples were collected every 5 feet starting at ground surface. AMEC Geomatrix, Inc. p:�dty of kent%1381 1-000 mH1crk-greenrvrrestoraUon13OOO reportslfeasibilitysludyC•b2oogVni 47greents-030309.doc 4 cxrar�iecs �wvr��, d ;,!, I�Jfl'1c oaw uo;Nur se ';ua ;ii h OLL 55 p Slid IS3 L 1r++fi��TM��dYlt�#Oki ldt" I lIQS t]C+➢V"SNt]I103S SS073O v3uv 1kanis AdMf1S v^lb'm11s A � rt u01,19301 UPS sscuS —Z" paitaey`,dlues;S'&1eqsrolr9dd e'er Nd Isel Ros 4 I� iYI1rYy"��,�,�����'l'�'��/r✓/r�F�lb j / r ,, F ,�rry, f� �' a u,'. ✓ Xlv+�,/rnu �q /X i� /d✓/ �j�Jlh' /� �i 1 + ijLr/yrr d � �� i 9Y n 1✓i(7/1 � /r r<�r r //i a I + r w � l 1 r 7 1 9 �tlL�a r ��/a�j�✓�j Jlrq 'L�l r�l, r� /�,r � � .,I j'io"'t�',d //i�///✓�(/H��%/'�'��/✓!��%�i,%/ / �'��Y� A Ji`y /��/ rl au ill ����. � ai rXa T7�, r)/ z�i'/ri/��r CZ/ //✓r/�/u l�Yi/uYil sa"l r+r " /°r Jr p� � /. f i r 1�%P,i l r '" a'+��' d/(�✓"y�llj r%�irl f rya X / /rr/�j sl ry/r j° ; l�n�i /I� '� /`I..'y,%/���,'����,����'pr���!>�, r/,,�dy�r;(��/��/,vhrNC ✓'�y/j//h���,irr(%rrX/u(r/,/rr�r ��, y ��/f��, �✓Jr/�///1/r /{0�/ rm � 1(/J /if/l//�-0�/�f/fi �f�n� a '1 %! r,���/i,�`F%%/ />'el✓rH I yI :.7 r 6I !///rid/r I��//�r�i +I�e rrl� + � , - rr i "� ��`'yi ��/� u���1 ,i✓//f IIrJ! ��/1�/� r a � � ,�!,�'/,rl � iow���, �✓+��6iN!°�j��J4a�'�/ � ��p�p��/ li'�iiyy�' 1 w'r' r � r (I h ' ��� i r/i%/%rw''���/�j1 Er%l��/✓��rr/f / r1 1! r y �j i � % !r/�y ! p I'�,��/i i°/�,�i�'�jr/1�� a'Yi��� � ra v rVd � r-a r p+ :,,���I�1'✓4 fr rl: �P�� � 1 r� ! N A. I , � r e a' i fir, NOTES PROJECT: Mill Creek Side Channel/Leber Homestead Property PRE-BID MEETING DATE: Thursday,March 31,2016,9:00 AM 1. INTRODUCTIONS: A Project Manager: Matt Knox B Project Administrator. Paul Kuehne C Project Engineer: Richard Schleicher D Engineer of Record: Mike Mactutis, P.E. The meeting commenced at gam as scheduled. The project team introduced themselves and al/members presentat the meeting exchanged names Isee meeting attendee/istj Z BIDDING INFORMATION: A Bid Due Date:Tuesday,April S,2016, 10:00 am B Construction Schedule: 180 calendar days from issuance of NTP. If not complete,the Project will be winterized by September 30,2016. See KSP section 1-08.6. C At least 1 addenda(um) shall be issued. Bidding information was read aloud as described in Section Z above. Towards the end of the meeting,a bidder asked whether the schedule was based off calendar days or working days,it was clarified the 180 days allotted for this contract are wonfdng days Alex Mur/llo, City of KentEnwronmenta/Engineering Supervisor, explained to bidders that new bid proposal schedule has been assembled and will be issued with Addendum 1,•the new bid proposa/schedu/e is to be used forbidding purposes 3. KEY ISSUES: A Arsenic contamination. Questions on final placement of mixed soil, health and safety, others? Richard Schleicher,,Project Eng/neerfor th/sProject asked Bidders If there were any uncertainties as to where the m/xedproduct may be placed, or any other questions or concerns No questions were asked. Matt Knox explained that contamination was only found on the southern parcel. He mentioned the C/tyhas assumed that the contaminated soil will be stockpiled on the uncontaminated northern parcel, where it will be mixed per KSPsection 2-14. A meeting attendee asked a question related to size ofstockpile and testing frequency. A representative from the C/ty's consultant firm for the arsenic contamination, Crystal Thimsen mentioned that the size of the stockpile would determine the amount of tests necessary. The City clarified it would not pose limitations on the size of the stockpiles Calculations indicate that there will be approximate/y 130 tests, depending on whetherany tests fail and re-testing is necessaryafteradditiona/mixing. Crystal mentioned there is a S day turnaround for test results, with a quicker turnaround possible at higher cost for testing. Pau/Kuehne posed the question as to whether the awarded Contractor could bury the soil on site. Matt Knox clarified this is not an option,as It would require the City to monitor the site for decades to follow. B Road Maintenance Force Account Quantity: It is the City's expectation that the quantity set forth in the bid schedule for force account maintenance of S. 262"d Street will be adequate funding to maintain the road throughout the duration of the Project, and leave the road in a condition suitable for the final overlay. RichardSchleicherposed the genera/statement above in sub-section B. No comments resulted from the statement. It was mentioned that a small business owner operates out of the home on South 262"d Street near the termination atSR 167. His access and access to all homes on South 262 d Street needs to be maintained. It was mentioned that the City plans on utilizing most traffic control hours on West Valley Highway. Note to Bidders Look forward to addendum 1 with changes to paving scope of work. C Any difficulties in sourcing and supplying LWD? Potential bidders did not indicate any diffcu/ties in sourcing and supplying L WD. D Hours of Operation: Hours of operations shall be followed. No equipment shall be turned on before 7:00 am and must be shut down by 6:00 pm Monday through Friday. Weekends and Holiday work hours shall be per KSP section 1-08.4. Requests for extensions of these hours will not be considered by the Project Manager.The construction is adjacent to residential homes on S. 262"d Street and the Contractor needs to be respectful of their space. The big takeaway from discussions on hours of operation is that should the Contractor elect to work on weekends or holidays, these days will NOTcount towards the 180 working days allotted for this Contract Note to Bidders:Please see KSPsection 1-08.4 for more information on holiday and weekend work. A potential bidder asked whether the City would charge overtime for an inspector to work weekends and holidays Paul Kuehne stated that while there is a statementin the Contract that gives the City the right to charge overtime for weekend work, it Is highly unlikely that this charge would be assessed to the Contractor. E Available Staging Area: It is anticipated that the Contractor will use the property where the Work will take place as a staging area. F Dust control will be critical due to contaminated soils and proximity to residents and freeways. Richard Schleicher mentioned that due to contaminated soils and proximity of the project to residents and freeways, the City expects a good effortput towards dust control. A potential bidder asked ho w to quantify the level of effort expected when given a pay item ofM Gal. Note to Bidders Look forward to addendum I with changes to 1XWater"bid item quantity and bid item description. A potentia/bidderasked ifthe City would pay for the hydrantmeter and permit etc. The Citysa/d it would look into the matter further. Note to Bidders See KSPsection 2 07 for information related to water meter deposits and permits A deposit shall be made by the Contractor and is refundable as long as the Contractorreturns the equipmentun-damaged. There willbe no fee associated with this permit G Permits:The following permits have been obtained by the City of Kent: Clean Water Act Section 404,Washington Department of Fish and Wildlife Hydraulic Project Approval (HPA), City of Kent NPDES Permit Shoreline Exemption, State Environmental Policy Act(SEPA) It was clarified that the City will maintain its status as the NMES permit holder throughout the duration of this project. A potential bidder asked a question as to whether the straw wattles shown in the bid schedule are permanent. This was not firmly clarified at the meeting. Note to BiddersAftersoeaking with the 0467 NMES program administrators, the City hereby clarifies thatALL bid Items shown in schedule L41 will be implemented at the direction Of the City. 4. OTHER ISSUES&BIDDER QUESTIONS A. Item No. 1050B unit of measure is Cubic Yard (CY). B. liquidated damages shall be per WSDOT Standard Specifications section 1-08.9. C. All bid items are subject to Washington state sales tax. D. The City has gained an NPDES permit for this project under the City's general stormwater permit. The City will maintain its status as the permit holder throughout the duration of the Project E. Engineer's Opinion of Probable Cost was based off comparable bid numbers and industry expert opinions. F. Seed mix and hydroseed questions have been posed and will be clarified via addendum 1. G. General questions? A potentia/bidder asked whether the City has a dump site available for haul ofsurp/us materials, which the C/ystated it does not A potentialbidderasked whethera hea/th andsafetypermit would be required for this work. Section 2--14 discussesspedf/crequirernents on this topic;howeverithasbeen identified that the Contractorshallsubmi4 for the Ciy's consideration ofapproval,a Work Plan and Site-Specific Health and Safety Plan for the proposed Work. A potentia/bidder asked the question whether the City was implementing a winter shutdown for this project as a result ofrequ/rements set forth from granting agencies or others This is clarified as follows Note to BiddemAt the time the City was uncertain,however upon further research it was determined that there is a working w/ndowset forth in the HPA that requires a shutdown by October/0. It was also discussed that the City believed work at the tie-in location to Mill Creek i.e.in- water work)must be completed byAugust 31st The scheduling requirements are clarified below. Note to Bidders-The exact working window at thetie-in location is described in the Hydraulic ProjectApprova//HPA)(attached as appendix to addendum I). Installation of the large woody debris structure at the mouth of the proposed channel will have to be completed within this working window. Additionally, the HPA sets forth requirements for fish handling,al/costs are to be includedin the Contractor's unitbidprice for'Temporary Creek Exclusion" A potential bidderasked ifthe bid deadline would be extended as a result ofquest/ons posed at the meeting. The CRyinittallystated no,however upon further consideration has elected to extend the bid submittal deadline as described in Addendum I. The same potential bidder asked whether we could determine a final day and time for questions at the meeting. The City elected to clarify this/ester. Note to Bidders•The last day for questions related to this pro�ectisMonday,Apr714"at 5pm Any addendum resulting from additional questions will be distributed by end of business Tuesday,Aprils#'. A potential bidder asked whether there would be tidal influences on this project Matt Knox stated there are no t/dal influences on the green aver above aver mile 18. This project is located atrough/y riverm//e 24. A potential bidder asked what the anticipated NTP for this projectis MattKnaxstated the anticipated date is May 1.3`h 2016. Note to Bidders,The NTP may be issued at a later date. Matt Knox clarified the quantity d/screpancyfrom the plans and bid schedule for hydroseed area was intended to be utilized should a winter shutdo wn be necessary. Potential bidders followed up with more questions related to surplus quant/tyfor other bid items in the bid schedule. Alex Mur/llo stated the City would prefer not to disclose that information. A potential bidder asked whether GAD files would be made available prior to bidding. At the time Richard Sch/e%herstated he would distribute GAD files at the individua/request of the Contractors It has later decided that a few CAD files would be made available via a hyper//nk to a dropbox webpage,-this hyper//nk will appear in addendum 1. It was asked whether the City would survey the project during construction. The City clarified its surveyors would provide survey services for the Work. 5. ADDENDA Addendum No. 1 will be issued by April 1,2016, and include attendance list,meeting notes,answers to questions raised during the meeting,and any changes to the plans and specifications.All addenda must be acknowledged. Please submit any additional questions by end of business April 1, 2016. Note to Bidders' The hard deadline for questions related to this project is MondayApAl o at5pm Attendance List Name: Company: Email: k>\j r4ot) w kc,�ep tv\ 1115" JZ4%oble,14 :T WAyrcs ftoQcf &1%,Sl filw. 61@ ('Clow, Z-6� 74P-4,V1, AC, 0 W 76r;,�671,—iftu I.tVA jere a Eskeb Ta a V,C Maq-@+quvu-COM +0 qgafa Im cw*% ' . Xc 11 aA-1 w � �, ore, a; TAB I NDEX Tab 1 Bidder's Package a Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Health and Safety Plan Tab 7 Contaminated Soil Memo Tab 8 Traffic Control Plans J Tab 9 Project Sign Tab 10 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Mill Creek Side Channel / Leber Homestead Property J Project Number: 08-3018 BIDS ACCEPTED UNTIL April 5, 2016 10 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 J TIMOTHY J. LAPORTE, P.E. �p.�1'wAS �4�, PUBLIC WORKS DIRECTOR O +P� 33215 �9 LISTER 1 sSjoNai.�'� KENT W A 5 H I N 0 T 0 N BIDDER'S NAME Scarsella Bros, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Mill Creek Side Channel Leber Homestead Property Project Number: 08-3018 BIDS ACCEPTED UNTIL April &72016 IMMEDIATELYBID OPENING L DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Cent, WA 98032-5895 TIMOTHY J. LAP'ORTE, P.E. PUBLIC WORKS DIRECTOR KENT WAS H IN GTO N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order J Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions y Kent Standard Plans Health and Safety Plan Contaminated Soil Memo J Traffic Control Plans Project Sign Prevailing Wage Rates Scarsella Bros. Inc. INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through, April§72016 up to 10 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 c delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediatE following 10 a.m. for the City of Kent project named as follows: Mill Creek Side Channel / Leber Homestead Property Project Number: 08-3018 This phased project will create 64,000 SF of floodplain wetland tributary to Mill Creek and the Green River to increase rearing and flood refuge habitat for juvenile salmonids. The project wi excavate 88,000 cubic yards (CY) of earthen material, stockpiling 8,300 CY of soil on-site whilE exporting and disposing of 79,700 CY. The project will also include: 1) Importing and incorporation of two inches of compost into the top 10 inches of finished soils in preparation for planting (by others); 2) Importing and constructing 43 large wood structures; 3) Construction a 700 foot long by 15' wide quarry-spall maintenance road to access the channel bottom; 4) Construction of 300 linear feet of 2-rail wooden split-rail fencing along S. 262"d Ave.; and 5) Maintenance and repair of S. 262"d Ave. The top 12 inches of soil on the southern parcel on the project site contains arsenic levels in excess of the Washington State Department of Ecology (Ecology) action level (20 mg/kg). The project includes mixing the top 12 inches of soil on this southern parcel with approximately 36 inches of clean soil from lower depths (or the northern parcel topsoil) to reduce arsenic levels down below the Ecology action level. A total of 8,000 CY of contaminated soil is present on-sits The contractor will utilize the mixed material on-site or dispose of it off-site. Verification testin. by the City is required prior to disposal or on-site use to confirm that soil arsenic levels are below 20 mg/kg. The Engineer's estimate for this project is approximately $2.0 - $2.25 million Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253- 856-5508. For technical questions, please call Matt Knox at 253-856-5551. The City hereby invites all Contractors to a non-mandatory, pre-bid meeting that will be conducted at the City of Kent Centennial Center located at 400 W. Gowe, Kent, WA on March 3 2016; the meeting will be held in Centennial North and South which is located on the first floor across from the elevators and will begin at 9:00 am. Meeting notes and any addendum resultin from the meeting will be distributed to Contractors on the City's plan holders list for this projec Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa..gov/procurement. Copies of the WSDOT Standard Specifications are availabl for perusal only. i.k^- u,...,..,,.-�. Alv_.... 1 Marrh 17 ?ni r, Scarselia Bros. Inc. A cashier's check, cash, or surety bond in the amount of 5% of the bid must be included with t bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternat or to waive any informalities in the bidding and shall determine which bid or bidders is the mo! 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 previous 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 16th day of March, 2016. �I-,, Ronald F. Moore, ;City Clerk Published in Daily Journal of Commerce on March 22 and 29. 2016 r 'a Scarsella Bros. Inc. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date April 7, 2016 This statement relates to a proposed contract with the City of Kent named Mill Creek Side Channel / Leber Homestead Property Project Number: 08-3018 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. Scarsella Bros. Inc. NAME OF BIDDER BY: eiganature/TZitle Bob Scarsella,VP P.O. Box 68697 Seattle, WA 98168-0697 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Leber Homestead/Knox 1 March 17, 2016 Scarsella Bros. Inc. 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. Dated this 7th day of April , 2016. By: Bob Scarsella For: Scarsella Bros. Inc. Title: Vice President Date: April 7, 2016 Leber Homestead/Knox 2 March 17, 2016 Scarsella Bros. Inc. 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. 1-k-, Myrrh 17 7f11 F. 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 Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Mill Creek Side Channel / Leber Homestead Property/Project Number: 08-3018 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of , 2016. By: For: Title: Date: Leber Homestead/Knox 4 March 17, 2016 Scarsella Bros. Inc. PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Scarsella Bros. Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Mill Creek Side Channel / Leber Homestead Property/Project Number: 08-3018 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO 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. Leber Homestead/Knox 5 March 17, 2016 Scarsella Bros. Inc. SCHEDULE I A: CONTAMINATED SOIL REMEDIATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE �q AMOUNT 1000A 1-09.7(2) 1 Mobilization $ aaQic-ooxc$ aac�,boo'c"o KSP LUMP SUM Per LS 1010A 2-14.5 33,000 Excavation, Mix and Stockpile $ ;�. C3 C $ (C�r� KSP B CU YDS Contaminated Soil Per BCY 1015A 2-14.5 24,700 Haul Offsite and Dispose of KSP C—'-YDS Mixed Soil Per GY B CU YDS BCY 1017A 2-13.5 8,300 Fill Construction of Berms KSP CU YDS A & B Per CY Sub Total $ 1< 130, Co 9.5010 WA State Sales Tax $ 1 O '7 C4(0. Cc, Schedule I A Total $ Leber Homestead/Knox 6 April 1, 2016 Project Number: 08-3018 Scarsella Bros, Inc. SCHEDULE I B -- EARTHWORK AND STREETS ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1040B 2-10.5 55,000 Excavation and Haul of $ S, ("nb $:3C)gn00, 00 KSP B CU YDS Habitat Area Per BCY 1045E 2-10.5 1 Habitat Grading $5,000.00* $5,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1050B 8-02.5 21000 Compost, Including Site $ 30, 0 0 KSP CU YDS Preparation Per SY CY -7948 2-07.5 -1-88 200 WATER $ '40. 00 1055 WS'DO-T M gal Watering.--.Dttst C—entr-ol- Per M gal B KSP 1080E 8-15.5 1 Maintenance Access Road $ 1 .7,S 60.00$ 1-71 KSP LUMP SUM Per LS 1090E 8-01.5 350 Stabilized Construction $ 10100 $ 3,S()0.0() WSDOT SQ YDS Entrance Per SY 1097E 5-04.5 4-20 500 HMA for Full Width Overlay $ '7 C.0 0 $ 35',0 CSC!, N KSP TONS Class 1/2", PG 64-22 Per TON 1098E 5-04.S 1 Road Maintenance $15,000.00* $15,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 1100B 8-12.5 300 Install New Wooden Split-Rail $ 11, 00 $ 3 3 C,C,, c o KSP LN FT Fencing Per LF Leber Homestead/Knox 7 April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE I B - EARTHWORK AND STREETS ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT Sub Total $—_�L •S•5a 3 C,0. 0 b 9.5010 WA State Sales Tax $_ _4.._-'3 Schedule I B Total $ 4 q g, ��3•� Leber Homestead/Knox 8 April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE IV: WATER MANAGEMENT ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4000 7-00.5 1 Temporary Creek Exclusion $ 5 C,CEO,0o $ .5 C)CN,o KSP LUMP SUM Per LS 4010 7-00.5 1 Dewatering $10,000.00* $10,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders Sub Total 1 �, COCj, 0 C, 9.5010 WA State Sales Tax $ 1. q as; O 0 Schedule IV Total $ i(0 L4 Leber Homestead/Knox 9 April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE V: TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 5005 1-10.5 1,000 Traffic Control Labor $39.84* $39,840.00 KSP HOURS Per HR *Common price to all bidders 5010 1-10.5 96 Construction Signs Class A $ 30, ()o $ ws-0,00 WSDOT SQ FT Per SF 5015 1-10.5 20 Traffic Control Supervisor $ (05: C,n $ I, 300,0 0 KSP HOURS Per FIR 5020 1-10.5 1 Temporary Traffic Control $ S0 o.00 $ S 0 0- (?o KSP LUMP SUM Devices Per LS Sub Total $ �, Sa 0. O 0 9.5010 WA State Sales Tax Schedule V Total $ &T "7 Ll Leber Homestead/Knox to April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 7000 8-01.5 9 Seeding, Fertilizing, and $ 121 /0 0. 0) $ c10 00 KSP ACRES Mulching Per AC 7005 8-01.5 2,300 Filter Fabric Fence $ $ C/, C f?� C� c KSP LN FT Per LF 7008 8-12.5 800 High Visibility Construction $ Q,90 $ KSP LN FT Fence Per LF 7010 8-01.5 2,000 Straw Wattles $ 3.0 C> $ KSP LN FT Per LF 7020 8-01.5 1,500 Straw Mulch $ J C' $ , a-S0. 00 KSP SQ YDS Per SY 7025 8-01.5 1000 Clear Plastic Covering $ 3. 00 $ 3 oon. c.o KSP SQ YDS Per SY 7030 8-01.5 5 ESC Lead $ -as G, n0 $ 1, as C , 00 KSP DAYS Per DAY 7035 8-01.5 100 600 Street Cleaning $ ' C 1 $ (0, 00 WSDOT HOURS Per HR 7040 100 W-atettii=�g--9ust---ontrol $ $ VV-SBOT M-g-a-I Per--M-g-al 7050 8-01.5 14,500 Erosion Control Blanket $ -:�.-S'o $ 3�, a.-,-0. C) KSP SQ YDS Per SY Leber Homestead/Knox 11 April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE VII: TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 7055 8-01.5 1 Temporary Erosion/Water $15,000.00* $15,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders All bid items in schedule VII, shall be implemented ONLY per direction given by the City's representatives. Sub Total $ 9.5010 WA State Sales Tax $ Schedule VII Total $ 103 9 G- `7- 3 2- Leber Homestead/Knox 12 Apri) 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. SCHEDULE VIII: RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 8140 8-26.5 27 Wall Engineered Log Jam $ S? 3 C,0,Or, $ a,a4,100, 00 KSP EACH Per EA 8145 8-26.5 10 Habitat Engineered Log Jam $ S,'7�O.00 $ 557, 5-0 0-(10 KSP EACH Per EA 8150 8-26.5 4 Single Log with Rootwad $ 1"SC,0, 00 $ �,0 00. 06 KSP EACH Along Bank Per EA 8155 8-26.5 2 Streambed Grade Control Log $ c', /S0, O0 $ 4131 00,00 KSP EACH Cluster Per EA Sub Total $ :4 0, 0 9.501b WA State Sales Tax Schedule VIII Total $ i. n. =�4 Leber Homestead/Knox 13 April 1, 2016 Project Number: 08-3018 Scarsella Bros. Inc. BID SUMMARY Schedule I A 1 a3 :'O C1�� • �' L� Schedule I B 42 8 , Schedule IV I G�. 4 Schedule V 4 �R q q, q Schedule VII _ 1 03 S'(r '7. ��-- Schedule VIII TOTAL BID AMOUNT -a Scarsella Bros. Inc. CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Mill Creek Side Channel / Leber Homestead Property Project Number: 08-3018 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers -_ Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Bob Scarsella,VP Leber Homestead/Knox 14 March 17, 2016 Scarsella Bros. Inc. SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Scarsella Bros. Inc. Project Name: Mill Creek Side Channel / Leber Homestead Property Project Number: 08-30:18 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, a4A!.r�Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: April 7, 2016 SignXure of Bidder Bobs rsella,VP Date Leber Homestead/Knox 15 March 17, 2016 Scarsella Bros. Inc. CON ® RAC tl OWS (/Q�1�UALIFIC�.A HTION STA EMEN R C O OJ/ 3 9.0 O .3 5 0) THE CITY WILL REVIEW THE CONTRACTOR'S 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. .. ...- I Mir.-h Scarsella Bros. Inc. 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: Scarsella Bros. Inc. NAME: Bob Scarsella, VP ADDRESS: P.O. Box 68697, Seattle, WA 98168-0697 PRINCIPAL OFFICE: Scarsella Bros. Inc. ADDRESS: P.O. Box 68697 Seattle, WA 98168-0697 PHONE: 253-872-7173 FAX: 253-395-1209 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. Attached 1.2 Provide your current state unified business identifier number. 578-035-242 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. Master License Attached Employment Security No. 219,514-00-1 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). Attached Leber Homestead/Knox 17 March 17, 2016 Scarsella Bros. Inc. 2. ORGA►NIZATION 2.1 How many years has your organization been in business as a Contractor? 71 years 2.2 How many years has your organization been in business under its present business name? 58 years 2.2.1 Under what other or former names has your organization operated? Scarsella Bros, 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 06110158 2.3.2 State of incorporation: Washington 2.3.3 President's name: Not used 2.3.4 Vice-president's name(s): A. Don Scarsella, Bob Scarsella, Gino Scarsella 2.3.5 Secretary's name: A. Don Scarsella Rick Scarsella 2.3.6 Treasurer's name: Not Used 2.4 If your organization is a partnership, answer the following: N/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 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: N/A 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. Washington State: SCARSB1183B8 City of Kent: BLC-8809640 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Clearing/grubbing, grading, drainage, sewer, water, bridge work 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No Scarsella Bros. Inc. 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. See attached 4.4.1 State total worth of work in progress and under contract: $570,660,791 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. Attache( 4.5.1 State average annual amount of construction work performed during the past five years: $100 Million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See attached 4.7 On a separate sheet, list your major equipment. See attached 5. REFERENCES 5.1 Trade References: NC Machinery, NW Linings & Geotextile 5.2 Bank Referen ces: Banner Bank, Eric Scroggins, 425-739-1069 7950 164th Ave NE Redmond, WA 98052 5.3 Surety: 5.3.1 Name of bonding company: Liberty Mutual Insurance Company 5.3.2 Name and address of agent: Propel insurance, Jim Binder, 206-948-3819 925 Fourth Ave., Ste. 3200 6. FINANCINGSeattle, WA 98104-1159 6.1 Financial Statement. Will be submitted upon award of contract After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Scarsella Bros. Inc. 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 7th day of April , 2016. Name of Organization: Scarsella Bros. Inc. ZZ By: Bob Scarsella Title: Vice P esident 7.2 Bob Scarsella , 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 7th day of A .••••• -ii2016. Notary Public: � e.1 t%ih, s�$ 07/8py9�•y Patricia F.W& My Commission Expires: 9/8/18i�' ���',Cb•p`� Leber Homestead/Knox 20 March 17, 2016 T)epartinent of Labor and Industries SCARSELLA BROS IN PO Box 44450 ri Reg CG SdkRSBI183B8OlypV UBI 578-035 242 Registered as provided by Law as: Construcfion Contractor (CC01) GENERAL 579 5; SCARSELLA'BROS INC EffectLveDate 128/1.982 P O BOX 68697 p i a-zon Date 5�/7/2017 �N SEATTLE WA 981680697 ° �� ' BUSINESS LICENSE t w: STATE OF ! WAS14INGTON ' t;'•I tF: L 1it_i.. 1, Unified Business ID #: 578 035 242 ,' ` Domestic Profit Corporation Business ID #: 1 N � Location: 1 r+ 'i- j`,'; Expires: 06-30-2016 rK SCARSELLA BROS. INC. jI`:` ���; 8404 S 196TH ST t'r KENT WA 98031 1884 I F; ,! ; TAX REGISTRATION j,' INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE 9f t CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #148236 � f LACEY GENERAL BUSINESS #6172 ` FIFE GENERAL BUSINESS NON-RESIDENT BELLINGHAM GENERAL BUSINESS OLYMPIA GENERAL BUSINESS �;�' l LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. 9itl•�; 4 }j If I ,tl , St7;,. 'I YES x r, IM P4 This document lists the registrations,endorse ments,and licenses authorized for the business named above.By accepting thisdocurnent,IhcIicenseecertifiesIhe information on the appIi cat ion (, was complete,true,and accurate to the best of his or hr_r knowledge,and that business will be Director,Department of Revenue ;t; conducted in compliance with all applicable Washington state,county,and city regulations. L �� rfi,�;�dn���ltr<r v aheavy-Highway040 rr �� � ;� ,4n E ual Cc�nstructlan ,� 9� rtiOpportunity , � fl�� � Era�player-�� ���@,�xnkla,(�Ix�rr mdm April 5, 2016 1. STATUATO Y RE+QUIREMENTS 1.4 STATEMENT To Whom It May Concern: This statement is to certify that Scarsella.Bras., Inc. has not been disqualified lfrorn bidding on any Public works contract wader R!CW 39.06.01.0 or 39.12.05(3) in the Past three (3) years. Should you have any questions or concerns, Please feel free to call. Sincerely, A 7' - c Bob Scarsella Vice President P.O.Box 68697 Seattle,Washington 981.08-0697 Tel. (253) 872-7173 Fax: (253) 395-1209 AK Lie. #3471.4 AZ Lic, #ROC24921.6 A CA Lic. #779354 ^ ID Lic. #1.0394-Unlimit(d-1-2 NIT Lic.#146627 • ND Lic.#44607 • OR Lie.#96884 . UT Lie,#764691.7-5551. NAIA Lie.#SCARSBI183B8 Heavy-Highway � ��w�r m � � oConstruction P qA anal Opportunity� 1 mplayerry�',r'J ��d r'Y�ilf)�.�u��a!`'�1 4. EXPERIENCE 4,6 Construction Experience of Key Individuals: A. Scarsella Bras., Inc. has worked with the City of Kent on several projects. B. The following is a list of Scarsella Bros, Inc. supervisory force, along with their current position/experience and current cornniltments that may be valuable for the work on the Mill Creek Side Channel/Leber Homestead ]property project. I. Ikon Scarsella, Secretary 45 Years' experience, current project con-inlitnnent 5-7 projects. 3. Robert Scarsella, Vice President 40 Years' experience, current project commitment 5-7 projects. . Richard Scarsella, Vice President 35 Years' experience, current project commitment 5-7 projects. 5. Greg Poysky, Project Superintendent. 40 Years' experience on various City, County and Metro projects. Current.Commitment: None at this time P.O.Box 68697 . Seattle,Washington 98168-0697 Tel: (253) 872-7173 • Fax: (253) 395-1209 AK Lie. #3471.4 9 AZ Lie. #ROC249216 ° CA Lic. #779354 ° ID Lie. #10394-Unlimited-l-2 U'r 1 „o L11 A((?7 « Nr)r it #44607 « OR 1_sc.#96884 ° ur uc.#7646917-5551 ° WA Lic.#SCARSB11.83B8 Heavy ,, -�H igFi way Construction An Equal rcl 110 OpportunityMajor Equipment List Qtv City 'Descriptiorti Tracy Dozers Rubber Tire/Track Loaders 7 Cat IT-28, 930G 2 Cat or JD 450D, G TCLT 1 JD 644E 2 Cat or JD 550G, LGP 3 Trojan 1500, 1700 12 Cat. D-6D, G, G LGP, H. H LGP, R or JD650 4 Cat 950G 2 Cat D-7H, R 1 Cat 966F 14 Cat D-8H, K, N, R 3 Cat 980C, F, F, IV, G 4 Cat D-9H, N, R 6 Cat 988B, F, FII 7 Cat D-10N, R 2 Cat 9928, C. Rubber Tire Dozers Rubber Fire Loader/Backhoes 3 Cat 824B, C 12 Case 580C, E, Super E, Super K, L, SE Scrapers Track Excavators 2 Cat 623E, F 1 Komatsu PC 78 5 Cat 631D 2 Komatsu PC128US-2 14 Cat 6.31E 3 Komatsu PC160LC 4 Cat 637D, E 5 Komatsu PC200LC-6,7 4 Komatsu PC228LC-3, USLC-3, U5-2 Water Wagons 5 Komatsu PC300LC-6,7 2 Cat 631B, C 3 Cat 320CL 6 Komatsu P'C400LC-5,6,7 Motor Graders 2 Cat 245, B, B Mass Excavator B Series VI 1 Cat 120E 3 Komatsu PC60OLC-7 (2005) 2 Cat 130E 2 Komatsu PC750LC-6 (2000) 7 Cat 140G, H 1 Komatsu PC1000LC-1A (1991) 7 Cat 14G, H 1 Komatsu PC1100LC-6 (1999) 3 Cat 16G Rollers/Compactors Off Road Truck Tractors 10 Hamm 6 01 Mack CL713 3 Dynapac CA362D "vibratory 2 01 Mack CL713 Tri-Drive 2 Cat 825C Compactor P.O. Box 68697 Seattle,NVIlshiligtOn 98168-0697 * Td: (253) 872-7173 , Fax: (253) 395-1209 A1C I..,ic. #34714 Al Lic. #I 0(,24921h * CA I_,ic. ##779354 * ll) Iris. ##10394-t tilimited-1-2 M4-r i r W1A(Y," * NTt i T it J#d IMP * OR T ic.#96884 * U Lic.47f4G91.7-5551. * WALic.#SCARSBII£13 S Jk�rah�ilmHeavy-Highway010 �1��Construetiott �����. .4n,E'qual oppollunity r^IGJ�vmf�`��"W'�����v�la�iµ. /rs'�y' A OF APRIL 2016 ESTIMATED S'I'ART CONSTRUCTION PROJECTS IN PROGRESS CONTRAcr AMOUNT COMPLETION DATE LATE S. Spokane St.@ 1-5 Seismic Backbone S1,207,369.60 11/16 09/01/16 Contract No. 20115-080 City of Seattle, P.O. Box 94687, Seattle, WA 98124-4687 Judy Keefe, 206-684-8032,judy.keefe@lscattic.gov Type of Work: Utilities, (Prime), Percent Complete 0%, Estimated.Cost of Prince Work 80% Improve Runway 11-29 Safety Area&Obbject Free Area, S1,951,538.00 10/16 07/05/16 Install Perimeter Fencin-, Contract No. 21022 Skagit Regional Airport, 1.5400 Airport Ur., Burlington, WA 982.33 Geoff Vaughn,(Consultant-Precision Approach Ian-.), 541-231-66I5, gvaughn@preappinc.corn Type of Work: Runway Improvements(Prime), Percent Complete 0%, f?,stimated Cost of Prince Work 70% S.R. 16„Anderson Creek.Trib to Sinclair Inlet - fish Barrier Removal S4,375,812.60 09/16 4/25/1.6 Contract No. 8861. WSDOT, 8293 Spring Creek Rd. SE,Port Orchard, WA 98367 Michele Britton, P.E., 360-874-3000, Britto.N4@ivsdo1.wa.gov Type of Work: Culver-t Impr.. Site Work, (Prime), Percent Complete 0%, Estimated Cost of Prime Work 50% Peoh Rd. Bridge to Elk I-lei-hts Rd.Vic WR Replace/Rehab Concrete $2,839.607.50 12/16 04/18/16 Contract No. 8843 WSDOT,2809 Rudkin Road, Union Gap, WA 98903-1648 Jeff Minnick, P.E., 509-577-1840,rrrir7nicjCi)Nvsdcrt.wa.gov Type of Work: 1-li0hway(Subcontractor to Acme Concrete Pavin-, Inc.) 72°d Ave.S. Extension _S. 196'r St. to Sri),200"' St. $2,692.813-00 01/17 3/21/16 Contract No. 08-3004 City of Kent,400 West Gowve, Kent, WA 98032 Jason Barry,253-856-5500,jbarry@keartwa.gov Type of Work: Road Construction,(Prince), Percent Cornplete 03"/�„ I-I'stimated Cost of Prime Work 400110 West Snoclua1mie Valley Rd NE(N1 80'r' St. to Ames Lake- $2,967,242.60 10/16 3/15116 Carnation Rd NI?) Contract No.99415 King County,401 Fifth Ave 3" Floor, Seattle, WA 98104 Jeff McCarthy, 206-423-1086,Jeff.mecarthy(ra)kiii-county.gov 'Type of Work: Road Construction, (Prime), Percent Complete 0%, Estimated Cost of Prime 'Work 50% Lucus Road Improvements $4,639,288.00 07/17 02/29/16 Contract No. 55007 Alaska Department of Transportation, P.O. Box 196900,Anehora<ge,Alaska, 99519-6900 Jeanette Clu-stun, P 1 ., 907-441-7482,.iearcette.clu-r;tonC( alaskar rrov Type of Work: hlr-hwa°ay(Prime), Percent Complete 0°rib, Estimated Cost of Prir-ne Work 60% i RO.Box 68697 • Seattle,Washington ton 98168-0697 • Tel: (253) 872-7173 0 Fam (253) 395-1209 AK.Lic. #3471.4 w AZ Lic. #ROC249216 . CA Lit:,. #779354 - ID Lie. #10394-'Unlimited-1-2 krt l.ir 4140627 - ND Lie.#44607 « OR Lie.##96884 U]"Lic.#7646917-5551 - WA i_,ic.#SC.ARSBI183 38 ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE Nine Canyon Road(Beck Rd.to Mills Rd.) $1,851,075.15 07/16 02/22/16 Contract No.1922 Benton County,P.O. Box 1001,Prosser,WA 99350-0954 Bryan Thorp, 509-786-5611,bryan.thorpe@co.benton.wa.us Type of Work: Site Work(Prime),Percent Complete 0%,Estimated Cost of Prime Work 70% Construction Logistics Expansion $2,345,678.90 08/16 02/19/16 Contract No.318315 Port of Seattle,P.O. Box 68727,SeaTac,WA 98168 Alisa O'Haver-Ayala, 206-787-4447, O'Haver.A@portseattle.org Type of Work: Site Work(Prime),Percent Complete 16%,Estimated Cost of Prime Work 90% So.352nd St.Extension(Pacific Hwy. S.to Enchanted Pkwy S.) $2,722,199.96 07116 02/01/16 Contract No. 15015 City of Federal Way,33325 81h Ave.S.,Federal Way,WA 98003 Naveen Chandra,O:253-835-2729,C:253-797-6820,naveen.chandra@cityoffederalway.com Type of Work: Highway Construction(Prime), Percent Complete 05%,Estimated Cost of Prime Work 40% Spencer Creek Business Park Site Pre-Load $1,119,972.30 05/16 02/01/16 Contract No.2015-47 Port of Kalama, 110 W.Marine Dr.,Kalama,WA 98625-9500 Eric Yakovich,360-673-2337,eyakovich@portofkalama.com Type of Work: Site Work,(Prime),Percent Complete 10%,Estimated Cost of Prime Work 100% Smith Island Estuary Restoration Project Phase 1 $11,355,652.00 09/16 08/26/15 Contract No.49206 Snohomish County,M/S#507,3000 Rockefeller Ave.,Everett,WA 98201-4046 Charlie Green,425-508-1232,charlie.green@snoco.org Type of Work: Estuary Restoration(Prime),Percent Complete 12%,Estimated Cost of Prime Work 80% BNSF WSDOT ARRA Task 17 Slope Stabilization $2,555,295.00 10/15 8/17/15 Contract No. 8259 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Ryan Blumer,206-625-6146,james.blumer@bnsf.corn Type of Work: Slope Stabilization(Prime), Percent Complete 88%,Estimated Cost of Prime Work 60% ST2 Track Improvement Project-Easement 3 $5,529,987.00 03/16 06/29/15 Contract No. 8161 Burlington Northern &Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle,WA 98134 Chuck Moore,206-625-6211,Chuck.Moore@bnsf.com Type of Work: Track Embankment,Bridges&Retaining Walls(Prime), Percent Complete 76%,Estimated Cost of Prime Work 52% Sinnema Quaale Upper Revetment Reconstruction $5,295,868 10/15 06/22/15 Contract No.97415 King County,201 S. Jackson, Ste.600,Seattle, WA 98104-3855 Chase Barton,206-477-4854,chase.barton@kingcounty.gov Type of Work: Bank Revetment/Site Work(Prime),Percent Complete 84%, Estimated Cost of Prime Work 70% 2 ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE SR99/W Fork Hylebos Creek-Fish Passage $1,340,282.00 10/15 06/01/15 Contract No.8698 WSDOT,6431 Corson Ave. So., Seattle,WA 98108-3445 Mike Askarian,206-768-5862,askarim@wsdot.wa.gov Type of Work: Creek Realignment(Prime),Percent Complete 95%,Estimated Cost of Prime Work 60% 1-90 Mullan to Montana State Line,WB&EB Lanes $6,089,132.00 10/16 04/13/15 Contract No. 7875 Idaho Transportation Department,600 W.Prairie Ave., Coeur d'Alene,ID 83815-8764 John Perfect,208-772-1224,john.perfect@itd.idaho.gov Type of Work: Highway(Prime),Percent Complete 48%,Estimated Cost of Prime Work 40% Runway 16C—34C Reconstruction Project $51,844,012.12 05/17 03/16/15 Contract No. 318131 Port of Seattle,2529 So. 190 St.,SeaTac, WA 98188 Todd Rehm,206-787-5747,rehm.t@portofseattle.org Type of Work: Runway Reconstruction(Bid as Scarsella Bros. Inc.—Acme,A Joint Venture),(Prime)Percent Complete 84%, Estimated Cost of Scarsella Bros. Inc.Work 40% Hydraulic Pit Reclamation $3,865,847.00 11115 03/02/15 Contract No. 139483 Alaska Department of Natural Resources,550 W. 7 h Ave.,Ste. 1340,Anchorage,AK 99501 Jake Gondek,P.E.,907-269-8756,jacob.gondek@alaska.gov Type of Work: Reclaim Hydraulic Pit,Improve&Maintain Road(Prime),Percent Complete 86%,Estimated Cost of Prime Work 80% Puyallup River Bridge—Bridge Replacement $1,114,003.00 10/15 02/02/15 Contract No. 8685 WSDOT,P.O.Box 47354,Olympia, WA 98504-7354 Dan Selby,(Selby Bridge-Contractor)360-696-2675,DBSelby@msn.com Type of Work: Bridge Replacement(Subcontractor to Selby Bridge),Percent Complete 88% Task 4—Kelso to Martins Bluff $8,701,921.00 12/15 01/05/15 Contract No. 7164 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave.S.,Suite 2D,Seattle, WA 98134 William Dombrow,206-625-6386,William.Dombrow@bnsf.com Type of Work: Site Work(Prime), Percent Complete 53%,Estimated Cost of Prime Work 100% SR 532 Davis Slough Bridge Replacement Widening for Flood Prevention $11,797,543.00 08/15 08/04/14 Contract No. 8623 WSDOT, 1109 E. Hickox Rd.,Mount Vernon, WA 98274-7775 Shane Spahr, P.E.,360-757-5856, spahrs@wsdot.wa.gov Type of Work: Site Work/Bridge Replacement(Prime),Percent Complete 81%, Estimated Cost of Prime Work 40% Bogard Road Extension East $19,503,728.00 10115 06/18/14 Contract No. 14121 Matanuska-Susitna Borough,350 East Dahlia Ave., Palmer,AK 99645 Pierre Stragier,P.E.,907-861-7727,pierre.stragier@matsugov.us Type of Work: Highway(Prime),Percent Complete 89%,Estimated Cost of Prime Work 60% ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE William R. Fairchild Int'l Airport GA Development-Access Rd Impr. $985,483.00 05/15 06/09/14 Contract No.35300 Port of Port Angeles, P.O. Box 1350, Port Angeles,WA 98362 David Williams(Consultant: WH Pacific,Inc.),425-951-4876, dwilliams@whpacific.com Type of Work: Taxiway Site Work(Prime),Percent Complete 95%, Estimated Cost of Prime Work 50% Potter Rd.S. Fork Nooksack River Bridge#148 Replacement $6364,502.00 07/16 05/12/14 Contract No.998027 Whatcom County, 322 N.Commercial St., Ste.301, Bellingham,WA 98225 Doug Burghart,P.E.,360-715-7450,dburghar@co.whatcom.com.wa.us Type of Work: Bridge Replacement(Prime),Percent Complete 82%, Estimated Cost of Prime Work 40% SR6,Rock Creek Bridges-Replace Bridges 6/102 &6/103 $11,687,490.00 09/15 04/23/14 Contract No. 8572 WSDOT, 1411 Rush Rd.,Chehalis,WA 98532-8721 Colin Newell, P.E.,360-740-8600,newellc@wsdot.wa.gov Type of Work: Highway/Bridge(Prime),Percent Complete 95%,Estimated Cost of Prime Work 40% South Big Lake Road Realignment $5,444,339.00 08/15 10/10/13 Contract No. 14032 Matanuska-Susima Borough,350 E.Dahlia Ave.,Palmer,Alaska 99645 Michael Campfield,907-745-9811,mcampfield@matsugov.us Type of Work: Highway(Prime),Percent Complete 93%,Estimated Cost of Prime Work 60% Mellen St.to Blakeslee Junction Stage 2 $48,290,608.00 08/16 08/05/13 Contract No. 8473 WSDOT, 1411 Rush Rd.,Chehalis, WA 98532-8721 Colin Newell,P.E.,360-740-8600,newellc@wsdot.wa.gov Type of Work: Highway/Bridge(Prime),Percent Complete 85%,Estimated Cost of Prime Work 40% 1-405,NE 6`h St. to 1-5 Widening& Express Toll Lanes $16,977,701.00 06/14 07/16/12 Contract No. 3800 WSDOT,P.O.Box 47354,Olympia,WA 98504-7354 Billy Gaynor,(Flatrion-Prime Contractor)760-916-9100,bgaynor@flatironcorp.com Type of Work: Highway(Subcontractor to Flatiron),Percent Complete 90% Snohomish River Bridge to US 2 Vic-Widening&Safety $74,927,603.00 10/14 06/27/11 Contract No. 8128 WSDOT,9029 El Capitan Way,Everett, WA 98208-3637 Mary Ann Reddell,P.E.,425-225-8725,reddema@wsdot.wa.gov Type of Work: Highway&Bridge Work(Prime), Percent Complete 95%, Estimated Cost of Prime Work 40% 4 SUBSTANTIALLY SUBSTANTIAL START COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE DATE Grading&Drainage FFO-US20 PME: UPRR-Eddyville(Ph. 3) $41,599,641.00 03/16 05/05/14 Corvallis-Newport Hwy. Contract No. 14670 Oregon DOT,3700 SW Philomath Blvd.,Corvallis,OR 97333 Steve Schultz,P.M.,541-757-4104,steven.schultz@odot.state.or.us Type of Work: Highway(Prime),Percent Complete 99%,Estimated Cost of Prime Work 40% West of Richey—West $9,805,086.00 05/14 08/12/13 Contract No. 13513 Montana DOT,P.O. Box 20100I,Helena, MT 59620-1001 Suzy Price,406-444-6215, suprice@mt.gov Type of Work: Highway(Prime), Percent Complete 98%,Estimated Cost of Prime Work 75% Shore Rd.to Kitchen-Dick Rd Widening $28,037,718.00 02/16 01/07/13 Contract No. 8376 WSDOT, 1707 South C Street,Port Angeles,WA 98363-7456 Jerry Moore,P.E.,360-565-0620,mooreje@wsdot.wa.gov Type of Work: Highway(Prime),Percent Complete 98%,Estimated Cost of Prime Work 35% 5 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE OHOP Vicinity Slide—Emergency Slope Stabilization $552,252.00 01/16 08/25/15 Contract No. 8792 WSDOT,821 Airport Ct. SE,Tumwater, WA 98501 Steve Fuchs,PE,360-570-6752,fuchss@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime),Estimated Cost of Prime Work 90% Denali Highway MP 120 River Encroachment $416,743 12/15 11/20/15 Contract No. 750 Alaska Department of Transportation&Public Facilities,2301 Peger Rd., Fairbanks,AK 99709-5316 Scott Woster,907-451-5461,scott.woster@alaska.gov Type of Work: Embankment Stabilization(Prime),Estimated Cost of Prime Work 90% Bayside Revisions Phase III $2,446,021.00 11115 8/10/15 Contract No. 8278 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Taylor Smith,206-625-6386 taylor.smith@bnsf.com Type of Work: Site Work(Prime),Estimated Cost of Prime Work 80% 2013 Federal Way Downtown Sewer Trunk Upgrade-Ph. 1 $1,689,889.00 11115 02/10/14 Contract No. 131170 Lakehaven Utility District,P.O.Box 4249,Federal Way,WA 98063 Tim Osborne,District PM,253-945-1582,tosborne@lakehaven.org Type of Work: Sewer Main Installation(Prime),Estimated Cost of Prime Work 75% Judy WTP to Sedro-Woolley Transmission Line,Ph. 1 $899,613.00 08/15 05/26/15 Contract No. 15359001 Skagit County PUD No.1 of,P.O.Box 1436,Mount Vernon, WA 98273-1436 Mike Benton, 360-84841922439,Benton@skagitpud.org Type of Work: Water Transmission Pipeline(Prime),Estimated Cost of Prime Work 60% South of Laurel-RR Overpass $9,877,043.00 07/15 09/30/13 Contract No. 3813 Montana DOT,P.O.Box 201001,Helena,MT 59620-1001 Suzy Price,406-444-6215,suprice@mt.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 40% Spokane Int'I Airport,Taxiway Reconfiguration Ph 11(2015) $2,020,414.00 07/15 04/07/15 Contract No. 1211 Spokane International Airport,P.O. Box 19186,Spokane, WA 99219-9186 Robert Seghetti (Prime Contact)509-242-1234 Type of Work: Site Work(Subcontractor to Acme Concrete Paving, Inc.) Reddington Levee Setback $7,773,980.00 06/15 06/10/13 Contract No. 81713 King County,401 Fifth Ave.,CNK-ES-0340,Seattle,WA 98104 Mark Hoge,206-263-9325,mark.hoge@kingcounty.gov Type of Work: Levee Improvements(Prime),Percent Complete 98%, Estimated Cost of Prime Work 80% US 95,Garwood to Sagle,Athol Interchange $28,493,220.00 06/15 09/12/11 Contract No. 7589 Idaho Transportation Department,District 1,600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253,marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 50% 6 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Pothole&Fix Water Leak Adj.to Fed-Ex Bldg. $41,114.18 05/15 04/22/15 Contract No. 15002 Port of Seattle,P.O.Box 68727, SeaTac, WA 98168 Anna Lear,253-627-8155,alear@generalmechanical.com Type of Work: Water Leak Repair(Subcontractor to General Mechanical) Delta Yard Revisions-Phase IIB,Everett, WA $1,094,861.00 05/15 11/17/14 Contract No.6852 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith,206-625-6386,Taylor.Smith@bnsf.com Type of Work: Site Work(Prime), Percent Complete 95%,Estimated Cost of Prime Work 100% Sonoma Villero Drainage Improvements $600,935.00 04/15 05/27/14 Contract No. 3802001 Sonoma Villero Homeowners Association, 11211 Slater Ave.NE, Ste. 150,Kirkland,WA 98033 Michael Allen,206-321-9184,coachmallen@gmail.com Type of Work: Drainage Improvements(Prime), Estimated Cost of Prime Work 100% Dike 3 Seepage&Seismic Mitigation Project $493,520.30 03/15 12/08/14 Contract No.54694 Cascade Water Alliance,520—112a'Ave.NE,Suite 400,Bellevue, WA 98004 Jon Shimada,425-283-0367,jshimada@cascadewater.org Type of Work: Dike Seepage&Seismic Mitigation(Prime),Estimated Cost of Prime Work 90% Penstock Replacement Project $3,601,011.00 03/15 10/30/14 Contract No.3013 Legrow Water Company,P.O.Box 1601, Pasco,WA 99301 Gary Weatherly(Consultant-JUB Engineers), 509-783-2144,geatherly@jub.com Type of Work: Install 20,000' of 72"&54"&7,000' 44"Welded Steel Transmission Pipe(Prime),Estimated Cost of Prime Work 75% Kentview Sanitary Sewer Interceptor $898,328.00 12/14 08/25/14 Contract No. 10-3003 City of Kent,220 Fourth Ave.So.,Kent,WA 98032 Phil McConnell,253-856-5542,pmcconnell@kentwa.gov Type of Work: Sanitary Sewer Pipe Installation(Prime),Estimated Cost of Prime Work 70% So.25151 St.Slide Repair $195,594.00 11/14 10/27/14 Contract No. 319.611 City of Des Moines,21630 11'h Ave S.,Ste.A,Des Moines,WA 98198 Tommy Owen,206-870-6870,towen@desmoineswa.gov Type of Work: Slide Repair(Prime), Estimated Cost of Prime Work 60% Upper Carlson Floodplain Restoration $1,932,782.00 11/14 06/16/14 Contract No. 89214 King County,201 S. Jackson St., Ste.600, Seattle, WA 98104 Will Mansfield,P.E.,206-477-4817,will.mansfield@kingcounty.gov Type of Work: Floodplain Restoration (Prime),Estimated Cost of Prime Work 70% Re-Regulation Reservoir: Embankment Const.&Mass Exc. $8,423,767.00 11/14 06/02/14 Contract No.209407 Roza Irrigation District,P.O.Box 810, Sunnyside, WA 98944 Wayne Sonnichsen, 509-837-5141,wsonnichsen@roza.org Type of Work: Mass Excavation(Prime), Estimated Cost of Prime Work 100% 7 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE 1-5,Portland Avenue to Port of Tacoma Rd-NB HOV Stage 1 $15,774,492.00 10/14 08/03/10 Contract No. 7946 WSDOT,7912 Martin Way,Suite E, Lacey,WA 98516-5703 Neal Uhlmeyer,P.E.,360-412-3421,uhlmeyn@wsdot.wa.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 55% Parks Highway Connection Machen Rd. Ext. $3,045,043.00 10/14 04/28/14 Contract No. 14118 Matanuska-Susitna Borough,350 E. Dahlia Ave., Palmer,Alaska 99645 Michael Campfield,907-745-9811,mcampfield@matsugov.us Type of Work: Highway(Prime),Estimated Cost of Prime Work 50% Coal Creek Culvert Replacement $3,395,568.00 9/14 04/08/13 Contract No. 13016 City of Bellevue Utilities, P.O. Box 90012,Bellevue,WA 98009-9012 Chris Brookes 425-452-6825,CBrookes@bellevuewa.gov Type of Work: Culvert Replacement(Prime),Estimated Cost of Prime Work 60% US 95,Garwood to Sagle,Chilco Stg&US-95 Garwood $41,274,550.00 09/14 08/01/11 to Sagle Silverwood Stg. Contract No.7584 Idaho Transportation Department,District 1,600 W Prairie Ave.,Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253,marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 40% Deer Park/US 101 Intersection Improvement $5,030,961.00 08/14 08/05/13 Contract No. 1202 Clallam County,223 E.Fourth St., Ste.6,Port Angeles,WA 98362 Joe Donisi,PE,360-417-2404,jdonisi@co.clallum.wa.us Type of Work: Highway(Prime),Estimated Cost of Prime Work 40% Index Galena Road MP 5.8 $195,280.70 8H14 08/04/14 Contract No.914 Snohomish County,M/S#507,3000 Rockefeller Ave., Everett, WA 98201-4046 Charles Mathison,425-388-3488,Ext. 6673,charles.mathison@snoco.org Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% Lauridsen Boulevard Bridge Replacement $4,685,578.00 08/14 07/29/13 Contract No.4299 City of Port Angeles,P.O.Box 1150, Port Angeles, WA 98362-0217 Jim Mahlum,P.E.,360-417-4701,jmahlum@cityofpa.us Type of Work: Highway/Bridge(Prime),Estimated Cost of Prime Work 40% Trunk Road Reconstruction, Phase II $14,233,817.00 08/14 04/23/12 Contract No. 51132 Alaska Department of Transportation, P.O.Box 196900,Anchorage,Alaska, 99519-6900 John Waisanen,P.E_,907-244-4511,john.waisanen@alaska.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% 8 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Kent/Auburn Conveyance System Improvements $4,522,861.00 08/14 03/18/13 Contract No.42009 King County,201 S_Jackson St.,Rm. 508,MS: KSC-NR-0508, Seattle, WA 98104-3855 Sue Hildreth,Capital Project Manager 11I,(206)684-1101,susan.hildreth@kingcounty.gov Type of Work: Pipeline(Prime), Estimated Cost of Prime Work 75% Sand to Lind Double Track Project $2,434,107.00 06/14 09/16/13 Contract No.4950 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Don Omsberg,206-625-6264, donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 84%,Estimated Cost of Prime Work 60% Cunningham to MP 101.3 Double Track Project $2,403,201.00 06/14 09/16/13 Contract No.4951 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Don Omsberg,206-625-6264, donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 96%, Estimated Cost of Prime Work 60% Middle Nemah River Bridge,Replace Bridge $1,198,541.00 04/14 06/03/13 Contract No. 8344 WSDOT,2400 Talley Way,Kelso, WA 98626 Contact: Denys Tak, 360-442-1341,takdeny@wsdot.wa.gov Type of Work: Site Work, (Subcontractor to SB Structures,LLC) Jack and Bore $48,700.00 06/14 06/02/14 Contract No. 13597 Town of Lind,P.O.Box F,Lind,WA 99341 Joseph Pessutti, 509-998-6650,jpessutti@hughes.net Type of Work: Install 16" Steel Casing&8"DI Pipe (Prime),Estimated Cost of Prime Work 65% SR105 Heather Rd&US101 0.5 Miles N or Raymond-Cult'Rehab $315,758.00 03/14 09/30/13 Contract No. 8515 WSDOT,2400 Talley Way,Kelso,WA 98626 Lori Figone,P.E.,360-442-1370,figonel@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Smith Creek&North River Replace Bridges $16,017,104.00 02/14 10/17/12 Contract No. 8345 WSDOT,2400 Talley Way,Kelso, WA 98626 Lori Figone,P.E.,360-442-1370,figonel@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% SE of Dupuyer—SE $6,771,275.65 11/13 04/08/13 Contract No. 12812 Montana Department of Transportation, P.O. Box 201001, Helena,MT 59620-1001 Mike Klette, P.E.,406-278-7078,mklette@mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 65% BP/OPL Coal Creek Culvert Replacement $67,454.00 11/13 09/16/13 Contract No. 1761 Owner: BP/Olympic Pipe Line Company Prime: Snelson Co., 601 W. State St., Sedro Woolley, WA 98284,Contact: Dave Walker,360-661-3535,dwalker@snelsonco.com Type of Work:Traffic Control, (Subcontractor to Snelson Companies) 9 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Custom Plywood Site-Ph. II Interim Remedial Action $1,800,981.00 1 1/13 07/15/13 Contract No. 1300198 Washington State Dept. of Ecology, P.O.Box 47600,Olympia, WA 98504-7600 Prime Contractor: Orion Marine Group, H 12 E.Alexander Ave.,Tacoma, WA 98421 Stuart Moore,253-552-1140,smoore@oriomnarinegroup.com Type of Work: Excavate/Load/Furnish/Place Material (Subcontractor to Orion Marine Group) Alder Canyon Slide Emergency Slope Stabilization $527,946.00 10/13 07/08/13 Contract No. 8474 WSDOT,6610 16`h St. E.,Ste. A, Fife, WA 98424 Jon Deffenbacher,253-365-6700,deffenj@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime),Estimated Cost of Prime Work 40% Totem Lake Twin 42"Culvert Replacement $2,262,117.00 10/13 05/13/13 Contract No.213 City of Kirkland, 123 Fifth Ave.,Kirkland, WA 98033 Noel Hupprich,P.E.425-587-3829,Nhupprich@kirklandwa.gov Type of Work: Culvert Replacement(Prime),Estimated Cost of Prime Work 40% NE Novelty Hill Rd.,Phase I $18,384,893.00 10/13 03/28/11 Contract No. 52510 King County,401 Fifth Ave. 3`d Floor, Chinook Bldg., Seattle, WA 98104 Victor Daggs,206-205-5231,victor.daggs@kingcounty.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% US-30, S Main St to Jct SH-34, Soda Springs $732,027.00 07/13 05/13/13 Contract No.7715 Idaho Transportation Dept.,3311 W. State St.,Boise, ID 83703 Tom Cole 208-239-3377,tom.cole@itd.idaho.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 30% M Street SE Grade Separation $11,827,023.00 07/13 02/21/12 Contract No. 1101 City of Auburn,25 West Main St., Auburn,WA 98001-4998 Ryan Vondrak,P.E.,253-931-3086,rvondrak@auburnwa.com Type of Work: Grade Separation/Bridge Underpass(Prime),Estimated Cost of Prime Work 50% Cashmere Mill Site Remediation $1,047,655.00 06/13 03/18/13 Contract No.208020 Port of Chelan County,238 Old Station Rd., Ste. A, Wenatchee, WA 98801 Laura Jaecks, 509-661-3118,Laura@ccpd.com Type of Work: Site Remediation(Prime), Estimated Cost of Prime Work 80% Well 1 Transmission Main $1,512,092.00 05/13 10/10/12 Contract No. 1204 City of Auburn, 25 West Main St.,Auburn, WA 98001-4998 Robert E. Lee II1,253-804-5071,rlee@aubumwa.gov Type of Work: Water Transmission Main(Prime), Estimated Cost of Prime Work 70% 10 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE McAllister Transmission Main $3,150,176.86 05/13 10/01/12 Contract No.37 City of Olympia,P.O. Box 1967, Olympia, WA 98507-1967 Tim Richardson, P.E.,360-753-8749,trichard@ci.olympia.wa.us Type of Work: Welded Steel Water Transmission Main(Prime), Estimated Cost of Prime Work 60% Grading&Drainage FFO-US20 PME: UPRR-Eddyville $7,545,029.00 04/13 06/29/12 Corvallis-Newport Hwy. Contract No. 14473 Oregon DOT,3700 SW Philomath Blvd., Corvallis,OR 97333 Brady Pauls, 541-757-4178,brady.a.pauls@odot.state.or.us Type of Work: Highway(Prime),Estimated Cost of Prime Work 45% Wahkiakum County Run-Off Rd& Intersection Safety $45,507.80 03/13 01/07/13 Contract No.42011 Wahiakum County, P.O. Box 97, Cathlamet, WA 98612 Carl Stewart, (Frank Gurney, Inc.-Prime Contractor) 509-535-3069,fgurney@comcast.net Type of Work: Site Work(Subcontractor to Frank Gurney,Inc.) Ferrum to Wister,CA on Railroad's Yuma Subdivision $27,391,918.50 02/13 04/04/11 Contract No.47637 Union Pacific Railroad Company,631 S. 7`h St.,Phoenix,AZ 85034 Danny King,971-404-6022,dking@up.com Type of Work:Grading/Subballast for 22 Miles of New Main Track(Prime),Estimated Cost of Prime Work 75% SR 410, White River Bridge-Bridge Scour $217,237.00 01/13 07/06/11 Contract No. 8087 WSDOT, 11203 Bridgeport Way SW,Lakewood, WA 98499 Jon Deffenbacher,PE,253-589-6100, deffenj@wsdot.wa.gov Type of Work: Bridge Scour(Prime), Estimated Cost of Prime Work 70% Region 2(PME)Rock Production $3,537,470.00 12/12 10/17/12 Contract No. 3 05 12 3700 SW Philomath Rd., Corvalis, OR 97333 Gene Wilborn,PE, 541-757-4156,gene.wilborn@odot.state.or.us Type of Work: Rock Production(Prime),Estimated Cost of Prime Work 70% Siding Extension at Senter,Idaho,Nampa Subdivision $833,605.00 12/12 09/17/12 Contract No. 53265 UPRR,280 S.400 W., Suite 250, Salt Lake City,UT 84101 Erin E. Cully,502-320-8547,eecully@up.com Type of Work: Siding Extension(Prime),Estimated Cost of Prime Work 90% Thunder Hills Creek Mitigation Fish Barrier Retrofit $3,309,650.00 11/12 07/02/12 Contract No. 8260 WSDOT,600 108"Ave.NE,Suite 405,Bellevue, WA 98004-5101 Gil McNabb,P.E.425-456-8643,mcnabbg@wsdot.wa.gov Type of Work: Fish Barrier Retrofit(Prime), Estimated Cost of Prime Work 80% Runway 10-28 Crown Conversion&Longitudinal Gradient Adj. $8,881,126.00 11/12 07/02/12 Contract No. 1028 Port of Skagit, 15400 Airport Dr., Burlington, WA 98233 Matt Cavanaugh,P.E.,(Consultant-Precision Approach Engineering)425-417-5010,mcavanaugh@preappine.com Type of Work: Airport Site Work(Prime), Estimated Cost of Prime Work 35% 11 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Frontage Rd.Jct. SH-53 to Chilco $3,478,842.00 11/12 06/15/12 Contract No.7601 Idaho Transportation Dept., District 1,600 W Prairie Ave.,Coeur d'Alene, 1D 83815 Marvin Fenn, P.E.,209-772-1253,marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 50% SR 522,US 2 Interchange Flyover Ramp $16,243,358.00 06/15 07/06/10 Contract No. 7938 WSDOT,9029 El Capitan Way, Everett, WA 98208-3637 Amir Ahmadi,P.E.,425-225-8700, ahmadia@wsdot.wa.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 70% Grapeview Loop Road $3,590,214.00 10/12 04/30/12 Contract No. 1379 Mason County Dept.of Public Works, 100 W. Public Works Dr.,Shelton,WA 98584 Melissa McFadden, P.E.,360-427-9670, Ext.452,melissam@co.mason.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Port of Tacoma Rd to King Co Line Floodplain Mitigation Site $505,583.00 09/12 08/13/12 Contract No. 8325 WSDOT,6610 16'h St.E., Ste.B, Fife, WA 98424-1568 MaryLou Nebergall,P.E., 253-365-6750, nebergm@wsdot.wa.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 60% Parks Road Reconstruction—Schedule 1 $440,358.00 09/12 06/25/12 Contract No.2012.02 Lakes Highway District, 11341 N. Ramsey Rd.,Hayden,ID 83835 Eric Shanley,P.E.,208-772-7527, eric@lakeshighwaydistrict.com Type of Work: Highway(Prime),Estimated Cost of Prime Work 100% Siding Extension at Wapi, Idaho $737,740.15 09/12 05/14/12 Contract No. 50720 UPRR,280 S. 400 W., Suite 250, Salt Lake City,UT 84101 Erin E.Cully, 502-320-8547, eecully@up.com Type of Work: Siding Extension(Prime),Estimated Cost of Prime Work 90% Hawks Prairie Park& Ride Facility Construction $2,912,912.00 09/12 04/09/12 Contract No. 1203 Intercity Transit,P.O. Box 659,Olympia, WA 98507-0659 Robert Holcomb,P.E.(Consultant-KPFF Engineers)360-292-7230,bob.holcomb@kpff.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 50% Site Preparation& Water System Extension $1,794,058.01 08/12 04/16/12 Contract No. 1201 City of Palmer,231 W. Evergreen Ave., Palmer, AK 99645 Tom Cohenour,Public Works Director 907-745-3271,tohenour@palmerak.org Type of Work: Site Prep.& Water Sys. Ext. (Prime), Estimated Cost of Prime Work 90% Construct Roadbed for Switching Lead in the Pocatello Subdivision $995,997.20 08/12 10/01/11 Contract No. 49143 Union Pacific Railroad Company, 5424 SE McLoughlin Blvd., Portland,OR 97202 Ken Bobert, 503-702-6973,kabobert@up.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 95% 12 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Portneuf River Bridges $22,286,806.00 08/12 05/04/09 Contract No. 7217 Idaho Transportation Department,P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja,P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: Highway/Bridge (Prime), Estimated Cost of Prime Work 40% Southcenter Parkway Extension $16,906,318.00 07/12 07/01/10 Contract No. 2508 City of Tukwila,6200 Southcenter Pkwy.,Tukwila, WA 98188 Bob Giberson, Public Works Director,206-433-0179,publicworks@tukwilawa.gov Type of Work: Road Construction(Prime)Estimated Cost of Prime Work 50% Sultan Basin Road Phase 11I $1,578,329.00 06/12 08/01/11 Contract No. 6824 City of Sultan,319 Main St.,#200, Sultan, WA 98294 Sam Richard(Consultant-WH Pacific)425-951-4860, srichard@whpacific.com Type of Work: Highway(Prime),Estimated Cost of Prime Work 60% Sylvester Road Bridge#1052A $196,320.00 06/12 07/13/1 1 Contract No.C00617CI I King County,201 S.Jackson St.,Room 700,Seattle, WA 98104 Jeff McCarthy,206-423-1086,jeff.mccarthy@kingcounty.gov Type of Work: Site Work(Subcontractor to SB Structures LLC) Chilco West Waterline Extension Project $284,051.00 06/12 04/23/12 Contract No.41070 North Kootenai Water District, 1841 W.Hayden Ave.,Hayden,ID 83835 Mike Galante,208-772-3619,mikeg@nkwsd.com Type of Work: Waterline Extension(Prime), Estimated Cost of Prime Work 90% Four Corners Commons Excavation 2012 $1,280,903.00 06/12 04/16/12 Contract No.2012.01 CIRI Land Development Co.,2525"C"St.,Anchorage,AK 99503 William Prosser,Project Manager 907-240-8015,wprosser@mtaonline.net Type of Work: Earthwork Improvements(Prime),Estimated Cost of Prime Work 95% Topaz Bridge N/S $6,012,637.00 06/12 05/04/09 Contract No.7223 Idaho Transportation Department, P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja,P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: Earthwork,Drainage&Wall Construction(Subcontractor to Idaho Construction Co., Inc.) Peola Road Reconstruction MP 1.57 to MP 7.84 $3,957,244.00 05/12 05/31/11 Contract No.3654 Garfield County, P.O. Box 160, Pomeroy, WA 99347 Kevin Poole(Consultant, Riedesel Engineer),208-743-3818,kpoole@riedeseleng.com Type of Work: Highway(Prime),Estimated Cost of Prime Work 60% Vancouver Bypass Seg. IOb, Sewer Line Relocation $491,147.00 04/12 05/23/1 1 Contract No. 1401 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D,Seattle, WA 98134 Mike Powrie 206-625-6144,michael.powrie@bnsf.com Type of Work: Utility Work(Prime), Estimated Cost of Prime Work 90% 13 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Ritchie Bros.,Inc.New Check-In and Auction Building $4,662,311.00 04/12 05/16/11 Contract No.2159 Mountain Construction(Prime Contractor), 7457 So,Madison St.,Tacoma,WA 98409 Jeff Stroud, 253-284-0402,jeff@mountainconst.com Type of Work: Site Work(Subcontractor to Mountain Construction) Apple Tree Crossover-Vancouver Bypass $522,645.00 04/12 02/13/12 Contract No.2328 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 2D, Seattle,WA 98134 Mike Powrie 206-625-6144,michael.powrie@bnsf.com Type of Work: Site Work(Prime),Estimated Cost of Prime Work 70% So.Kingston Rd.NE-Carpenter Creek Bridge @ MP 3.70 $605,923.00 02/12 06/20/11 Contract No. 1573 Kitsap County,614 Division St.,MS26,Port Orchard,WA 98366-4699 Jonathon Brand,P.E. 360-337-7121,jbrand@co.kitsap.wa.us Type of Work: Roadway Improvements(Subcontractor to SB Structures,LLC) 185`h Ave.N.E.Extension Project $1,567,933.22 02/12 03/07/11 Contract No. 101197 City of Redmond,MS: 1NPW,P.O.Box 97010,Redmond, WA 98073-9710 Steven Gibbs,P.E.,425-556-2729 Type of Work: Highway(Prime)Estimated Cost of Prime Work 50% Emergency Levee Restoration,PL 84-99 $1,100,625.00 02/12 01/05/12 Contract No. 120020 US Army Corps of Engineers, Seattle District,4735 E_Marginal Way So., Seattle,WA 98134-2388 Gene Sulton,206-761-3649,gene.t.sulton@usacearmy.mil Type of Work: Levee Restoration(Prime),Estimated Cost of Prime Work 100% Chilco East Waterline Extension Project $169,859.80 02/12 12/19/11 Contract No.41052 North Kootenai Water District, 1841 W.Hayden Ave.,Hayden,ID 83835 Mike Galante,208-772-3619 Type of Work: Waterline Extension(Prime),Estimated Cost of Prime Work 90% Lincoln Avenue Grade Separation $21,617,648.00 02/12 08/24/09 Contract No. 68036 Port of Tacoma,P.O. Box 1837, Tacoma, WA 98401-1837 Bob Lee,BergerABAM(Consultant),206-832-9294 Type of Work: Highway/Bridge(Prime),Estimated Cost of Prime Work 40% I-90 Sullivan Rd.to Barker Rd.-Additional Lanes $2,591,726.00 12/11 04/04/11 Contract No. 8022 WSDOT,2714 Mayfair St., Spokane,WA 99207 Darrell McCallum, P.E.,509-323-8412,mccalld@wsdot.wa.gov Type of Work: Highway (Subcontractor to Acme Concrete Paving,Inc.) Horseshoe Bend Levee Improvement East&West River Bend Secondary Levees Contract No. 09-3005.7 $747,698.00 11/11 08/29/11 City of Kent,400 West Gowe,Kent,WA 98032 Timothy LaPorte,P.E.,253-856-5500 Type of Work: Levee Improvement(Prime),Estimated Cost of Prime Work 80% 14 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE US 95,Frontage Rd;Boekel to Ohio Match Rd. $2,661,231.00 11/11 06/20/11 Contract No.7579 Idaho Transportation Department,600 W.Prairie Ave.,Coeur d'Alene,ID 83815 Marvin Fenn,208-772-1253,marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 50% Lower Elwha Valley Road,Phase 3,Kacee Way $2,209,696.00 11/11 06/06/11 Contract No. 5545 Lower Elwha Klallam Tribe,2851 Lower Elwha Rd, Port Angeles, WA 98363 Greg Stidham, P.E.(Parametrix,Consultant),253-2554195,gstidham@parametrix.com Type of Work: Highway(Prime),Estimated Cost of Prime Work 70% Gratzer Park—Phase 1 $392,335.00 11/11 04/04/11 Contract No.7053 City of Orting,P.O.Box 489,Orting,WA 98360-0489 Mr.JC Hungerford(Consultant-Parametrix),253-863-5128,jhungerford@parametrix.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 60% Tacoma HOV Mitigation $1,487,229.43 11/11 08/02/10 Contract No.7974 WSDOT,6610 10h St.E.,Suite B,Fife,WA 98424 Rumina Suafoa,253 365-6750,suafoar@wsdot.wa.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 80% SR 119,MP 5.62 Slide Repair $101,693.84 10/11 09/27/11 Contract No.DMC209 WSDOT,P.O.Box 47440,Olympia,WA 98504 Duke Stryker,253-377-9204,strykec@wsdot.wa.gov Type of Work: Slide Repair(Prime),Estimated Cost of Prime Work 100% SR 542,Gallup Creek Bridge Replacement $2,715,296.00 10/11 05/31/11 Contract No.7911 WSDOT,460 Stuart Road,Bellingham, WA 98226-1204 Chris Damitio,P.E.,360-788-7400,damitic@wsdot.wa.gov Type of Work: Highway/Bridge(Prime),Estimated Cost of Prime Work 40% Segment B Mukiiteo,Mosher&Howarth Park $2,056,909.00 10/11 07/01/10 Contract No. 59595 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave.S., Suite 2D,Seattle,WA 98134 Don Omsberg 206-625-6264,donald.omsberg@bnsf.com Type of Work: Site Work(Prime),Estimated Cost of Prime Work 80% Tolt River Bridge Improvements on Snoqualmie Valley Trail $295,640.00 10/11 04/04/11 Contract No. 55110 King County,201 S.Jackson St.,Room 700, Seattle,WA 98104 Chris Erickson,206-263-0445 Type of Work: Site Work(Subcontractor to SB Structures LLC) WUT Berth Extension $1,108,226.00 10/11 01/16/10 Contract No.68064 Port of Tacoma,c/o Manson Construction,P.O. Box 24067,Seattle, WA 98124 Niclaus Arvenberger,253-254-0118,niclausa.americanconstco.com Type of Work: Site Work(Subcontractor to Manson Construction) 15 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Clagget Hill Slide $669,003.36 08/11 04/04//]] Contract No. 15211 Montana Department of Transportation,P.O.Box 201001,Helena, MT 59620-1001 Kyle Dubbs,406-538-1322 Type of Work: Slide Repair(Prime)Estimated Cost of Prime Work 95% Spokane Int'l Airport, Line of Sight Bid Package No.2 $5,784,374.00 08/11 03/07/11 Contract No. 10111 Spokane International Airport,P.O.Box 19186,Spokane,WA 99219-9186 Robert Seghetti(Prime Contact)509-242-1234 Type of Work: Site Work(Subcontractor to Acme Concrete Paving,Inc.) Wasilla Municipal Airport Construct Apron D,Phase 1 $1,081,038.00 07/11 07/01/10 Contract No.2010.01 City of Wasilla,290 E. Herring Ave.,Wasilla,AK 99654 Archie Giddings,907-373-9018 Type of Work: Site Work(Prime)Estimated Cost of Prime Work 85% Trunk Road Reconstruction,Phase 2,Water System $2,164,609.00 07/11 06/17/10 Contract No.2010.02 City of Palmer,231 W. Evergreen Ave.,Palmer,AK 99645 David Lundin,907-746-5230 Type of Work: Highway/Water System(Prime),Estimated Cost of Prime Work 90% Trunk Road Reconstruction,Phase 1 $23,177,662.00 07/11 07/20/09 Contract No. 59301 Alaska Department of Transportation,P.O. Box 196900,Anchorage,Alaska,99519-6900 John Waisanen,P.E.,907-244-4511,john.waisanen@alaska.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 65% I-5 Grand Mound to Maytown-Stage One-Add Lanes $64,191,129.00 07/11 04/28/08 Contract No.7465 WSDOT, 821 Airport Ct.SE,Tumwater,WA 98501-6805 MaryLou Nebergall,P.E.,360-570-6750,nebergm@wsdot.wa.gov Type of Work: Highway,(Prime)Estimated Cost of Prime Work 40% Lateral Improvement Projects,Winter 2010-2011 $973,875.30 05/11 01/03/11 Contract No. 10-001 Sunnyside Valley Irrigation District(SVID),P.O.Box 239,Sunnyside,WA 98944 Donald Schramm,P.E., 509-837-6980,schrammd@svid.org Type of Work:Pipe Installation(Prime),Estimated Cost of Prime Work 80% Germany Creek Vic Emergency Slope Stabilization $300,000.00 05111 04/06/11 Contract No. DMD 115 WSDOT,2400 Talley Way, Kelso,WA 98626 Mary Hummel,360-442-1374,hummelm@wsdot.wa.gov Type of Work: Slope Stabilization(Prime),Estimated Cost of Prime Work 90% Lateral Improvement Projects, Winter 2010-2011 $5,306,754.37 05111 10/04/10 Contract No. 10-002 Sunnyside Valley Irrigation District(SVID),P.O.Box 239, Sunnyside,WA 98944 Donald Schramm, P.E.,509-837-6980,schrammd@svid.org Type of Work: Pipe Installation(Prime),Estimated Cost of Prime Work 80% 16 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE US 395/NSC—US 2 Lowering $9,820,171.00 05/11 12/01/08 Contract No. 7610 WSDOT, 331 N. Fancher Road,Spokane,WA 99212 Bob Hilmes,509-534-1030,hilmesb@wsdot.wa.gov Type of Work: Highway(Subcontractor to Graham Construction&Management, Inc.) Sunset Route-Seg.2,Cactus to Araz,CA Yuma Subdivision $521,948.20 04/11 01/10/11 Contract No.46964 Union Pacific Railroad Company,631 S.7`"St.,Phoenix,AZ 85034 Danny King,971-404-6022 Type of Work: Site Work(Prime),Estimated Cost of Prime Work 95% Yonezawa Parcel Pit Reclamation $428,209.12 03/11 12/13/10 Contract No. 10042 Moses Lake School District No. 161,920 W. Ivy,Ave.,Moses Lake,WA 98837-2047 Brent Harding,(Consultant to Owner,NAC/Architecture)509-838-8240 Type of Work:Earthwork(Prime)Estimated Cost of Prime Work 95% Tacoma Narrows Airport Runway Safety Area Improvements $15,907,048.00 03/11 11/12/07 Contract No.4600043.45 Pierce County Public Works,4301 So.Pine St., Suite 446,Tacoma,WA 98409 Mike Manley,253-798-2261 Type of Work: Clearing/Grubbing,Grading,Tunnel Construction, (Prime)Estimated Cost of Prime Work 40% Stanwood Siding $1,062,866.00 01/11 08/02/10 Contract No.60082 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle,WA 98134 Don Omsberg 206-625-6264,donald.omsberg@bnsf.com Type of Work: Site Work(Prime),Estimated Cost of Prime Work 100% 17 Scarsella Bros. Inc. 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 one hundred eighty (180) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 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: April 7, 2016 Scarsella Bros I NAME O E Sig ture of Authorized R presentative Bob Scarsella, VP (Print Name and Title) P.O. Box 68697 Address Seattle, WA 98168-0697 Leber Homestead/Knox 21 March 17, 2016 BYO BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, _scarsella Bros. Inc. ._---------- as Principal, and Liberty Mutual Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal SUM of Five Percent(50X6)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Mill Creek Side Channel / Leber Homestead Property/Project Number: 08-3018 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 5th __ DAY OF April Zp Scarsell nc. P CIPAL -�- _ Litety Mutual I urance C an SURE Cynthia L.Jay, Attorney-in- t 2© Received return of deposit in the sum of `i'• _.. . Leber Homestead/Knox 22 March 17, 2016 Project Number: 08-3018 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7128852 fAmerican Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company I i I POWER OF ATTORNEY I KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmedcan Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the`Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A Kellner;Annelies M.Richie•Barbara A.Johnson;Brent E.Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L.Jay;Diane M Harding; Eric A Zimmerman;James B.Binder;Jamie Diemer•Jennifer L.Snyder;Jon J.Oia;Julie R.Truitt;Karen C.Swanson;Kristine A. 1 Lawrence;Lisa M.Anderson;Mitchell R.Smee•Peggy A. Firth;Peter J.Comfort I all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge I and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall ' be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of October 2015 >. 4 American Fire and Casualty Company 1 Ar11)CAyG A�0 INSt aq+, A�INSU/,q AN IN Sy,? N �4 cnr. ,�Gq�� Uy Yi,v�o.2trr�2 J The Ohio Casualty Insurance Company N a 1906 p o 1914 1912 3 ` 1991 Liberty Mutual Insurance Company o ti West mencan Insurance Company y a y "N I (<) b�'�j,�yFrr�,.ws`�a'ab O�ti•u�,:,�c1aD �9)�jS+C�'a�~*= y� ",L.,r t � d # ! # * # * By: C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary 10 1•-T COUNTY OF MONTGOMERY = C dpt On this 1st day of October 2015 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v I v a> Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,W 0.2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, i E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 CL 47 9P PASt COMMONWEALTH OF PENNSYLVANIA Q M 3 F eNw F Q 8q E {{ Notarial Seal �r�"�' ��G'� 0 _•y ���o s y Teresa Pastella.Notary Public By: ry y OF Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public 1-C ti- a My Commission Expires March 28,2017 0) rp 1 Q 1� yA�\C1 Member,Pennsylvania Association of Notaries E 02 a,?y tL e11 C m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance tr_l c2 ai,`, Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: m` ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 c r a; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, 0 c acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective "p y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so tv executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under >c the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t d a.�N cARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o0 > i and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute, N Zseal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their o 0 ! respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so V Ij executed such instruments shall be as binding as if signed by the president and attested by the secretary. p , Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. I Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true lan frrect copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 's day of h r ! 20/ Y� ANU CASL LZ'4 se/ `INSUq� NINSO? �pkNoa<;�g2.n `J�:,•P:;%.+;,vrF W�L�vrn+iii"Irn z ^ t9t9 ^ F y 1912 ° 1991 3 By: 1906 o s a Gregory W.Davenport,Assistant Secretary � J �y��,:aM^-`�� .�y-PNI,AG�'t��, � "snrK�;` ! �-.<a••- i 239 of B00 Scarsella Bros. Inc. 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. Mill Creek Side Channel / Leber Homestead Property Project Number: 08-3018 NAME OF PROJECT Scarsella Bros. Inc_ ME O E 'S RM 7 Bob Scarsella, VP SIGNAT,UfZE OF AUTHORIZED REPRESENTATIVE OF BIDDER Leber Homestead/Knox 23 March 17, 2016 Scarsella Bros. Inc. This change order form is for example purposes only. By submittir a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1,, 2y 3, etc.] NAME OF CONTRACTOR: flnsert Company Named ("Contracto CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if apglic� ORIGINAL_ CONTRACT DATE: f Insert Date Original Contract was SignE This Change Order amends the above-referenced contract; all other provisions of t contract that are not inconsistent with this Change Order shall remain in effect. For valual consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Leber Homestead/Knox 24 March 17, 2016 Project Number: 08-3018 5carsella Bros. Inc. Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1 -04.4 and 1-04.5 of the Kent Special Provisions and WSD( Standard Specifications, and Section VII of the Agreement, the Contractor accepts requirements of this Change Order by signing below. Also, pursuant to the above-reference contract, Contractor agrees to waive any protest it may have regarding this Change Order ai acknowledges and accepts that this Change Order constitutes final settlement of all claims any kind or nature arising from or connected with any work either covered or affected by tl- Change Order, including, without limitation, claims related to contract time, contra acceleration, onsite or home office overhead, or lost profits. This Change Order, unle otherwise provided, does not relieve the Contractor from strict compliance with the guarantl and warranty provisions of the original contract, particularly those pertaining to substanti completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any and this Change Order, prior to the effective date of this Change Order, are hereby ratified at affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Chan( Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they a authorized to enter into this contract modification, which is binding on the parties of tl' contract. 3. The Contractor will adjust the amount of its performance bond (if any) for th project to be consistent with the revised contract sum shown in section z, 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 J. LaPorte P.E. Its Its Public Works Director (title) (title) DATE: DATE; Leber Homestead/Knox 25 March 17, 2016 Project Number: 08-3018 Scarsella Bros. Inc. APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Leber Homestead/Knox 26 March 17, 2016 Project Number: 08-3018 Scarsella Bros. Inc. 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 ....................10 Tableof Contents Sheet ....................................... ................................ Invitationto Bid................................................................................... Contractor Compliance Statement........................................................Cal Date............................................................................................ Have/have not acknowledgment ................................................12 Signature and address ................................................................® Declaration - City of Kent Equal Employment Opportunity Policy ........0 Datedand signed ........................................................................121 AdministrativePolicy ........................................................................... Proposal...............................................................................................Ll First line of proposal - filled in ................................................... Unitprices are correct ................................................................ Subcontractor List (contracts over $LOOK) ..........................................12 Subcontractors listed properly.................................................... Signature .................................................................................... Subcontractor List (contracts over $1 million).....................................19 Subcontractors listed properly....................................................I@ Signature ....................................................................................12 Contractor's Qualification Statement ...................................................12 Complete form and notarize........................................................12 ProposalSignature Page......................................................................IZ All Addenda acknowledged ......................................................... EZ Date, signed and addressed ........................................................ 12 BidBond Form .....................................................................................IN Signed, sealed and dated ............................................................ Powerof Attorney....................................................................... (Amount of bid bond shall equal 511/o of the total bid amount) Combined Declaration Form .................................................................10 Signedand notarized ..................................................................W Change Order Form .............................................................................. IM Bidder's Checklist ................................................................................ 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 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Leber Homestead/Knox 27 March 17, 2016 Project Number: 08-3018 N rrir1"AWYMENT AND 1'vERFOR MANCE BOND Bond#023035749 000 44'.0, 'ro crry OF KENT K E N'T KNOW ALL MEN BYTVIESE PRESENTS: That we, the undersigned, scarsella Bros. Inc. as, Principal, and ._Liberty mutual Insurance Company . .......... ....... . . .......................... a Corporation organized aind existing under the la'' s of the State of V$X%hkypXX as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Munidpal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal SUrn Of $?_tg , 76-52 together wM-i any a(�usLments, up or down, in the tota] contract -- — —.1 price because of changes in the contract work, for the payment of which SUM on dernand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Massachusetts 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 l'ias let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Mill Creek Side Channel Leber Homestead Property/Project Number: 08-3018 (which contract is referred to herein and is rnade 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-FHVVA, 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 wMl provisions and supplies for the carrying on of said work and shall indemnify and: hold the CITY OF DENT harmiess from any damage or expense by reason of failure of performance as specified in said contract or fron"i 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 irl&VUMent Under thr.-,,ir separate seals. The narne and corporate seal (if required by iaw) of eac-i corporate party is Hereto affixed and duly signed by its undersigned representatives pul"SUant to aUth0rity of its governing body. Leber HornestKA/Knox 2B March 17, 2016 PrOJOUNUmber; 08-3018 T AA11 W,lj"P�,l S11S E",: Scarseila Eros. Inc. 6PI BY Bob Scar 11 sella Shelly 4Williams I..I..FLE:Vice President DA � _._ PLATE: ORP'O A;'FE SEAL: ..Julie Frantz _ .. PRINT NAME DATE: ' 1, m�.. ', .,._ _. Liberty Mutual Insurance Company SU ET, a iigkVl [ ld . .n ' P F TE SEAL BY" M. . r t LI Cynt�hialL. Jay ���" DATE: T P TL E� Attorney-in-Fact ADDRESS: 1001 4th Avenue, Suite 1300 Seattle,WA 98154 CERT I I CATEAS TO R IL.. I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Bob SGarSe 1,a... ..._ Who signed the :said bond on behalf of the PriricipaP ..Sc-arsella.._Bros,__Inc.._ .. . ..._ . _. Of the saidCorporation; that I know his signature thereto is genuine, arid that said or°id Was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body, 'SECPASSISTANT SECRETARY r_ebor Hownostead/Knox 29 Mardi 17, 2016 Projcct Number: 08-3018 ...................1­_....._..._.......... THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, this Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7128927 American Fire and Casualty Company Libehly,Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American,Fire&Casualty Company and The Ohio Casually Insurance Company are corporations duty organized under the laws of he Stale New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A.Kellner;Annelies M.Richie; Barbara A.Johnson; Brent E,.Heilesen;Carley Espiritu;Christopher Kin on;Cynthia L.Jay;Diane M.Harding;Eric A.Zimmerman;James B.Binder;Jamie Dienner;Jennifer L,Snyder;Jon J.Ova;Julie R.Truitt; Karen C.Swanson;Kristine A. Lawrence; Lisa M.Anderson;Mitchell R.Smee; Peggy A. Firth; Peter J.Comfort all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge ands deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this isil day of October 2015 American Fire and Casualty Company qw 00 CA lNsu/ f" The Ohio Casualty Insurance Company Liberty Mutual Insurance Company 4) t r) .1c 1906 0 0 1919 < 1991 Wes rinerican insurance Company 1�y ua 0 By: STATE OF PENNSYLVANIA ss David M.Care ;Assistant Secretary C M COUNTY OF MONTGOMERY M = 0 On this 1 st day of October 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and U as Casualty Company,Liberty Mutual insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, 0 :3 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. LU I- M r= 4) > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seat at Plymouth Meeting,Pennsylvania,on the day and year first above written, O CL v COMMONWEALTH OF PENNSYLVANIA C) ,p, PAS, In 014vvf., 4 Notarial Seal 0 Teresa Paste t4fla, Ay Public By: 14& M or Plymouth Twp,Montgomery County Teresa Pasteta,Notary Public 0 My Cornrnissuon Exprres,March 28,2017 to e 0 Member,Pennsylvania Assoctafion o�Notanes 0 E 4� "BAN P CL M 0 W 4� C cc This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance U)0 Company,Liberty Mutual Insurance Company,and West American insurance Company which resolutions are now in full force and effect reading as follows: im U) Cn W La) ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 r- to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, 0 lZ acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E i powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so W I L_0 M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority -0 granted to any representative or attorney-in-fact under > I the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. C-4 7M r' Q?: ARTICLE X111-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, > and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, ce) f 0 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their 4E 00 0 Z 0' respective powers of attorney,shelf have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so Q U T_ executed such instruments shall be as binding as if signed by the president and attested by the secretary. o 19 Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed, 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force an and has not been revoked. IN TESTWONY WHEREOF,d I haveeffect hereunto set my hand and affixed the seals of said Companies this j­':2 day of A IT",> J 2014—L rrF 0,�40 CJ S- \, P . 'T Z� 1906 9 0 19� 1 1 C 1 991 By: 1912 4- z :1 GregM W.Davenport,Assistant Secretary 314 of 800 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Scarsella Bros. Inc. , organized under the laws of the State of Washington , located and doing business at 8404 S. 196th Street, Kent, WA. ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Mill Creek Side Channel / Leber Homestead Property/Project Number: 08-3018 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 2016 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 one hundred eighty (180) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Leber Homestead/Knox 31 April 21, 2016 Project Number: 08-3018 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 competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT 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 following indemnification language is required by Washington State Recreation and Conservation Office, one of the primary funders of this project. The contractor shall defend, indernnitk, and hold the State and its officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the actual or alleged acts, errors, omissions or negligence of, or the breach of any obligation under this Agreement by, the spow"r contractor or thespensar,!s contractor's agents, employees, eenfiweters,-subcontractors, or vendors, of any tier, or any other persons for whom the spamser contractor may be legall'y liable. Pro�vided that nothing herein shall require a spenser contractor to defend or indemnify the State against and hold harmless the State from claims, demands or suits based solely u on the negligence of the State, its employees and agents for, whom the State is vicariously liable. Provided further that if the claims or suits are caused by or result from the concurrent negligence of(a) the spat mar contractor or the spans contractor's agents, employees, eenbwaetamy subcontractors or vendors, of any tier, or any other persons for whom the Spenser Contractor is legally liable, and (b) the State its employees and agents for whom it is vicariously liable, the indemnity obfigation shall be valid and enforceable only to the extent of the sp&nsar--�s contractor's negligence or the negligence of the spensai4q contractor's, agents, employees, e&ntmcteraj subcontractors or vendors, of any tier, or any other persons for whom the spenser contractor may be legally liable. Leber Homestead/Knox 32 April 21, 2016 Project Number: 08-3018 This provision shall be included in any Agreenient between sponser contractor and any eentwetars,--sub con tra for and vendors of any tier. The sponsur contractor shall also defend, indemnify, and hold the State and its officers and employees harmless from off claims, demands, or suits at law or equity arising in whole or in part front' the alleged'patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the spenser contractor or the spemet,�s contractor's agents, employees, eantraetwf-s7 subcontractors or vendors, of any tier, or any other persons for whom the :qpensar contractor may be legally liable, in performance of the Work under this Agreement or arising out of any use in connection with the Agreement of methods, processes, designs, information or other items furnished or communicated to State, its, agents, officers and employees pursuant to the Agreement; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights, or inventions resulting from State's, its agents', officers'and employees' failure to comply with specific writte n instructionsregarding use provided to State, it agents, officers and employees by the spenser contractor, its agents, employees, e"frattN&Fa,- subcontractors or vendors, of any tier, or any other, persons for whom the span"r contractor may be legally liable. The effser contractor specifically aSSUmes potential liability for actions brought by the contractor's own employees or its agents against the State and, solely for the purpose of the indemnification and defense, the r contractor specifically waives any immunity under the state industrial insurance law, RWC Title 51. The Washington State Recreation and Conservation Office (RCO) is included within the term State, as are all other agencies, departmel7ts, boards, or other entities of state government. 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 RCVS Ch. 19,.122, as, amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, Leber Homestead/Knox 33 April 21, 2016 Project Number 08-3018 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. Leber Homestead/Knox 34 April 21, 2016 Project Number: 08-3018 CITY Q� #� C�IT— „ BY: S Z E OOK `, MAYOR DA ATTEST: AJAt.-D APPRO 'D AS TO pm: KENT LAW DEPARTMENT CONTRACTOR . , BY: PRINT NAME:Bob Scarsella TITLE: Vice President DATE: ., oy` Leber Homestead/Knox 35 April 21, 2016 Project Number; 08-3018 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. 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 1185 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. 4. Pollution Legal Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Leber Homestead/Knox 36 April 21, 2016 Project Number: 08-3018 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. 3. Pollution Legal Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. 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 Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of 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. Leber Homestead/Knox 37 April 21, 2016 Project Number: 08-3018 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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. Leber Homestead/Knox 38 April 21, 2016 Project Number: 08-3018 Client#: 111013 SCARBROS1 DATE(MMIDONYYY) ACORD.. CERTIFICATE OF LIABILITY INSURANCE 4122/2016 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 CONTACT NAME: Sharnel Di Vona Propel Insurance PHONE FAX (A/C No Ell:253.310.4047 (Al.No): 866.577.1326 Tacoma Commercial Insurance E-MAIL ro 1201 Pacific Ave,Suite 1000 ADDRESS: sharnel.divona @P Pelinsurance.com INSURER(S)AFFORDING COVERAGE NAIC rr Tacoma,WA 98402 INSURER A:Liberty Mutual Fire Ins Co 23036 INSURED Scarsella Bros. Inc. INSURER a:Navigators Specialty Insurance 36056 INSURERe:Allied World Assurance Company 19489 PO Box fi8697 Ohio Casual Insurance Company 24074 Seattle,WA 98168-0697 INSURER D: Casualty P Y INSURERE:Travelers Property Casualty Coo 125674 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UB POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMlODlYYY MMIDDfY A GENERAL LIABILITY X X TB2Z91454734105 510112015 05/01/2016 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMA 70 RENTED PREMi5 Ea occurrence $1 000,000 CLAIMS-MADE a OCCUR MED EXP(Any one person) s5 000 X BI/PD Ded: $15,000 PERSONAL BADVINJURY $1,000,000 X LC 04 43 05112 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG s2,000,000 POLICY X PRO LOC S JFC A AUTOMOBILE LIABILITY X X AS2Z91454734035 5/01/2015 05/01/201 CO B d..,)SINGLEUMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS N NON-OWNED PROPERTY DAMAGE $ AUTOS Per.cadent B UMBRELLA LIAB N OCCUR X X SEI SEXC7496231 C 0510112015 0510112016 EACH OCCURRENCE $5 000 000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5 00O 000 DED I I RETENTION snla S WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY WA Stop Gap Only: Y I I x I ER A ANY PROPRIETORIPARTNEWIEXECUTIVE Y/N TB2Z91454734105 6/0112015 051011201 E.L.EACH ACCIDENT $1 000 000 OFFICERIMEMBEREXCLUDED? � NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1 000,000 11 yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Contr.Pollution 03083387 5/0112015 0510112017 $2,000,0001$25,000 ded. D Excess Liability ECO1656620162 5/01/2015 05101/201 $9,000,000(X of$5MM) E Inst Floater QT6605C528273TIL15 510112015 05101/201 $1,000,0001$1,000 ded. DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:#08-3018-Mill Creek Channel I Leber Homestead Property Project. City of Kent is included as an additional insured per the attached forms and/or endorsements. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ty THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE 01988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2176684/M2124667 KTR00 S r This'page,has been;left blank intentionally. 2, 2t rl i �f, ,T 1 IV 51 �- {Lttt�il fir 71d 1r t7 .>-t �ti zyt 1 , �'ly.1r ry t 4 „ F: 7 t4 F �N f , 1 tit r.-: _ ._. r ,r_.4._�t � Z r ^,.,...4. L�r_.�:«.>:,,vvr.f.'. .. rll'i, .�'.`,° `s u•^'F.•t `!v,>> _ ,i .� Policy Number AS2Z91454734035 Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III, Lessor-Additional Insured and Loss Payee IV. Supplementary Payments - Increased Limits V. Fellow Employee Coverage Vl. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible-Single Deductible XI. Physical Damage Deductible-Glass XII. Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage-Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage- Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXIII. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words you and your also refer to any organization you-newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by 11. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - LIABILITY COVERAGE is amended to add: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any"leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the'leased auto"whichever occurs first. B. For any 'leased auto" that is a covered "auto" under SECTION 11 - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the 'leased auto". However, the lessor is an "insured" only for"bodily injury" or"property damage" resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a 'leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the'leased auto"for'loss"to the covered "leased auto". 2. The insurance covers the interest of the lessor of the 'leased auto" unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a 'leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any"temporary substitute" of such 'leased auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 2 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss" or destruction. IV. SUPPLEMENTARY PAYMENTS-INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to$3,000 for the cost of bail bonds(including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including the actual loss of earnings up to$500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5. of SECTION II-LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II -LIABILITY COVERAGE for a covered "auto" is amended to add: This exclusion does not apply to"property damage" or"covered pollution cost or expense"involving"personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII.ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph AA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to$50 per day and to a maximum limit of$1,000. B. Paragraph AA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: This exclusion does not apply to the accidental discharge of an airbag. AC 84 07 0713 ©2013 Liberty Mutual Insurance. All rights reserved. Page 3 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion BA.a. of SECTION III -PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member; and (2) Are in a covered "auto"at the time of"loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE -SINGLE DEDUCTIBLE Paragraph D. in SECTION III -PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to"loss"caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the `loss"for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered"autos". XI. PHYSICAL DAMAGE DEDUCTIBLE-GLASS Paragraph D. in SECTION III -PHYSICAL DAMAGE COVERAGE is amended to add: No deductible applies to"loss"to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE-VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III -PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any 'loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XI11. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or 'loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "suit" or 'loss". Such notice must include: (1) How, when and where the"accident"or"loss"occurred; AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 4 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number ASU91454734035 Issued by (2) The"insured's" name and address; and (3) To the extent possible,the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the"accident", claim, "suit"or"loss"from your agent, servant or"employee". b. Additionally, you and any other involved"insured"must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's"own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery XV. WORLDWIDE LIABILITY COVERAGE- HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to include the following: For"accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or"suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The"insured" shall provide us with such information we shall reasonably request regarding such claim or "suit"and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 5 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered"auto"at the time of the"loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total"loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph AA.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 6 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by However, the most we will pay under this coverage is $30 per day, subject to a maximum of$900. XVII. AUTO MEDICAL PAYMENTS COVERAGE- INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the"accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE-BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II-LIABILITY COVERAGE is amended as follows: 1. Any"auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: a. Any"auto"owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of.selling, servicing, repairing or parking"autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds' while using any covered."auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any"auto"owned by that individual or by any"family member". D. SECTION III -PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto" owned by that individual or by any member of his or her household; or AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 7 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking"autos". E. For purposes of this endorsement, SECTION V-DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of$900 in any one period. D. This coverage does not apply: 1. While there are spare or reserve"autos"available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX.NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: AC 84 07 0713 ©2013 Liberty Mutual Insurance.All rights reserved. Page 8 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule;or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limit of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the"loss'; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1500 for each covered"auto". XXII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY- NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 9 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2Z91454734035 Issued by A. Coverage 1. Paragraph B.7. of SECTION IV- BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following Criteria are met: a. The"accidents"or"loss"occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.S. Other Insurance in SECTION IV- BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a 'loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto"must be repaired in Mexico in order to be driven,we will not pay more than the actual cash value of such `loss"at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any"insured"who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.S. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident', to waive rights of recovery against such person or organization. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 10 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy lumber AS2Z91 4 54 734 0 35 Issued by Schedule Premium Liability eajuyra;:.; Physical Damage Total Premium V. Fellow Employee Schedule of Employees: LEI, XVlll. Drive Other Gar LIAR MP Um UlM COMP COLL Name of Individual �����i�,�t ���o<r.��� f f�✓Il1��i� �f� 131�f�"p l��ryu�`i,� yrii�/�i+iic 'Ii���r i9l/:-:" �.,li✓,b„6 v A�' �rm r:✓fi�d�n mn.. w'vrA�e ..✓rl�lrG✓f<.a r,�.rQ._/,r„r.�r r�✓.uN.Ftiti:4 XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days AC 84 07 07 13 2013 Liberty Mutual Insurance.Alt rights reserved. Page 11 of 11 Includes copyrighted material at Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. s. Gt' - 1' 4 } -;t, AS2Z91454734035 Scarsella Bros. Inc. POLICY NUMBER: COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization where the named insured has agreed by written contract to include such person or organization as a designated insured Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 This page has•been left blank intentionally. ti•Y' , F �TT: r p:17r� p�c4 r J r r t .. i ✓ `A` I Policy Number Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2. Non-Owned Watercraft Extension Item 3. Damage To Premises Rented To You - Expanded Coverage Item 4. Bodily Injury To Co-Employees Item 5. Health Care Professionals As Insureds Item 6. Knowledge Of Occurrence Item 7. Notice Of Occurrence Item 8. Unintentional Errors And Omissions Item 9. Bodily Injury Redefinition Item 10. Supplementary Payments—Increased Limits Item 11. Property In Your Care,Custody Or Control Item 12. Mobile Equipment Redefinition Item 13. Newly Formed Or Acquired Entities Item 14. Blanket Additional Insured Where Required By Written Contract Lessors of Leased Equipment Managers or Lessors of Premises Mortgagees,Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 15. Blanket Additional Insured—Grantors Of Permits Item 16. Waiver Of Right Of Recovery By Written Contract Or Agreement Item 17. Other Insurance Amendment Item 18. Contractual Liability -Railroads Item 1. Reasonable Force Exclusion a. of Section I -Coverage A- Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You - Expanded Coverage A. The final paragraph of 2. Exclusions of Section I - Coverage A- Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III -Limits Of Insurance. B. Paragraph 6. of Section III—Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of"insured contract"in Section V—Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract". D. The paragraph immediately following Paragraph (6) of exclusion j. of Section I —Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2. of Section II -Who Is An Insured is amended to include: Each of the following is also an insured: Your supervisory or management "employees" (other than either your "executive officers" (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company)) are insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to"bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture),- LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 2 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company)) or"volunteer workers"are insureds while in the course of their employment or while performing duties related to the conduct of your business for a Good Samaritan Act that results in"bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). A Good Samaritan Act means an attempt to rescue or aid a person in imminent or serious peril, provided the attempt is not recklessly made. However, none of these "employees" (including supervisory or management "employees") or "volunteer workers"are insureds for the providing or failure to provide professional health care services. B. The insurance provided by this Item 4. will not apply if the injured person's sole remedy for such injury is provided under a workers'compensation law or any similar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured,whether primary, excess, contingent or on any other basis. Item 5. Health Care Professionals As Insureds A. Paragraphs 2.a.(1)(a) and (d) of Section II -Who Is An Insured do not apply to"bodily injury"or"personal and advertising injury' arising,out of the providing of or failure to provide professional health care services by any employee or volunteer' of the Named Insured who is a designated health care provider' if the bodily injury' or"personal and advertising injury" occurs in the course and scope of the "designated health care provider's" employment by the Named Insured. B. With respect to"employees"and "volunteer workers"providing professional health care services, the following exclusions are added to Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section 1 — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract'or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or LC 04 43 05 12 ©2012 Liberty Mutual Insurance. All rights reserved. Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V-Definitions: "Designated health care provider" means any"employee" or"volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Other Insurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured,whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Knowledge of an "occurrence" by your agent, servant or"employee" will not in itself constitute knowledge by you unless your"executive officer" or "employee" or other third party designated by you to notify us of "occurrences" has knowledge of the"occurrence". Item 7. Notice Of Occurrence For purposes of Paragraph 2.a. of Section IV - Conditions, you refers to an "executive officer" of the Named Insured or to the"employee"designated by the insured to give us notice. Item S. Unintentional Errors And Omissions Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this policy shall not be a basis for denial of any coverage afforded by this policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. Item 9. Bodily Injury Redefinition The definition of"bodily injury" in Section V-Definitions is replaced by the following: "Bodily injury"means: a. Bodily.injuy.., sickness or disease sustained by a.person,.including death resulting.from any of.these.at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional illness or distress. Item 1Q.. Supplementary Payments- Increased_Limits Paragraphs 1.b. and 1.d. of Section I - Supplementary Payments - Coverages A And B, are replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit"including substantiated loss of earnings up to$500 a day because of time off from work. LC 04 43 0512 O 2012 Liberty Mutual Insurance.All rights reserved. Page 4 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of exclusion j. of Section I —Coverage A—Bodily Injury and Property Damage Liability only apply to: 1. "Property damage"to borrowed equipment, or 2. "Property damage"to property in your care, custody and control while in transit. B. This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this policy. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section III — Limits Of Insurance, the most we will pay for insurance provided by Paragraph A., above is: $10,000 Each Occurrence Limit $25,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one 'occurrence" regardless of the number of persons or organizations who sustain damage because of that'occurrence". The Aggregate Limit-is the most.we will pay for the sum.of all damages under this Item.1.1. Item 12. Mobile Equipment Redefinition The definition of"Mobile Equipment'in Section V—Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road Maintenance, but not construction or resurfacing; or (3) Street cleaning. Item 13. Newly Formed Or Acquired Entities Paragraph 3. of Section II—Who Is An Insured is replaced by the following: 3. Any organization, other than a partnership or joint venture, you newly acquire or form and over which you maintain majority ownership or majority interest will qualify as a Named Insured if there is no other similar insurance available to that organization. a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period, whichever is earlier. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. c. Coverage B does not apply to"personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. Item 14. Blanket Additional Insured Where Required By Written Contract Paragraph 2. of Section II -Who Is An Insured is amended to add the following: e. Additional Insured by Written Contract or Written Agreement The following are insureds under the policy when you have agreed in a written contract or written agreement to provide them coverage as additional insureds under your policy: (1) Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organization(s). (2) Managers or Lessors of Premises: Any manager or lessor of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afforded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent acts or omissions of you, your"employees", your agents or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; or (b) Any premises for which coverage is excluded by endorsement. (3) Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of the ownership, maintenance or use of your premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. (4) Owners, Lessees or Contractors: any person(s) or organization(s) to whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or"personal and advertising injury' caused, in whole or in part, by your acts or omissions or the acts or omissions of your "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of"your work"included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your acts or omissions or the acts or omissions of your"employees", your agents, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. LC 04 43 0512 ©2012 Liberty Mutual Insurance.All rights reserved. Page 6 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (5) Architects, Engineers or Surveyors: any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; or (b) In the performance of your ongoing operations. This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (6) Any Person or Organization Other Than a Joint Venture:Any person or organization (other than a joint venture of which you are a member) for whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations; or (b) In connection with premises owned by you. This insurance does not apply to: 1. Any construction, renovation, demolition or installation operations performed by or on behalf of you, or those operating on your behalf; 2. Any person or organization whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, specification or the performance of any other professional services by such person or organization; or 3. Any person or organization more specifically covered in Paragraphs e.(1) through (5)above. The insurance afforded to any person or organization as an insured under this Paragraph 2.e.: (1) Applies only to coverage and minimum limits of insurance required by the written agreement or written contract, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; LC 04 43 05 12 ©2012 Liberty Mutual Insurance.All rights reserved. Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) Does not apply to any person or organization for any "bodily injury", "property damage" or"personal and advertising injury"if any other additional insured endorsement attached to this policy applies to that person or organization with regard to the"bodily injury", "property damage"or"personal and advertising injury' (3) Applies only if the "bodily injury' or "property damage" occurs, or offense giving rise to "personal and advertising injury"is committed, subsequent to the execution of the written agreement; and (4) Applies only if the written agreement is in effect at the time the"bodily injury"or"property damage"occurs, or at the time the offense giving rise to the"personal and advertising injury"is committed. Item 15. Blanket Additional Insured—Grantors Of Permits Paragraph 2. of Section II-Who Is An Insured is amended to add the following: Any state, municipality or political subdivision with respect to any operations performed by you or on your behalf, or in connection with premises you own, rent or control and to which this insurance applies, for which the state, municipality or political subdivision has issued a permit. However,this insurance does not apply to: 1. "Bodily injury", "property damage" or"personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or"property damage" included within the "products-completed operations hazard", except when required by written contract or agreement initiated prior to loss;or 3. "Bodily injury', "property damage" or"personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behalf. Item 16. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery because of payments we make under this policy for injury or damage arising out of your ongoing operations or"your work" included in the "products-completed operations hazard"that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the"bodily injury"or"property damage"occurs, or offense giving rise to"personal and advertising injury"is committed subsequent to the execution of the written contract or agreement_ Item 17. Other Insurance Amendment If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV— Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same"occurrence", claim or"suit". Item 18. Contractual Liability—Railroads Paragraph 9. of Section V-Definitions is replaced by the following: 9. "Insured Contract"means: LC 04 43 0512 ©2012 Liberty Mutual Insurance.All rights reserved. Page 8 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission_ a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an"insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failing to render professional services, including those listed in Paragraph (1)above and supervisory, inspection, architectural or engineering activities. LC 04 43 05 12 ©2012 Liberty Mutual Insurance. All rights reserved. Page 9 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. � A This page has been left blank intentionally. A„ V. S� � 1. Y� y T njf h 5 7 �_.�,. ,.f..-. .. �. .s --.� 1 �'+ .. _- rj•a aa ., (i• �rtf 1+��. ,} .i..�� _,. ..'ra fS_ 65240697 EXCESS LIABILITY COVERAGE FORM There are provisions in thi's policy that restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured. The words "we," "'us"" and "our" refer to the Company providing this insurance. The word Insured means any person or organization qualifying as such in the "first underlying insurance." Other words and phrases that appear in quotation marks have special meaning and can be found in the DEFINITIONS Section or the specific policy provision where they appear. In consideration of the payment of the premium and in reliance upon the statements in the Declarations we agree with you to provide the coverage as follows: INSURING AGREEMENTS 1. COVERAGE of the Declarations is the most we will pay for all "loss" that is subject to an e will pay on behalf of the Insured the aggregate limit provided by the "first amount of "loss" covered by this insurance in underlying insurance." The aggregate excess of the "Underlying Limits of Insurance" limit applies separately and in the shown in Item 5. of the Declarations, subject same manner as the aggregate limits to INSURING AGREEMENT Section It., Limits provided by the "first underlying insur- of Insurance. Except for the terms, conditions, ance," provided that all "underlying in- definitions and exclusions of this policy, the surance" applies their aggregate limit. coverage provided by this policy will follow in the same manner as the "first un- the "first underlying insurance." derlying insurance," It. LIMITS OF INSURANCE 3. Subject to B.2., the occurrence limit stated in Item 4. of the Declarations is A. The Limits of Insurance shown in the Dec- the most we will pay for all "loss" larations and the rules below describe the arising out of any one occurrence to most we will pay under the terms of this which this policy applies. insurance regardless of the number of. 4. Subject to Paragraphs 8.2. and 8.3. 1. Insureds; above, if the "Underlying Limits of In- surance" described in Item 5. of the 2. claims made or suits brought; Declarations are either reduced or ex- 3. persons or organizations making hausted solely by payment of "loss,", claims or bringing suits. such insurance provided by this policy will apply in excess of the reduced B. The Limits of Insurance of this policy will underlying limit or, if all underlying apply as follows: limits are exhausted, will apply as "un- derlying insurance" subject to the 1. This policy applies only in excess of same terms, conditions, definitions and the "Underlying Limits of Insurance" exclusions of the "first underlying in- shown in Item 5. of the Declarations. surance," except for the terms, condi- tions, definitions and exclusions of this 2. The aggregate limit shown in Item 4. policy. CE 65 24 06 97 (Page 1 of 7) Coverage is Provided in: Policy Number: Liberty The Ohio Casualty Insurance Company ECO (16) 56 62 0162 Mutual. INSURANCE POLICY FORMS AND ENDORSEMENTS This section lists all the Forms and Endorsemen(s for your policy. Refer to these documents as needed for detailed information concerning your coverage. FORM NUMBER TITLE CE 65 24 06 97 Excess Liability Coverage Form CE 65 29 01 08 Certified Acts of Terrorism Exclusion CE 66 28 03 99 Washington Asbestos Exclusion CE 66 54 05 09 Recording And Distribution Of Material Or Information In Violation Of The Law Exclusion CE 88 50 01 07 Washington Conditional Exclusion Of Terrorism (Relating To Disposition Of Federal Terrorism Risk Insurance Act) CE 88 64 10 14 Access or Disclosure Of Confidential Or Personal Information And Data-Related- Liability with Limited Bodily Injury Exception Exclusion CU 60 05 06 97 Named Insured CU 61 90 08 10 Washington Changes - Cancellation and Nonrenewal CU 64 87 10 05 Economic or Trade Sanctions Condition Endorsement In witness whereof, we have caused this policy to be signed by our authorized officers. Dexter Legg Paul Condrin Secretary President To report a claim, call your Agent or 1-800-362-0000 DS 70 23 0108 05/01/15 56620162 N0210526 235 NCAOPPNO INSURED COPY 000821 PAGE 11 OF 30 Policy Number: 0308-3387 Named Insured: Scarsella Bros., Inc. Effective Date: May 1, 2015 12:01 A.M., Standard Time SCHEDULE OF FORMS AND ENDORSEMENT The following forms and endorsements are made a part of this policy: Endorsement Form#/Edition IWA Number ENV-CPL 0000100 Contractors Pollution Liability Policy Declarations 02/12 1 ENV-IL 00007 00 Terrorism Exclusion with Exception for Certified Acts 02/15 of Terrorism 2 ENV-CPL 00007 00 Strategic Response Coverage Extension 12/11 3 ENV-CPL 00008 00 Supplementary Payments Subject to Deductible 01/10 Endorsement 4 ENV-CPL 00022 00 Deletion of Damage to Property Exclusion and 07110 Amendment of Property Damage Definition 5 SB Manu A Additional Named Insured(s) ENV-CPL 00003 00 Contractors Pollution Liability Policy 02/12 Commercial Navigators Excess Declarations This contract is registered and deWered as a surplus line NAV-EXC-DEC (4110) coverage under the insurance c*de of the state of Washington,Title 48 Rif. It is not protected by any Policy Number SE1 5EXC7496231C Washington state guaranty association law Producer Number. SWETOID05 Renewal Name of Surplus Lines Broker Frank Dias Insuring Company: Navigators Specialty Insurance Company Producer: Swett&Crawford Corp. One Penn Plaza 720 Olive Way, 18th Floor New York, NY 10 119 Seattle,WA 98101-1878 1. Named Insured: Scarsella Bros, Inc. Business Type: Corporation Address: PO Box 68697 8404 S 196th Street, Kent, WA 98031 Seattle, WA 98168 2. Policy Period: From: 0510112015 to 0510112016 (At 12:01 a.m.standard time at your mailing address shown above.) 3. Limits of Insurance Products-Completed Operations Aggregate $5.000,000 Each Occurrence or Event $5,000,000 General Aggregate $5,000,000 4. Underlying Insurance, See AMENDMENT-SCHEDULE OF UNDERLYING attached 5. Premium at Inception Policy Premium: Minimum Premium- Minimum Earned: Terrorism Premium: 6. Endorsements Attached to this Policy at Inception Commercial Excess Liability Declarations NAV-EXC-DEC (04110) Commercial Excess Liability Coverage Part NAV-EXC-001 (04/10) OFAC ENDORSEMENT NAV-ML-002(11/12) CLAIM REPORTING PROCEDURES NAV-PHN-200(10113) Claims Made Underlying NAV-EXC-3G4(03/10) Amendment-aggregate Limits of Insurance(Per Location or Per NAV-EEC-6022 (11/11) Project) Exclusion -Exterior Insulation and Finish System NAV-EXC-311 (07/09) Exclusion -Rejected Coverage NAV-EXC-321 (07/09) EXCLUSION -NEW YORK NAV-EXC-5027 (11/12) Exclusion-Wrap-ups NAV-EXC-354 (10/09) Nuclear Energy Liability Exclusion NAV-EXC-302(07/09) Service of Suit Endorsement NAV-ECD-300 (04105) Exclusion of Certified Acts of Terrorism NAV-EXC-401 (01/08) Amendment- Schedule of Underlying NAV-ECD-104 (02111) Page 1 of 2 Amendment of Conditions Other Insurance Primary and Non- NAV-EXC-348A(01/11) Contributing Waiver of Subrogation NAV ECD-6012(01/11) Signed at: by This day of: Authorized Representative NAV-EXC-DEC(4/10) Page 2 of 2 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract.....................................:. 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-16 1-07 Legal Relations and Responsibilities to the Public................. 1-19 1-08 Prosecution and Progress ................................................. 1-23 1-09 Measurement and Payment .............................................. 1-28 1-10 Temporary Traffic Control ................................................ 1-30 DIVISION 2 EARTHWORK.......................................................... 2-1 J2-07 Watering ....................................................................... 2-1 2-10 Channel Excavation Including Haul .................................... 2-2 2-12 Construction Geosynthetic................................................ 2-3 2-13 Fill Construction of Berms A & B........................................ 2-3 2-14 Contaminated Soil Mixing and Disposition........................... 2-4 DIVISION 7 DRAINAGE, STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-00 General Requirements ..................................................... 7-1 DIVISION 8 M I SCELLANEOUS CONSTRUCT ON ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-02 Roadside Restoration....................................................... 8-9 8-12 Chain Link and Wire Fence ............................................... 8-11 8-15 Riprap ........................................................................... 8-12 8-26 Large Wood Structures .................................................... 8-12 8-30 Project Signs.................................................................. 8-14 -, DIVISION 9 MATERIALS............................................................ 9-1 9-09 Timber and Lumber......................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-2 KENT STANDARD PLANS ................................................................. A-1 HEALTH AND SAFETY PLAN............................................................. A-2 CONTAM I NATED SO I L MEMO .......................................................... A-3 TRAFF I C CONTROL PLANS .............................................................. A-4 PROJECTSIGN................................................................................ A-5 PREVA I L I NG WAGE RATES.............................................................. A-6 Leber Homestead/Knox March 17, 2016 Project Number: 08-3018 J KENT SPEC 1 AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 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. Q I V I S I ON 1 - GENERAL REQU I REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications.as modified by these Kent Special J 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 _.J HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINTION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. Leber Homestead/Knox 1 - 1 March 17, 2016 Project Number: 08-3018 L The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent rr. Standard Plans, Addenda, various certifications and affidavits, L supplemental agreements, change orders, and subsurface boring logs (if any). L Also incorporated in the Contract by reference are: r 1 . Standard Plans (M21-01) for Road, Bridge and Municipal L Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; L 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; r' 3. American Water Works Association Standards, current edition; L 4. The current edition of the "National Electrical Code." r Responsibility for obtaining these publications rests with the Contractor. �. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE r FOLLOWING DEFINITION: L. Incidental Work L. 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 L 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. L 1-02 BID PROCEDURES AND CONDITIONS r L. SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-02.1 Qualification of Bidders L Bidders shall be qualified by ability, experience, financing, equipment, F and organization to do the work called for in the Contract. The City L reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action r includes the City's review of the qualification information in the bid L documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and r able to perform the contract work. If the City determines that the L lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the r- contract to the next lowest bidder that the City, in its solejudgment, L Leber Homestead/Knox 1 - 2 March 17, 2016 r Project Number: 08-3018 L. J determines is also responsible and able to perform the contract work y (the "lowest responsive and responsible bidder"). J SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032 SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: J 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond J (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 Leber Homestead/Knox 1 - 3 March 17, 2016 J Project Number: 08-3018 L_ 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 L. Insurance List in the State of Washington published by the Office of the Insurance Commissioner. L 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 r rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: r^ 1-02.9 Delivery of Proposal r- 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. t- SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-02.10 Withdrawing, Revising, or Supplementing Proposal L After submitting a Bid Proposal to the Contracting Agency, the Bidder r may withdraw or revise it if: L 1 . The Bidder submits a written request signed by an authorized r person, and L. 2. The Contracting Agency receives the request before the time for opening Bids. r L The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for F opening Bids. L SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: r- L 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be L interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that r 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. r L SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: r L 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. L Leber Homestead/Knox 1 - 4 March 17, 2016 Project Number: 08-3018 L SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: J 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 "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK a 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 A 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 Leber Homestead/Knox 1 - 5 March 17, 2016 Project Number: 08-3018 r L_ proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item r prices in the contract. L SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL r PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, L "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. L SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: r— 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda r` L 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications L 7. Kent Standard Plans 8. WSDOT Standard Plans r L SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRPHAS A AND B). L SECTION 1-04.4 1S REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: L 1-04.4 Changes r For Item 2, increases or decreases in quantity for any bid item shall be L 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. L. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT F- TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: L Within 14 calendar days of delivery of the change order the contractor F shall endorse and return the change order, request an extension of time L for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the F Contractor fails to comply with these requirements. Changes normally L noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the r unit prices that apply. The Contractor shall respond immediately to L changes shown on field stakes without waiting for further notice. r L Leber Homestead/Knox 1 - 6 March 17, 2016 Project Number: 08-3018 L .1 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 SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging, storage and disposal locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging, storage and disposal area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use (exception — see KSP 2-14.3 (C) — Transportation and Disposal of Contaminated Soil). Whether the City does or does not provide a staging area, if the Contractor selects its own staging, storage or disposal area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in appropriate Kent or local jurisdiction City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and -, approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material J left from grading, surfacing, paving, or temporary erosion control measures. Leber Homestead/Knox 1 - 7 March 17, 2016 A Project Number: 08-3018 F L 1-05 CONTROL OF WORK r- L. SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. r 1-05.4 Conformity With and Deviations From Plans and Stakes L. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: L_ 1-05.5 City Provided Construction Staking 1-05.5(1) General r^ As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, r whether or not set by the City. L The City will supply construction stakes and marks establishing lines, F slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) L of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. i The Contractor shall provide a work site clear of equipment, stockpiles r- and obstructions which has been prepared and maintained to permit L construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see r Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall L provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is F properly prepared. Up to an additional 3 working days may be required L depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through L Friday, except holidays as listed in Section 1-08.5. r It is illegal under Revised Code of Washington 58.09.130 and L Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be L carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time L for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or L monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or r monument that was not to be disturbed or damaged by the Contractor's L 7 Leber Homestead/Knox 1 - 8 March 17, 2016 Project Number: 08-3018 L J operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have _ embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining Wall Surveys _J For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an J experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The J Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. l 2. Up to 6 bench marks in close proximity to the work area. Leber Homestead/Knox 1 - 9 March 17, 2016 Project Number: 08-3018 r 3. Permanent monuments as shown on the drawings or as given by the City. L The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the �- City. Survey work shall be within the following tolerances: r 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) L During the progress of the work, the Contractor shall make available to r the City all filed books including survey information, footing elevations, L cross sections and quantities. The Contractor shall be fully responsible for the close coordination of L field locations and measurements within appropriate dimensions of structural members being fabricated. r L 1-05.5(4) Control Stakes r Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. L The Contractor shall determine appropriate construction stake offset F distances to prevent damage to stakes by its construction equipment. L Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hr for a city F survey crew to replace the stakes. The Contractor may not charge the L City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its L subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later r replace the stakes or monument at no cost to the Contractor. L 1-05.5(5) Staking Services r L Work requests must be made at least 3 working days in advance of the required staking. r L_ The City will furnish the following stakes and reference marks: r 1 . Clearing Limits - One set of clearing limit stakes will be set at L approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along r- the construction centerline of streets at 50-foot stations as L required. (If superelevations require intermediate stakes along Leber Homestead/Knox 1 - 1 0 March 17, 2016 Project Number: 08-3018 L 1 vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required, One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. Leber Homestead/Knox 1 - 11 March 17, 2016 Project Number; 08-3018 r, The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above L shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. L 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: r, Roadway grading +/-1500 lineal feet of centerline L Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) L Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) r- Illumination/signalization Approximately 15-20 structures �. Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, L. and other items that could affect production. The Contractor shall be aware that length does not always translate L directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may r- be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed L on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work L If the Contractor fails to remedy defective or unauthorized work within f the time specified in a written notice from the Engineer, or fails to L 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 r- notice, by any means that the Engineer may deem necessary, including L the use of City forces or other contractors. r If the Contractor fails to comply with a written order to remedy what L the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, r have the rejected work removed and replaced, or have the work the L Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the r- Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. F L Leber Homestead/Knox 1 - 12 March 17, 2016 Project Number: 08-3018 L J 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. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O 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, J the Contractor shall notify the Engineer and request in writing that the 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 J facilities, or correction or repair work remains to reach physical completion of the work. Leber Homestead/Knox 1 - 13 March 17, 2016 _� Project Number; 08-3018 r- L. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach r- physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. r If, after this inspection, the Engineer concurs with the Contractor that L the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial r Completion Date. However, if after this inspection, the Engineer does L 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 L schedule indicating when the Contractor expects to reach substantial and physical completion of the work. r L. This process shall be repeated until the Engineer establishes the Substantial Completion Date. L 1-05.11 (2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the L 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 L 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 L unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor F shall allocate the necessary resources to pursue completion of all L corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process F will continue until the Engineer is satisfied that all listed deficiencies L have been corrected. r If action to correct the listed deficiencies is not initiated within seven L (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, s- take all necessary steps to correct those deficiencies and may deduct all L costs incurred to correct the deficiencies from monies due or to become due the Contractor. r-- L Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered r physically complete. That date shall constitute the Physical Completion L Leber Homestead/Knox 1 - 14 March 17, 2016 F Project Number: 08-3018 L 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. 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 J work. Leber Homestead/Knox 1 - 15 March 17, 2016 a Project Number: 08-3018 r— 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. L SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r- 1-05.14 Cooperation With Other Contractors r 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 r or known to be pending at the time of bid. L_ Details of known projects are as follows: N/A L SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r L 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the L_ 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. t- 1-05.17 Oral Agreements r L 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 L 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 L the City. r 1-06 CONTROL OF MATER 1 AL L SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY, r L 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTIONS: r 1-06.6 Submittals L 1-06.6(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. L Accompany each submittal with a letter of transmittal containing the following information: L._ r Leber Homestead/Knox 1 - 16 March 17, 2016 Project Number: 08-3018 L 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. J 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 (1 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. 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: Leber Homestead/Knox 1 - 17 March 17, 2016 Project Number: 08-3018 r, L 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 L performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. r 3. Each submittal shall verify that the physical characteristics of items L. 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 L 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 L. bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of r all Product Data submittals to show the specific items being L submitted and all options included or choices offered. r- 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 L of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate L meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the r City. L The Engineer retains the exclusive right, at his or her sole discretion, to r accept or reject any proposed deviation with or without cause. L The Engineer will stamp and mark each submittal prior to returning it to r the Contractor. The stamps will indicate one of the following: L 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility F with the work not covered in this submission. This response does L not constitute approval or deletion of specified or required items not shown in the partial submission. r 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 L required items not shown in the partial submission. No resubmission is required. r 3. "AMEND AND RESUBMIT" — Rejected because of major L inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- r, submittal. An amended resubmission is required. L F Leber Homestead/Knox 1 - 18 March 17, 2016 Project Number: 08-3018 L 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. 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. 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 Leber Homestead/Knox 1 - 19 March 17, 2016 Project Number: 08-3018 r L 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. L 1-07.2(2) State Sales Tax — Rule 171 r WAC 458-20-171, and its related rules apply to building, repairing, or L. improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United r 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 r are part of the roadway lighting system. For work performed in these L 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, L equipment, or supplies used or consumed in doing the work. r 1-07.20) State Sales Tax — Rule 170 L WAC 458-20-170, and its related rules apply to the construction and r repair of new or existing buildings, or other structures, upon real L 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 L 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 L 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 property in or to real property, whether or not this L personal property becomes a part of the realty by virtue of installation. F For work performed in these cases, the Contractor shall collect from the L City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For r this reason, the Contractor shall not include the retail sales tax in the L unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. r L 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 L project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. r- L 1-07.20) Services r The Contractor shall not collect retail sales tax from the City on any L contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). F L Leber Homestead/Knox 1 - 20 March 17, 2016 Project Number: 08-3018 L J 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 documents with the laws, ordinances, rules, regulations, and orders. 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. SECTION 1-07.13(3) IS DELETED /N 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: J 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or J 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. -J 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 Leber Homestead/Knox 1 - 21 March 17, 2016 Project Number: 08-3018 r` L: Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. r L_ SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r L 1-07.17(3) Utility Markings r Once underground utilities are marked by the utility owner or its agent, L and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the r precise location of underground facilities that may conflict with other L 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 L improvements at that location is complete. r 1-07.17(4) Payment L All costs to comply with subsection 1-07.17(3) and for the protection r- and repair of all identified or suspected underground utilities specified L 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 L 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. L 1-07.17(5) Notification of Excavation F L Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written r notice (or other form of notice acceptable to the Engineer) to all owners L of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. r L 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through L its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations r for water, gas, telephone, electric power and combined sewerage L utilities within those areas. r The following list of contacts is provided only as a convenience L to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. r L CenturyLink Comcast Jason Tesdal Jerry Steele r (206) 345-3488 (253) 288-7532 L (203) 683-4242 (cell) (206) 391-1763 (cell) r Leber Homestead/Knox 1 - 22 March 17, 2016 Project Number: 08-3018 L -A Puget Sound Energy Verizon J Chang Pak Brad Landis (253) 395-6988 (425) 201-0901 (253) 449-6735(cell) (425) 766-1740 SECTION 1-07.18 IS 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 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start.of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS A SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-08.0 Preconstruction Conference J The Engineer will furnish the Contractor with up to five copies of the J Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to Leber Homestead/Knox 1 - 23 March 17, 2016 Project Number: 08-3018 r undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures r shown and all applicable field measurements. The Contractor shall L promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. r— L After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the r Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: r L.. 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties r associated or affected by the work. L 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. r 4. To verify normal working hours for the work. L 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the r work. L 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. r 2. A preliminary construction schedule. L 3. A list of material sources for approval, if applicable. 4. Schedule of submittals, (See 1-06.6(2)) r 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for L approval. 6. Traffic Control Plan (TCP) for approval. r 7. Request to sublet, for approval by the Engineer, of all L subcontractors. r SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-08.4 Notice to Proceed, Prosecution and Hours of Work F- L 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 L 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 L within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without r unauthorized interruption until physical completion of the work. L Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within r- the time(s) specified in the Contract. L Leber Homestead/Knox 1 - 24 March 17, 2016 r Project Number: 08-3018 L 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. a 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. 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 J OVERTIME RATE in order for locate crews to complete other Leber Homestead/Knox 1 - 25 March 17, 2016 i Project Number: 08-3018 r 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, L 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. r 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 r- L_. 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 L City resources will be available to meet thg accelerated schedule. No additional compensation will be allowed if the Contractor is not able to r meet its accelerated schedule due to the unavailability of City resources L or for other reasons beyond the City's control. F- The original and all supplemental progress schedules shall not conflict L with any time and order-of-work requirements in the contract. r 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 L Engineer. r The Engineer's acceptance of any schedule shall not transfer any of the L Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules r to ensure completion of the work within the times specified in the L contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND L REPLACING WITH THE FOLLOWING: r 1-08.5 Time for Completion L Contract time shall begin on the day of the Notice to Proceed. The r- Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. r SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work L Leber Homestead/Knox 1 - 26 March 17, 2016 Project Number: 08-3018 L 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. This project is expected to span two construction seasons, but completion in one season is prefer-red.' If two-season construction is planned, excavation, mixing and offsite haul and disposal or placement on-site of mixed soils shall, at a minimum, be completed prior to winter suspension. The winter suspension date will be 9/30/2016. All construction must be complete by 9/24/2016, and subsequent site stabilization complete by 9/30/2016. Construction can recommence on 06/01/2017 or earlier as determined by the Engineer. 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 J 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 A 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 Leber Homestead/Knox 1 - 27 March 17, 2016 Project Number: 08-3018 impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. r L. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- r 05.1 . L ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: r L_. 1 . Failure to obtain all materials and workers. r 1-09 MEASUREMENT AND PAYMENT L SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: L 1-09.2(1) General Requirements for Weighing Equipment L. 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. L- All tickets shall, at a minimum, contain the following information: r•— 1 . Ticket serial number (this is already imprinted on the tickets). L 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. L 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 L recorded on the ticket. 6. Weighman's identification. 7. Contract number. L 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. L The vehicle operator shall deliver the ticket in legible condition to the r- material receiver at the material delivery point. L SECTION 1-09.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING r- CLARIFICATION: L 1-09.7(2) Mobilization F It has been noted that this project is likely to span two construction seasons; however the City will only pay for F mobilization one time, regardless of whether the project takes L two construction seasons to complete or only one. Leber Homestead/Knox 1 - 28 March 17, 2016 Project Number: 08-3018 L SECTION 1-09.9 1S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 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. Leber Homestead/Knox 1 - 29 March 17, 2016 Project Number: 08-3018 r SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: F 1-09.13 Final Decision and Appeal L All disputes arising under this contract shall proceed pursuant to r Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and L any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent r Special Provisions must be complied with as a condition precedent to L 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. r 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, r unless the parties agree in writing to an alternative dispute resolution L process. 1-10 TEMPORARY TRAFF I C CONTROL L SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General r The Contractor shall provide flaggers, signs, and other traffic control L devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning r signs, detour signs, and other traffic control devices necessary to warn L 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 L on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. L SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: r L. 1-10.20) General r The TCS shall be certified as a work site traffic control supervisor by L one of the following: r Evergreen Safety Council L 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 L The Northwest Laborers-Employers Training Trust r 27055 Ohio Avenue L Kingston, WA 98346 (360) 297-3035 r Leber Homestead/Knox 1 - 30 March 17, 2016 r Project Number: 08-3018 L 1 1-10.3(3) Traffic Control Devices -A 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." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING 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, J 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. Leber Homestead/Knox 1 - 31 March 17, 2016 Project Number: 08-3018 r* L, 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 L Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". L The lump sum contract price for "Temporary Traffic Control Devices" r- shall be full pay for providing the work described in Section 1-10.3(3)L L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: r- L_ 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. r, 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. L 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 L contemplated work procedures. r When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: r-- 1 . The entire construction area under contract and for a distance to L 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 L consists of two or more sections, the limits will apply to each section individually. F_ 2. A detour provided in the plans or approved by the City's Traffic L 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. L No payment will be made to the Contractor for traffic control items F required in connection with the movement of equipment or the hauling L 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. L r L L Leber Homestead/Knox 1 - 32 March 17, 2016 Project Number: 08-3018 L DIVISION 2 - EARTHWORK 2-07 WATERING J SECTION 2-07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.1 Description All water shall be drawn from a City of Kent owned hydrant. The exact hydrant to be used will be determined by the City at the pre- construction meeting, however it will likely be the hydrant located on S. 262"d Street. J SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Note to Bidders: Please see definition of "M gal" in KSP Section 1 - 01 .2(2). Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. _.I The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. A Leber Homestead/Knox 2 - 1 March 17, 2016 A Project Number: 08-3018 r- DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: L r, 2-10 EXCAVATION L. 2-10.1 Description r "Excavation and Haul of Habitat Area" shall include full compensation L for all excavation and rough grading shown on the plans and haul and �. disposal of material to an approved off-site location (see KSP 1-04.9). This pay item shall include over excavation of approximately 2" to allow for placement of compost amended topsoil across all newly exposed r- slopes and channel bottom. L. Note to Bidders: The quantity set forth in the bid schedule for this item represents material that does not require mixing in order to be removed from the site or placed and compacted on site. L "Habitat Grading" shall include smoothing and final ground shaping as r directed by the Engineer. Finished grade will have minor slope L deviations to increase habitat variability especially near the toe of slopes. The Contractor shall notify the Engineer electronically or in r writing 1 week before Habitat Grading is to occur, and again the day L before Habitat Grading is to occur. No Habitat Grading shall occur without the Engineer or their representative on site. r 2-10.4 Measurement r All quantities in this section, with the exception of Habitat Grading, shall be measured by either bank cubic yard or cubic yard. Habitat Grading shall be paid by Force Account and measured on a time and equipment r basis. Should the contractor dispute the quantity of any category of L earthwork for this project, the contractor shall notify the Engineer in writing, submitting evidence in the form of a construction survey or r photogrammetric survey with measurement for the proposed �- adjustment. The Engineer will determine the amount of the adjustment, if any. Only deviations in quantity in excess of 5% will be r paid. L Note to Bidders: City survey staff has performed a full topographic F survey prior to construction and will perform another at the end of L construction. Pre-construction and final surface/CADD files shall be made available to the Contractor at the Contractor's request. The quantity difference between the pre-construction and post-construction L survey, minus the quantity measured for "Haul Offsite and Dispose of Mixed Soil" (as will be determined by mid-construction survey), will determine the pay quantity for the pay item "Excavation and Haul of L Habitat Area". Fill construction quantity shall be removed from final topographic measurement solely for the purposes of quantifying "Excavation and Haul of Habitat Area". L r Leber Homestead/Knox 2 - 2 March 17, 2016 r- Project Number: 08-3018 L- ' 2-10.5 Payment -'1 "Excavation and Haul of Habitat Area" J "Habitat Grading" Each of the above items shall include all costs to accomplish the work. Items as described in Section 2-10. Payment for "Excavation and Haul of Habitat Area" shall be the unit contract price per bank cubic yard of material. Payment for "Habitat Grading" shall be by Force Account. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Table 3 in Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. DIVISION 2 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: _J 2-13 FILL CONSTRUCTION OF BERMS A & B: 2-13.1 Description This work shall consist of constructing one or more layers of fill using on-site borrow at the locations shown on the plans and in conformity with the lines, grades, depths, and typical cross sections shown on the plans. At the time of the pre-construction conference, the Contractor shall submit a staging and sequencing plan for construction of this project. 2-13.2 Materials Materials will consist of suitable on-site borrow sourced from channel excavation. J Note to Bidders: Suitable on-site borrow for this project is defined as "Excavation, Mix, & Stockpile Contaminated Soil". Arsenic Leber Homestead/Knox 2 - 3 March 17, 2016 J Project Number: 08-3018 r contaminated soils underneath the berm fill on the contaminated parcel must be mixed to below Ecology action levels. 2-13.3 Construction Requirements r On-site borrow for fill construction shall be uniformly spread to the depth, width, and cross-sections shown on the plans. A maximum lift thickness of 12" is allowed. Fill shall be constructed to a dry density of 85% - 90% as established by ASTM D-1557. Prior to placing the first lift of fill, the area below the proposed fill shall be scarified to a depth of L 12". The first lift shall be mixed into the scarified ruts to provide for a stable base to place fill on. r L 2-13.4 Measurement r< On site borrow for fill construction shall be measured by the cubic yard L of compacted material. Variations from quantities due to shrink/swell or differences in compaction densities shall not constitute additional r measurement or payment; this quantity variation, if any, shall be L removed from the site and disposed of properly at no cost to the Contracting Agency. r L 2-13.5 Payment r The unit contract price per cubic yard for "Fill Construction of Berms A L & B" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place and compact, the on-site borrow as shown on the plans and described in L these specifications. r DIVISION 2-14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTION: r- 2-14 CONTAMINATED SOIL MIXING AND DISPOSITION L 2-14.1 (A) Description r L The surface soil on the southern parcel (parcel #0200000127) is contaminated with arsenic above State cleanup levels to a depth of at least 1 foot below grade. The known concentrations and depths of the L arsenic-are shown on Figure 1 and in Table 1 . The sample locations are shown on Figure 1 . It is the intent of the project to lower the arsenic concentration to less than 20 milligrams of arsenic (As) per kilogram of L soil (mg/kg) by mixing the soil from the lower depths and/or from the northern parcel. This section includes specifications for mixing of r contaminated soil that is present within the work area. L The Contractor shall perform the Work in this Section at the general F direction of the Engineer, in accordance with the applicable local, state, L and federal statutes, regulations, standards, and Chapter 70.105D Revised Code of Washington (RCW) and Washington Administrative Code (WAC) Chapter 173-340, Washington Dangerous Waste rules in L WAC 173-303, Washington Department of Labor and Industries (L&I) Leber Homestead/Knox 2 - 4 March 17. 2016 r Project Number: 08-3018 L. n rules in WAC Chapter 296, including WAC 296-843, and 296-155, and the accepted Work Plan and Site-Specific Health and Safety Plan (HASP). J Workers that may come into contact with the contaminated soil shall have initial 40-hour training and associated annual 8-hour refreshers on Hazardous Waste Operations and Emergency Response (HAZWOPER) and be under medical surveillance per WAC 296-843-210. At least one worker must also have a HAZWOPER Supervisor training certificate. The Supervisor must be on site during all activities associated with contaminated soil, until the confirmation test results indicate the arsenic concentrations are acceptable. The Contractor must assign a qualified person to be the site safety and health officer. The HAZWOPER Supervisor may fulfill this role. The Supervisor shall have the authority and responsibility to: 1) establish means and methods and evaluate associated hazards of their contracted work, and 2) ensure that they and their subcontractors establish, implement and enforce engineering and administrative controls and personal protective equipment and safe procedures sufficient to control the hazards of their work; See Appendix A for guidance on preparation of a site-specific HASP. The contractor shall provide all necessary labor, equipment, material to complete the scope of work under this section prior to any other earthwork. Work shall be performed in a safe manner consistent with applicable L&I rules and with environmental rules from the Washington State Department of Ecology, and as applicable rules enforced by the U.S. Army Corps of Engineers, the Washington Department of Fish and Wildlife, and the U.S. Department of Transportation (U.S. DOT). The Contractor shall provide for the safety of site personnel, City personnel, personnel representing third party stakeholders, and the public for the duration of the Contract. 2-14.1 (B) Scope of Work Work includes excavation and mixing of the upper 1-foot of the site soil over the southern parcel with three (3) feet of site soil from lower levels or from the north parcel to achieve a 1 :3 mix ratio. The estimated in-place volume of the contaminated soil is 8,000 bank cubic yards (BCY). Up to 8,300 BCY of the mixed soil (at less than 20 mg/kg J soil) will be used to construct the onsite berms, as shown on the drawings, and additional over-excavation quantified as "Excavation and haul of habitat area" (as defined in KSP 2-10) may be proposed to dispose of the remaining mixed soil on the construction site. Any material disposed of in over-excavated locations shall be placed and compacted in accordance with KSP section 2-13 and only with the approval of the Engineer. Alternatively, some or all of the mixed soil can be transported offsite in accordance with U.S. DOT rules for an approved end use consistent with Washington Department of Ecology rules. The approved end uses may be disposal in a demolition debris landfill or for site development for commercial and/or industrial properties. The mixed soil may not be used for residential development or for agricultural uses. It is up to the Contractor to verify the acceptance of this material by the end user, and to perform any Leber Homestead/Knox 2 - 5 March 17, 2016 Project Number: 08-3018 _J r additional soil testing and verification necessary by the end user beyond L the confirmation sampling mentioned below. The City will collect and analyze confirmation samples after mixing, to L verify that arsenic concentrations are acceptable. The analytical test results will be provided to the contractor. Allow up to 5 business days to L receive the test results. Additional soil mixing will be required if the first �- test result indicates that arsenic concentrations exceed 20 mg/kg. r 2-14.2 Submittals Describe in your proposal, the proposed source of the soil to be used r for mixing (from below the contaminated soil horizon and/or from the L north parcel), method of mixing, schedule, and the proposed end use for the portion shipped offsite. If offsite disposal is proposed, written r verification of acceptance of this material by the end user will be L provided to the City for approval. r Prepare and submit a work plan for Engineer's review at least 2 weeks L prior to mobilization. The Work Plan shall describe in detail, the sequence of work, method of soil mixing and procedures, schedule of activities, the final approved disposition of the offsite soil at approved �— facility(ies) for Engineer's review and acceptance prior to mobilization. No adjustments for time or cost/compensation will be made for any re- r submittals. The Work Plan shall include, at a minimum: 1 . Schedule of activities. r 2. Methods and procedures of excavation, mixing, and stockpiling. L 3. Equipment to be used. 4. Contaminated and or mixed soil staging and storing procedures, r and proposed locations. L Prepare and submit a Site-Specific Health and Safety Plan (HASP), F which includes the hazard analysis of the proposed work procedures L and associated controls and safe work practices, dust control measures, decontamination methods and remedial action waste management procedure, route to a nearby hospital or medical facility, required L< worker training and certifications, safety data sheets for materials brought on site by the contractor, heavy equipment inspection and r underground utility preservation procedures, and other elements L required for a HASP to comply with WAC 296-843. Elements and procedures may be in the HASP, or to eliminate duplication may reference other existing documents which shall be available on site L during the project. Provide an inspection copy of all referenced documents and certifications of personnel that will work on the site that F' are not included in the HASP when submitting the HASP for review by L the Engineer. Dust control measures required to meet nuisance dust criteria will be sufficient to control worker exposure to arsenic from the site soil. Conservatively, the standard shall be no visible dust sustained for more than 2 minutes. Equipment decontamination may be conducted by dry means; the standard shall be no visible soil on the equipment. L Leber Homestead/Knox 2 - 6 March 17, 2016 F Project Number: 08-3018 L J Submit closeout documentation to the Engineer as it becomes available including, but not limited to, surveys, logs, weight tickets, and waste profiles. J 2-14.3 Construction Requirements 2-14.3 (A) Soil Mixing The surface soil on the southern parcel to the depth of 12 inches shall be mixed with soil from the deeper zone or soil from the north parcel at J a ratio of 1 part contaminated soil to 3 parts uncontaminated soil (1 :3). The soil shall be thoroughly mixed mechanically either by multiple passes of a bulldozer, disc, ripper, or similar equipment or by J mechanical mixers. Conduct mixing test sections at three locations on site prior to initiating site-side mixing operation. Each section shall be at least 500 square feet area. The Engineer will evaluate the mixing procedure and work with the contractor to alter the mixing procedure if needed. Engineer will collect confirmation samples for testing. Allow 5 business days to receive the analytical results for the test sections. J After approval of the test sections, the Contractor shall proceed with site-wide mixing operation, following the same approved mixing J methodology. Homogenize the soil mixture to the extent practical. The mixing ratio may be altered, based on the analytical test results. Mixing of additional soil (higher ratio) will be required, if the concentrations are found to be higher than 20 mg/kg. Mix additional soil, if required, following the same established mixing procedure. 2-14.3 (B) Soil Stockpiling Stockpile the mixed soil in windrows for sampling and future shipment. Engineer will collect confirmation samples from the stockpiles. Allow up to 5 business days for the determination of the analytical test results. Do not add more soil to a stockpile that was sampled. If a sample fails, mix additional soil from depth or from the north parcel to that segment represented by the sample. 2-14.3 (C) Transportation and Disposal Dispose of the mixed soil that passes analytical testing, as determined by the Engineer. Offsite disposal shall be at a demolition debris landfill or at commercial and/or industrial developments, as approved by the Engineer. Provide a copy of the landfill waste profile or acceptance letter from the receiving facility to the Engineer. 2-14.4 Measurement Measurement for "Excavation. Mix and Stockpile Contaminated Soil" shall be per bank cubic yard (BCY) of soil excavated, mixed, and shipped offsite or used for onsite berm construction. "Haul Offsite and Dispose of Mixed Soil" shall be measured by cubic yards (CY). The quantities shall be determined by land surveying before and after the J work is completed — see section 2-10.2 for more detail. Leber Homestead/Knox 2 - 7 March 17, 2016 J Project Number: 08-3018 r 2-14.5 Payment L r-, Payment for "Excavation, Mix and Stockpile Contaminated Soil" shall be per bank cubic yard (BCY) and "Haul Offsite and Dispose of Mixed Soil" shall be per cubic yards (CY) and constitute all costs necessary to r- accomplish the work detailed in 2-14 above and Appendix A below. Note that verification testing of soils to determine whether soils are below the Ecology action level (and suitable for off-site disposal or on- r site fill) will be accomplished by others, and will require 5 days turnaround time. ` r— L r^ L r L r L F_ L r L L_ L F L F L. F L r L. L r L_ Leber Homestead/Knox 2 - 8 March 17, 2016 r Project Number: 08-3018 L _.1 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M 1 X ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the WSDOT Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. See Appendix . Note To Bidders: While the project is in construction, the Contractor will be responsible for maintaining S. 262"d St. in a safe driving condition. The force account bid item for "Road Maintenance" is intended to be utilized as needed for maintenance purposes. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: Leber Homestead/Knox 5 - 1 March 17, 2016 Project Number: 08-3018 r L, 1 . Asphalt Cement and Gradation: Extraction tests shall be taken r every 500 tons as determined by the Engineer or each day L whichever is less. 2. The Engineer is not precluded from taking more tests above if L deemed necessary. r- 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the r specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material �- that does not meet the contract specifications at the Contractor's expense. r L SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing L Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 F inches except that the final lift shall not exceed 2 inches unless L. approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. r L Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. F L SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r- 5-04.3(10) Compaction L Density shall be at least 92 percent of maximum theoretical density F (rice density). L Compaction tests shall be performed by an approved geotechnical or F testing firm under the direction of a professional civil engineer L registered in the State of Washington. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: L 5-04.5 Payment r L. The unit contract price per ton for "HMA for Full Width Overlay Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools r and equipment necessary for furnishing, installing and finishing the L asphalt for the full-width overlay at the locations shown on the plans, as specified herein and as directed by the Engineer. This work shall r include the cost to install an asphalt thickened edge in the areas L Leber Homestead/Knox 5 - 2 March 17, 2016 r Project Number: 08-3018 L. identified on the plans. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. J The force account bid item for "Road Maintenance" shall be complete compensation for material, labor, tools, and equipment necessary to maintain the road in a safe driving condition. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED 1N THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments J 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction J -a J J Leber Homestead/Knox 5 - 3 March 17, 2016 _, Project Number: 08-3018 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, r- SANITARY SEMM WATER MAINS AND CONDUITS L DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: L. 7-00 GENERAL, REQU 1 REMENTS r 7-00.2 Temporary Creek Exclusion L The temporary creek exclusion shall be designed to keep normal r- streamflows (up to the ordinary high water level, which is equal to 29' L NAVD88) out of the constructed channel until all BMPs are in place and approved by the Engineer. The temporary exclusion shall be installed parallel to the channel. The temporary exclusion shall be removed carefully to assure that sediment will not exceed water quality standards. Creek exclusion will be required to ensure that excessive erosion will not occur until the channel mouth is stabilized. L. 7-00.4 Measurement Measurement for "Temporary Creek Exclusion" shall be by lump sum. Dewatering shall be paid by force account per Kent Special Provisions Section 7-00.5. L 7-00.5 Payment r The unit bid price per lump sum for "Temporary Creek Exclusion" L constitutes complete compensation for all labor, materials, tools and r equipment necessary to construct and install the temporary creek L exclusion, including temporary gravel filled diversion dams or sheet steel. This bid item also includes the cost of a fisheries biologist to r capture and safely move fish per HPA permit requirements. L The unit contract price per force account for "Dewaterina" constitutes r complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the dewatering pumping system and removal. If the dewatering pumps are not used or F installed, no payment shall be made to the Contractor. L r- F L F L r L r Leber Homestead/Knox 7 - 1 March 17, 2016 Project Number: 08-3018 L DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL J SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and J sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. J SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials J 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) Wood Stakes .........................8-01 .3(1) Coir Fabric ............................8-01 .3(1) 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 per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The -J 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. Leber Homestead/Knox 8 - 1 March 17, 2016 Project Number: 08-3018 r The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other r sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be L maintained by the Contractor for the duration of construction. r- The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, r� and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. r 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, r The requirements of this section shall apply to all areas of the site L. subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including r Contractor construction support facilities, Contractor personnel parking L 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. r- The erosion control blanket installed on 3:1 slopes shall be L PemaTex/PermeaLok Coir 400, Northwest Linings and Geotextile Products, Inc. or Engineer approved equivalent. L Wood stakes shall be 1 1/2" x 1 1/2" x 18" hardwood stakes with a sharpened tip for installation and for securing the coir fabric to the 3:1 slopes. L SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: r' L 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 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan r 3. Stream Bypass Plan for in-water work L 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria L Leber Homestead/Knox 8 - 2 March 17, 2016 r Project Number: 08-3018 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 J State of Washington 2. RCW 90.48,080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 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 under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. J 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)8 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing J 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 Leber Homestead/Knox 8 - 3 March 17, 2016 Project Number: 08-3018 r- approved. Following the Engineer's approval, hydroseeding of the L- approved slopes shall begin immediately. r Hydroseeding shall not be done during windy weather or when the L ground is frozen, excessively wet, or otherwise untillable. r Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation r 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. r 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 r 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. r Areas where hydroseeding is not practical must be seeded by approved L hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. r L The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. r Lw. 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. r If seed is mixed on site, each variety shall be delivered in the L original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the r Engineer the Dealer's guaranteed statement of the composition of L the mixture and the percentage of purity and germination of each variety. r L 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 L 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 L acre. r The Contractor shall protect seed from hydration, contamination, is and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. i_ Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. r L Leber Homestead/Knox 8 - 4 March 17, 2016 F- Project Number: 08-3018 L Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 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 conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary -J for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D -J 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 lbs/acre of "Mix A" unless otherwise directed by Engineer, r Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS 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 Leber Homestead/Knox 8 - 5 March 17, 2016 Project Number: 08-3018 accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. r Mulch of the type specified in Section 9-14.4(2) shall be included in the L hydroseeding process. Wood cellulose fiber used as a mulch shall be r- 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 r directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas L 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 r seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a L' rate to achieve a loose, overall thickness of three (3) inches. r" Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. r Mulch sprayed on signs or sign structures shall be removed the same �- day. r- SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents r t_ Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier r incorporated into the mulch fiber during manufacture. If additional L 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 r binders and tacking agents shall be applied in accordance with the L manufacturer's recommendations. r SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE L PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch L_. Unless otherwise approved by the Engineer, the final application of F seeding, fertilizing, and mulching of slopes shall be performed during L the following periods: r West of the summit of the Cascade Range - March 1 to May 15 and L 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. r L Leber Homestead/Knox 8 - 6 March 17, 2016 r Project Number: 08-3018 L SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas J 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. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H 1 nspection J 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 _J 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. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection 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: J 8-01.3(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 J 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) Leber Homestead/Knox 6 - 7 March 17, 2016 Project Number: 08-3018 n of any kind shall be discharged onto the ground, to surface waters, or L to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L n 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 above said hydroseeding, seeding, fertilizing and L mulching at the locations shown on the plans, including the following areas: L 1 . All areas disturbed by the Contractor's operations, even where it is r, only a narrow strip. 2. Other areas as directed by the Engineer. r^ 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. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. 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 lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and r equipment necessary to construct and install the fence as shown on the �- plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the L Engineer. r The unit contract price per square yard for "Erosion Control Blanket" L shall be full compensation for all labor, materials, tools and equipment necessary to install the blanket per the referenced plans and these F specifications. L The unit bid price per linear foot used for "Straw Wattles" constitutes complete compensation for all materials, tools, labor and equipment L required for supply, removal and disposal, placement and grading to install the straw wattles wherever specified, as shown on the plans or r as directed by the Engineer. Straw shall be in an air dried condition L free of noxious weeds and other materials detrimental to plant life. Straw wattles shall conform with requirements in WSDOT Standard Specifications 9-14.5(5). L 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. L Leber Homestead/Knox 8 - 8 March 17, 2016 F Project Number: 08-3018 L ' The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. Stockpiled material shall be protected per the Standard Specifications and City of Kent Standard Plan 5-35. The unit contract price per day for "ESC Lead" shall be full pay for all a duties outlined in Section B-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in full day increments. Turbid stormwater that cannot be detained onsite through standard y construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a baker tank. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. 8-02 ROADS I DE RESTORAT I ON SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Leber Homestead/Knox 8 - 9 March 17, 2016 Project Number: 08-3018 r Wood Cellulose Fiber ................................. 9-14.4(2) L.- Erosion Control Devices ............................. 9-14.5 r Botanical identification and nomenclature of plant materials shall be L based on descriptions by Bailey in "Hortus Third" or superseding r- editions and amendments. L 8-02.3 Construction Requirements r- SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction r The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the r planting work, the Contractor shall immediately remove all refuse and L debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with r the approval of the Engineer. L SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: �. 8-02.3(5) Planting Area Preparation r Soil Preparation and Planting Prescription L 1 . Spread 2" of 1.00% compost (see WSDOT 9-14.4(8)) uniformly over the entire treatment area; �. 2. Mix (rip) compost into native soil to a depth of 10" at least twice in perpendicular directions, so that compost is well incorporated in top 10" of soil; L 3. Rototill (or disc) compost/native soil mixture until a uniform grain size and soil texture is achieved; r 4. Water or roll to compact topsoil to 85% maximum compaction. Refer also to Section 8-02.3(4) of the Standard Specifications. L. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: L 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: �. 1 . Protect existing trees to remain and new plants against injury and r' damage, including but not limited to: cutting, breaking, or L.. skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. !� 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines L of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter L methods as necessary and as approved by the Engineer. Leber Homestead/Knox 8 - 10 March 17, 2016 Project Number: 08-3018 L .1 J SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Compost. Including Site Preparation" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply, spread, mix (rip), rototill (or disc) and compact the topsoil in the areas shown on the plans, or where ' directed by the Engineer. This item includes, but is not limited to, the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for planting and seeding. a The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 8-12 CHAIN LINK FENCE AND WIRE FENCE -J SECTION 8-12.1 IS SUPPLEMENTED WITH THE FOLLOWING: 8-12.1 Description This work consists of furnishing and constructing a 2-rail wooden fence as detailed in Kent Standard Plan 5-29. Installation of a gate to access the maintenance road shall be incidental. This gate shall consist of 2 inch diameter eye bolt mounted to the top of the final post to the west of the maintenance access road, as well as a wooden post with eye bolt installed to the east of the maintenance access road. A grade 43 galvanized steel chain shall be connected to the eye bolt permanently on one side, and connected to the eye bolt on the other side with a City supplied pad lock. This work shall also consist of installing "High Visibility Construction Fence". The fence shall be 48" high, lightweight, polyethylene construction fencing staked 12' on center with 72" metal posts driven a minimum of 20" below grade. "High Visibility Construction Fence" shall be installed as noted on the plans. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Install New Wooden Split-Rail Fencing" per linear foot and "High Visibility Construction Fence" per linear foot shall be full compensation for all materials, tools, labor and equipment necessary to install the J fence as shown on the plans and described in these specifications. Leber Homestead/Knox 8 - 11 March 17, 2016 Project Number; 08-3018 r 8-15 R I PRAP r SECTION 8-15.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-15.3(6) Quarry Spalls r~ Work required to construct the final "Maintenance Access Road", shall include all labor, tools, materials, and equipment necessary to construct the access road as shown on the plans and described in these specifications. Additionally, this pay item shall include full `- compensation for stockpiling, removing, hauling, placing, and/or disposing of the existing quarry spalls that are present on-site. The r- existing quarry spalls must be stockpiled in order to mix the contaminated soil below them. The quarry spalls can then be used in construction of the stabilized construction entrance, or re-used for the r- final maintenance access road. Additionally, the contractor could elect to haul and dispose of the quarry spalls. Crushed surfacing shall conform to WSDOT Standard Specifications section 9-03,9(3), and be r compacted to 95% of maximum dry density as established by ASTM D- '- 1557. Quarry Spalls shall conform to WSDOT Standard Specifications section 9-13. Geotextile fabric shall meet the requirements of WSDOT Standard Specifications section 9.33.2(1) for Soil Stabilization. r SECTION 8-15.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-15.4 Measurement r L Measurement for "Maintenance Access Road" shall be per lump sum. r SECTION 8-15.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-15.5 Payment F L The unit contract price per lump sum for "Maintenance Access Road" shall include full compensation for all costs to complete the Work as described in these specifications. L DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r' L 8-26 LARGE WOOD STRUCTURES 8-26.1 Description L. This work shall consist of providing, installing and anchoring four different types of log structures as shown on the plans and described in L: these specifications. 8-26.2 Materials L. "Wall Engineered Log Jam," "Habitat Engineered Loa Jam," "Streambed F. Grade Control Log Cluster," and "Single Log with Rootwad Along Bank" L- shall conform with Kent Special Provisions 9-09.2(4). Leber Homestead/Knox 8 - 12 March 17, 2016 r Project Number: 08-3018 L 8-26.3 Construction Requirements The Contractor shall notify the Engineer three working days prior to beginning installation of the log structures. All log structures shall be constructed as shown in the Details at the locations shown on the Plans and as described in these specifications. Logs that are to be embedded in the slope (i.e not driven or placed at grade and anchored) are to be placed in an excavated trench within the side slopes. The trench shall either be benched or shored as needed to safely complete the Work per OSHA safety requirements. All backfill over embedded logs shall be compacted to 95% of maximum dry density as established by ASTM D-1557. Log structures may be subject to field-fit conditions. J Wood Pile logs shall be driven into the ground and shall be placed perpendicular to channel bottom finished grade. Wood pile logs shall be installed so that the log maintains original condition, and may require utilization of a pile driving arrow tip or boot. Costs incurred for arrows or boots needed to drive wood pile logs shall be included in the Contractor's unit bid price for the appropriate type of Engineered Log Jam. 8-26.4 Measurement No separate measurement will be made for excavation, placement, backfill or compaction, benching or shoring, for constructing and installing the log structures. All costs for anchoring and connections shall also be included. The costs for these items shall be included in the Contractor's unit bid price for the Work. The following items will be measured by the collective structure, not by individual log, post or pile (as shown on plans): "Wall Engineered Log Jam" "Habitat Engineered Log Jam" "Streambed Grade Control Log Cluster" "Single Log with Rootwad Along Bank" 8-26.5 Payment "Wall Engineered Log Jam" "Habitat Engineered Log Jam" "Streambed Grade Control Log Cluster" "Single a Log with Rootwad Along Bank" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, and equipment necessary to supply, install and anchor the log structures as shown on the plans and described in these specifications. See Kent Special Provisions Section 9-09.2(4). J Leber Homestead/Knox 8 - 13 March 17, 2016 Project Number: 08-3018 8-30 PROJECT S I GNS r 8-30.1 Description L This work shall consist of furnishing, constructing, and maintaining r project signs complying with the requirements of these specifications where shown in the plans or where directed by the Engineer. All L' project signs become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. `- r 8-30.2 Materials Sign materials shall generally conform to the following requirements: r- Sign Board ........ 1/2 inch MDO G2S (good two sides) plywood. L Braces .............. 2 inch x 4 inch Fir Posts ................ 4 inch x 4 inch or 4 inch x 6 inch Fir, depending on r design required by Engineer. Paint................. Good quality exterior enamel. Primer .............. Good quality primer compatible with selected enamels r Letters .............. Premium quality vinyl with self-stick back or hand L painted enamel meeting requirement for paint. Decal ................ Furnished by the City of Kent. L 8-30.3 Construction Requirements 8-30.3 0) Erection of Posts r L. All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. r 8-30.3(2) Design A F Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign L board as shown in Kent Standard Plan 6-13. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts L and bracing shall meet with the approval of the Engineer. r 8-30.3(3) Design B L Fasten three (3) vertical 4 inch x 6 inch Fir posts evenly spaced at the r" back of the sign board. Posts shall be of break-away design with no L more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Three horizontal braces shall be attached to the back of the sign board as described in L Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. Reference Kent Standard Plan 6-13. r L 8-30.3(4) Painting r The face and edges of the 112 inch plywood sign board shall have one L prime coat and two coats of exterior enamel. The posts, braces, and Leber Homestead/Knox 8 - 14 March 17, 2016 r Project Number: 08-3018 L_ back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red, blue, black and white as specified on Standard Plan 6-13 of the Special Provisions. 8-30.3(5) Letter Types The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Plan 6-13 of the Special Provisions. 8-30.3(6) General Layout A The general layout shall conform to Kent Standard Plan 6-13. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 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 per each for "Project Sign" price constitutes complete .J compensation for furnishing all labor and materials, to install and maintain the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. J _J J J .J Leber Homestead/Knox 8 - 15 March 17, 2016 Project Number: 08-3018 r DIVISION 9 - MATERIALS L' 9-09 TIMBER AND LUMBER L SECTION 9-09 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION. L 9-09.2(4) Engineered Log Jams and Clusters r All "Log[s] with Rootwad" as identified on the plans shall have roodwads attached and have lengths as shown on the plans. Length r measurements for said logs shall be taken vertically from the top of log to the top of root wad. Logs with rootwad shall not show any signs of rotting, and consist of native cedar or fir. When logs are shown on the plans with a prescribed diameter, that shall be construed to mean L diameter at breast height. The diameter at breast height (DBH) shall be between 15-18" for all logs with rootwads. ,- "Wood Pile[s]" as identified on the plans shall be at least 12" DBH and a L minimum of 25' long. Wood piles shall be sound, show no signs of T- rotting, and consist of native cedar or fir species. "Wall Engineered Log Jam", r "Habitat Engineered Log Jam", L "Single Log with Rootwad Along Bank", and "Streambed Grade Control Log Cluster" shall be constructed, installed, r backfilled and anchored as shown on the plans or as approved by the Engineer. L Anchoring for the "Creek Mouth Engineered Log Jam" shall be installed as shown on the plans utilizing the following materials: L "Manta Ray Anchor" shall be manta ray MR-3 earth anchors (Foresight r Products, LLC, 1-800-325-5360) or engineer-approved equivalent. Anchors to be driven a minimum 7' (84") into the ground (or per r manufacturers recommendations) at an angle approximately 150 to 300 from vertical aimed away from the center of the channel and upstream. All anchors shall be set and load tested to 7,000 lbs. If MR-3 anchors r are unable to achieve specified load rating, a larger anchor (MR-2 or MR-1) shall be substituted that meets the specified load rating. L Alternatively, if MR-3 anchors are unable to be driven to desired level, a smaller anchor (MR-4 or MR-88) shall be used and set to the same load rating. L "Chain" and "Shackle" shall be as shown on the plans and shall consist r of galvanized High Test grade 43 chain. All nuts, bolts, washers, etc. L shall be galvanized and meet or exceed strength of grade 43 steel chain. r L Leber Homestead/Knox 9 - 1 March 17, 2016 Project Number: 08-3018 r L 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: WSDOT Erosion Mix • 40% Creeping Red Fescue • 40% Perennital Rye-Grass • 10% Highland Colonial Bentgrass • 10% White Clover The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. 9-14.4 Mulch and Amendments SECTION 9-14.4(S) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost J Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. _J _J J J Leber Homestead/Knox 9 - 2 March 17, 2016 Project Number: 08-3018 KENT STANDARD PLANS J STORM 5-29 Split Rail Fence J _J J , _J J J J J Leber Homestead/Knox A - 1 March 17, 2016 Project Number: 08-3018 _J , ! 1� � 8'ROUGH CEDAR�QE-I.IRIAIyGULAR) IPOSTS ARE PRE-DRILLED ! � FOR FENCE RAIL INSERTS l^ Y� 80 4"TO 6"ROUGH i ! I CEDAR RAIL �•f i 12"TO 16" 4' I 1 � I f4"X4"ROUGH CEDAR POST (TRIANGULAR) 2'MIN. CRUSHED SURFACING 6"MIN, TOP COURSE (CSTC) NOTES: DIAMETER 1. POSTS AND RAILINGS ARE PRECUT FOR ASSEMBLY. 2. 3 RAILS ARE PERMITTED. 3. FENCES SHALL BE PLACED AT THE APPROVED BUFFER EDGE. i NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OS`EP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S 17 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ' pF WASH,`��p, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. co AAL CITY OF TENT rn Z ENGINEERING DEPARTMENT SPLIT RAIL FENCE ��c T3R�G ��� w���T F 7 N DESIGNEDDRAWN. �s SCALE mug Sr NMO PLM QNAL CHEC M DATE 5-29 -, aaPRovEo away 1� September 2009 1 HEALTH AND SAFETY PLAN a Leber Homestead/Knox A - 2 March 17, 2016 Project Number: 08-3018 Contaminated Material Management Health and Safety Guide HEALTH AND SAFETY PLANNING (1) General This appendix provides guidelines for the preparation and implementation of a site- specific Health and Safety Plan (HASP). It is the Contractor's responsibility to conduct the Work in accordance with the all applicable regulations, standards, and requirements. The HASP shall establish in detail the protocols for protecting workers, on-site personnel, visitors, adjacent occupancies and the public from potential hazards that J may be encountered during excavation, stockpiling, handling, transportation, and disposal of materials, personnel, contaminated soils and other debris. The site specific HASP is supplemental to the contractor's construction safety program. The Contractor shall maintain a current HASP conforming to applicable Federal, State, and Local statutes, rules, regulations, and ordinances, in effect at the time the work is performed. Personnel working in hazardous or contaminated areas shall be trained in accordance with applicable regulatory requirements and thoroughly briefed on the anticipated hazards, safety equipment to be employed, safety practices to be followed, communication, and emergency procedures. The Contractor shall develop and maintain on site industrial hygiene information including right-to-know information, such as Safety Data Sheets (SDS) for hazardous materials. If an emergency condition arises during the Contract, notify the Engineer promptly with recommended courses of action for consideration. (2) Conformance to Established Standards The Work shall be performed in accordance with all applicable regulations and references standards including those listed below: National Institute of Occupational Safety and Health (NIOSH) NIOSH Occupational Safety and Health Guidance Manual for Hazardous Waste Site Activities United States Code 42 U.S.C. § 6901 et seq. Resource Conservation and Recovery Act Code of Federal Regulations (CFR) 29 CFR 1910 Occupational Safety and Health Standards 40 CFR 268 Land Disposal Restrictions 40 CFR 279 Standards for the Management of Used Oil 40 CFR 302 Designation, Reportable Quantities, and Notification 49 CFR 100-199 Pipeline and Hazardous Materials Safety 49 CFR 350-399 Federal Motor Carrier Safety Regulations Revised Code of Washington (RCW) RCW Chapter 70.105 Hazardous Waste Management RCW Chapter 70.105D Model Toxics Control Act Washington Administrative Code (WAC) Ch. 173-240 WAC The Model Toxics Control Act Cleanup Regulations Ch. 173-303 WAC Dangerous Waste Regulations Ch. 173-304 WAC Solid Waste Handling Regulations Ch. 296-62 WAC General Occupational Health Standards i Ch. 296-155 WAC Construction Safety Standards Ch. 296-800 WAC Core Rules r Ch. 296-817 WAC Noise and Hearing Loss Prevention Ch. 296-843 WAC Hazardous Waste Operations L (3) Definitions r Certified Industrial Hygienist (CIH) — A trained specialist with at least 5 years of L experience, certified by the American Board of Industrial Hygiene. Site Safety and Health Officer (SSHO) — A trained specialist, in health and safety with. minimum 3 year's experience and working knowledge of use of PPE, regulations and hazard identification. Contaminated Material Handling (CMH) Plan — A CMH Plan submitted in accordance with all applicable regulations and the requirements described below. L (4) Quality Assurance r (4)A Qualifications Qualifications of CIH will include: r Minimum of five (5) year's experience in hazardous material processing. Demonstrable L experience in Personal Protective Equipment (PPE) selection and use, hazardous material identification and disposal procedures, air monitoring techniques, and site control measures. L Working knowledge of federal OSHA and state W I SHA regulations. Completion of required OSHA Training in accordance with 29 CFR 1910,120, including completion of r forty (40)-hour supervisory training and eight (8)-hour annual update and completion L of three (3) days on-site training by a fully qualified instructor. Qualifications of the SSHO include: L Completion of required OSHA training in accordance with 29 CFR 1910.120 or WAC 296-843, including completion of forty (40)-hour HAZWOPER training, an additional r eight (8)-hour HAZWOPER supervisor training and eight (8)-hour annual refreshers by L a fully qualified instructor, and completion of three (3) days on-site training. Minimum of three (3) year's experience in hazardous substance/waste site remediation or r related work. Current certification in first aid and cardiopulmonary resuscitation (CPR) L and trained in the Contractor's Bloodborne Pathogen Exposure Control Plan. Working knowledge of Federal, State, and Local occupational health and safety regulations. F Working knowledge of air monitoring techniques and the development of health and L safety programs for personnel working in potentially hazardous or toxic environments. Work shall be directed by a supervisor trained and experienced in construction r operations and in accordance with 29 CFR 1910.120 or WAC 296-843, including L completion of forty (40)-hour HAZWOPER training, an additional eight (8)-hour HAZWOPER supervisor training and eight (8)-hour annual refreshers by a fully qualified instructor, and completion of three (3) days on-site training. Minimum of L three (3) years' experience in hazardous substance/waste site remediation or related work. Current certification in first aid and cardiopulmonary resuscitation (CPR) and trained in the Contractor's Bloodborne Pathogen Exposure Control Plan. The L supervisor may also be the SSHO. Submit a copy of the supervisor's qualifications and experience for the Engineer review. F Personnel working with hazardous materials, equipment and tools shall have received L training in safe work practices and have experience for the work to be performed. Personnel in training may be assigned to such tasks only under the direct supervision F of an experienced co-worker or supervisor. r 2 L a (4)13 Responsibilities Responsibilities of CIH include: Responsible for certifying the Contractor's HASP, any task specific HASPs, and all additions and/or modifications thereto. Required to be accessible to the Contractor's SSHO as necessary, to assist in the identification and evaluation of potential hazards and the development of appropriate procedures for addressing known or suspected conditions or activities that may pose routine occupational hazards or immediate danger to life or health of Contractor personnel, City personnel, other crews working in the project construction area, personnel related to third party stakeholders or the public. Responsibilities of SSHO include: Required to be on site and present during contaminated substance work to be completed by the Contractor. Such work includes excavations and other work related to the presence of known site contaminants and the potential for encountering unknown hazardous and/or contaminated substances. Responsible for the training in, implementation, enforcement, and monitoring of the HASP. Responsible for conducting the pre-construction indoctrination, Pre-Entry Briefings, and other periodic training of on-site personnel with regard to contents of the HASP and other safety requirements to be observed during construction. Responsible for air monitoring as may be required by the HASP. (4)C Authority The CIH and the SSHO shall have the authority to: Suspend field activities if health and safety of Contractor or their subcontractor personnel, City personnel, other crews working in the project construction area, or the public is endangered. Suspend individuals from field activities due to infractions of the HASP. (4)D Certifications The C I H and SSHO shall have current certifications in accordance with their required a qualifications. Contractor and subcontractor personnel assigned for the purpose of performing or supervising contaminated material excavation shall have received appropriate safety training in compliance with 29 CFR 1910.120 or WAC 296-843, 29 CFR 1910.134 or WAC 296-842, and WAC 296-155. Minimum of forty (40) hours health and safety training, twenty-four (24) hours of "on the job" training, eight hours annual refresher training and annual medical monitoring by an occupational physician is required for any personnel working in the Exclusion Zone or Contaminant Reduction Zone(s). Minimum of eight hours additional specialized training in managing hazardous waste operations is required for supervisory personnel. Workers without current certification shall not be allowed to enter the Exclusion or Contaminant Reduction Zones. Comply with the medical surveillance program requirements of L&I per WAC 296-843 and J 296-841 . Provide current documentation that personnel have received medical examinations. (4)E Meetings The SSHO shall conduct daily and weekly health and safety meetings with the workers throughout the duration of all contaminated substance work. The SSHO should discuss each day's activities and associated health and safety issues with the workers and address concerns and issues that the workers may have. The weekly meeting should be conducted at the beginning of the work week. J 3 r-- (5) Health and Safety Plan Requirements L The Contractor shall prepare and implement a site specific HASP in accordance with the requirements of WAC 296-843-12005. Include, as a minimum, the following site- L specific information, explaining relationships or interactions with other applicable L Contractor safety programs and plans: r 1 Site Description and Summary 2. Names of key personnel and alternates responsible for site safety and health (responsible party and chain of command) r 3. Site specific safety and health hazard assessment and risk analysis based on contaminants known or expected to be present. 4. Training documentation for all employees 5. Personnel Protective Equipment 6. Medical Surveillance 7. Air Monitoring as may be needed 8. Site Control Plan (Site Map, Work Zones, Communications, safe work practices L. and Security) 9. Sanitation and Personnel Decontamination Procedures r 10. Equipment Decontamination Procedures 11 . Logs, Reports, and Record Keeping 12. Heat and/or Cold Stress Monitoring 13. Site Specific Hazard Communication L- 14. Safety Data Sheets (SDS) for Hazardous Materials 15. Emergency Response Plan including Evacuation Routes and Procedures for r Reasonably Foreseeable Emergencies, and L- 16. Training certifications The Contractor shall distribute the HASP to their employees and subcontractors and L train those employees in its provisions, as evidenced by employee signatures. The plan shall be displayed or available at the site. Any review, acceptance, or approval of r` the Contractor's HASP by the Engineer shall be construed merely to mean that the L City is unaware of any reasons at the time to object thereto. Review of the plan by the Engineer shall not impose any liability upon the City or Engineer, or responsibility for oversight of the Contractor or Contractor's personnel or subcontractors, nor shall any such review relieve the Contractor of any responsibilities under the Contract. The Contractor shall prepare an addendum for each additional hazardous or contaminated material that may be discovered during the course of the project. The Contractor shall submit the following reports: • Training logs, and worker compliance agreements. L • Weekly or daily safety inspection and daily health and safety meeting attendance logs. r • Emergency and accident report(s) as appropriate. L (5)A Site Control Measures r- The excavation areas and soil stockpile areas shall be cordoned off with caution tape L to separate the contaminated area from other work areas. If hazardous materials are encountered, furnish and install site fencing, warning F tapes, or other barricades to physically separate the work zones on sites based on the L HASP. Establish the following work zones: 1 . An Exclusion Zone to encompass areas designated for contaminated material F storage or contaminated soil excavation. Work involving contamination will take place inside the Exclusion Zone. r- 4 4 2. Contamination Reduction Zone to provide a physical separation between the Exclusion and Support Zones to decontaminate personnel, equipment, and vehicles prior to entering the Support Zone from the Exclusion Zone. 3. Support Zone to provide an entry and exit for personnel, materials, and equipment to the Exclusion Zone. An area for support facilities and storage of clean work equipment. Workers may rest, eat, and drink non-alcoholic beverages in this area. The Contractor shall be responsible for costs associated with cleanup of any contamination that may be tracked outside of the exclusion zone. (5)B Personal Protective Equipment (PPE) Appropriate personnel safety equipment and protective clothing shall be provided by the Contractor and ensure that it is kept clean and well maintained. The Work shall be conducted in Level D protection based on the known contamination. The protective -a equipment for different levels of protection are: Level D Protection: 1 . Hard hat. 2. Safety glasses. 3. Work clothes. - 4. Steel-toed shoes. 5. Hearing protection, if needed. Modified Level D Protection: 1 . Hard hat. 2. Safety glasses. 3. Chemical protective, disposable uncoated overalls/coveralls. 4. Inner and outer gloves (Neoprene, Nitrile, Vitron or Butyl). 5. Chemical protective steel toe and shank, or steel-toe and shank safety boots with chemical-resistant, disposable boot covers. 6. Hearing protection, as needed. If site activities and exposure monitoring identifies an inhalation hazard to workers, Level C protection may be required by the CIH. The Contractor shall ensure that the CIH establishes upgraded or downgraded "action levels" from the specified minimum levels of protection based upon any air monitoring results and direct contact potential, and define within the HASP the protocols for formally changing the level of protection. Personal protective equipment worn on site. The Contractor shall ensure personal _ protective equipment is decontaminated and inspected for integrity before being reissued. Unless agreed otherwise by the City, used disposable PPE and disposable equipment shall be handled in accordance with the remediation-derived waste. J (5)C Personal Hygiene and Decontamination As may be required by the contamination encountered, the Contractor shall define personnel decontamination protocols in the HASP to be followed by workers performing or supervising work within designated areas or exposed to hazardous chemical vapors, liquids or contaminated materials, and perform decontamination procedures inside the Contamination-Reduction Zone. (5)D Equipment Decontamination As may be required by the contamination encountered, the Contractor shall decontaminate vehicles and equipment used during the handling of hazardous 5 r substances and materials inside the Contamination Reduction Zone before leaving the L.- Site. Any decontamination rinsate generated shall be collected, treated, or disposed of r, at an approved off-site facility. The Contractor shall keep roads inside the Contamination-Reduction Zone free of contamination and carefully load materials to L avoid contamination of exterior truck surfaces. r (5)E Logs, Reports and Recordkeeping L- The Contractor shall maintain logs and reports covering the implementation of the r. HASP including any Air Monitoring Program. Daily Safety Logs shall include, as applicable, the following: 1 . Date 2. Area (site specific) checked 3. Employees in particular area L 4. Equipment being utilized by employees r L- L r L r L r L r L r L r L L_ r L r L r L- r L r 6 L CONTAM I NED SO 1 L MEMO J J ti J J J _1 J _J J _J Leber Homestead/Knox A - 3 March 17, 2016 Project Number: 08-3018 A amec foster wheeler Memo Sent via a-m is l: MNnox0ke0twa.aov J To: Mr. Matt Knox Project: SE14161150.00001 City of Kent Engineering Department From: Crystal Thimsen cc: Kathleen Goodman, Amec Foster Tel: (206) 342-1760 Wheeler Koorus Tahghighi, Amec Foster Fax: (206) 342-1761 Wheeler J Date: February 24, 2016 Project File Subject: Leber Property Remedial Approach Results Mill Creek Confluence Restoration Project Kent, Washington INTRODUCTION This memorandum has been prepared by Amec Foster Wheeler, Inc. (Amec Foster Wheeler) for the City of Kent Engineering Department to provide the results of the test pits and soil sampling conducted on the Leber property associated with the Mill Creek Confluence Habitat Restoration Project, and to provide recommendations for soil mixing to lower the contamination below action levels. The contaminant of concern on the southern parcel of the Site is arsenic. The purpose of this field investigation was to collect and analyze soil samples at 1 foot intervals to characterize the concentration of arsenic with depth. Our objective was to use the data to develop a mixing ratio for the project to reduce the arsenic concentration to below 20 milligrams per kilogram (mg/kg). SITE DESCRIPTION The Mill Creek Confluence Restoration Project is situated on two parcels (north-2522049023, 164,000 square feet and south-0200000127, 207,000 square feet), adjacent to 7040 South 262nd Street(Figure 1).This restoration project will create over 87,000 square feet(2 acres) of ..J intermittently-inundated aquatic habitat(below the ordinary high water mark)adjacent to the Green River near the confluence of Mill Creek, in order to increase floodplain refuge habitat for Chinook and other salmonids, enhance riparian habitat, and increase floodplain storage and other floodplain functions. In July 2014, Amec Foster Wheeler conducted soil sampling and analysis on both parcels, in accordance with Ecology guidance (Ecology, 2012), to determine if the soil had been contaminated with arsenic by the historical operation of the ASARCO smelter air emissions plume. On the north parcel (2522049023),the average concentrations were below the action levels recommended in Ecology's guidance document(Ecology, 2012) at the 0 to 6 inch and 6 to 12 inch depths sampled -' (AMEC, 2014). The soils collected from the upper foot on the south or Leber Parcel (0200000127) contained elevated levels of arsenic at concentrations exceeding the 20 mg/kg action levels developed by Ecology in both the 0 to 6 inch and 6 to 12 inch depths. Previous sampling conducted at J the site indicated that arsenic concentrations decrease with depth and are below detection at 5 feet below ground surface(bgs) (AMEC Geomatrix, 2009). Amec Foster Wheeler Environment&Infrastructure,Inc. 600 University Street,Suite 600 Seattle,Washington USA 98101-4107 Tel (206)342-1760 Fax (206)342-1761 www.amecfw.com amec foster Memo wheeler r~ February 24, 2016 Page 2 of 3 w FIELD WORK Three test pits were excavated on the property in January 2015 to determine the arsenic r concentrations in 1 foot intervals to the depth of 5 feet below ground surface (bgs). Two test pits represented areas with higher observed surface soil concentrations of arsenic and one test pit was located in an area with lower concentrations of arsenic in surface soils. Soil samples were collected directly from the excavator bucket at one-foot intervals from each test pit, starting at one foot bgs and ending at five feet bgs. A composite sample was also collected at each test pit location in the following manner: A subsample from each one foot interval was collected and placed in a stainless steel bowl. r' The sample was mixed well and placed in a sample jar for analysis of arsenic representing a L composite of the soil mass that would be stockpiled. 7. The samples were stored in an ice-cooled chest and were delivered under standard chain-of-custody to Friedman & Bruya, located in Seattle, Washington. The samples were analyzed for arsenic by United States Environmental Protection Agency (EPA) Method 6010C. The analytical results for soil samples collected at the Leber Property are summarized in Table 1 and are described below. The r laboratory data package is included as Attachment A. �- RESULTS , The arsenic concentrations for each subsample and composite sample are presented in Table 1. L Table 2 presents the results of the previous investigations on the parcels. The results demonstrate that the arsenic concentrations decrease with depth. Samples from the 0 to1 foot bgs at TP-2 and TP-3 exceeded Ecology's action level of 20 mg/kg, but all other samples were below the action level. L CONCLUSIONS AND RECOMMENDATIONS F_ The test pit sample results, as well as the previous analytical data, indicate presence of arsenic above L. action level of 20 mg/kg in the upper 1 foot of the soil over much of the Leber parcel. The arsenic concentrations on the Leber Parcel do decrease with depth. F_ Based on the available analytical test results on the south Leber parcel,Amec Foster Wheeler L believes a soil mixing ratio of 1 part surface soil (0-l') to 1 part soil from deeper portions of the site will achieve the objective of lowering the arsenic concentration to below the action level of 20 mg/kg. The F City of Kent should be aware that soil with a concentration below 20 mg/kg may not meet acceptance L criteria at all construction debris landfills because of differing acceptance criteria. If the City of Kent intends to dispose of the soil, it is advisable to consult the intended disposal location well ahead of the F_ construction phase to obtain approval. L Amec Foster Wheeler discussed the project with a contractor and collectively agreed that the approximate unit price for the soil mixing at a 1:1 ratio will likely cost$5 per loose cubic yard (CY) of the mixed soil. Based on this recommendation, the total mixed volume of soil should be approximately L. 15,334 CY. We recommend a fluff factor 20 percent be added to this quantity and another contingency factor of 15 percent added for quantity increase due to over mixing and if certain portion of the mixed soil did not pass confirmation sampling and require addition of more soil. Therefore,we recommend a total quantity of 21,160 CY for bidding purpose. Confirmation sampling should be r L RA14161 -City of Kent1001%2016_02-24_Leber Property Test Pits Results Memo Sx.docx L J . amec foster Memo wheeler February 24, 2016 Page 3 of 3 -J conducted once the mixing is complete to confirm arsenic concentrations are below the actions levels at all mixed depths. Please let us know if you have any questions or if require additional information. Once you have provided your comments on this memorandum to us, we will develop the mixing specifications for the additional earthwork. Attachment(s): Figure 1 Site Location Plan Table 1 Test Pit Analytical Test Results Table 2 Historical Analytical Test Results Attachment A Laboratory Data Package REFERENCES AMEC Environment and Infrastructure, Inc., 2014, Leber Property Soil Analytical Results, Kent, Washington, submitted to City of Kent, August. 1.J AMEC Geomatrix, 2009, Feasibility Study, Confluence of Mill Creek and Green River Restoration Project, Kent, Washington, submitted to City of Kent, February. Washington State Department of Ecology, 2012, Tacoma Smelter Plume Model Remedies Guidance: sampling and cleanup of arsenic and lead contaminated soils, Publication Number 12-09-086-A, June. u J J J J _J RA14161-City of Kent1001r2016_02-24_Leber Property Test Pits Results Memo_Sx.docx r, r-, TABLE 'I amec TEST PIT ANALYTICAL TEST RESULTS foster r Mill Creek Confluence Restoration Project wheeler L, Kent, Washington Sample Depth Arsenic Sample ID (inches bgs) Date Sampled (mglkg) , TP1-1 12 6.34 L TP1-2 24 3.41 TP 1-3 36 1.96 TP1-4 48 3.36 TP1-5 60 4.61 TP1-SP N/A 3.49 TP2-1 12 26.1 L: T132-2 24 4.76 T132-3 36 2.30 , TP2-4 48 1/19/2016 3.01 L T132-5 60 5.70 TP2-SP N/A 6.92 r TP3-1 12 30.0 L.. TP3-2 24 3.09 TP3-3 36 4.14 T133-4 48 _ 2.60 TP3-5 60 1.72 L, TP3-SP N/A 4.62 .. Abbreviations: L bgs=below ground surface mg/kg= milligrams per kilogram N/A= not applicable L I- L. L F— L.. L L r- Amec Foster Wheeler L RA1061-City of Kent10011Table 1 Page 1 of 1 r L a TABLE 2 amec LEBER PROPERTY foster J HISTORICAL SOIL ARSENIC RESULTS wheeler Mill Creek Confluence Restoration Project Kent, Washington J verage rsenic Sample Depth Arsenic Concentration J Sam le ID (inches bgs) Date Sampled (mg/kg) (mg/kg) L-DUl-1-13A 7/22/2014 29 L-DUl-1-14 _7/22/2014 51 L-DU 1-1-15A 7/22/2014 19 L-D1.11-1-16 7/22/2014 30 L-DU1-1-17 7/22/2014 50 L-DUl-1-18 V 7/22/2014 26 L-DU1-1-19 7/22/2014 49 L-DU1-1-20 7/22/2014 57 L-DUl-1-21A 0 to 6 7/22/2014 70 42 L-D1.11-1-22 7/22/2014 61 L-DUl-1-23 7/22/2014 47 L-DU1-1-24 7/22/2014 63 L-DU 1-1-25A 7/22/2014 48 L-DUI-1-26 7/22/2014 31 L-DUl-1-27 7/22/2014 26 L-DUl-1-28 7/22/2014 _ 48 L-DU1-1-29A 7/22/2014 37 L-D U 1-1-30 __ 7/22/2014 22 L-DU 1-1-13B 7/22/2014 45 L-DUl-1-15B 7/22/2014 22 L-DUl-1-21B 6 to 12 7/22/2014 69 45 L-DUl-1-25B 7/22/2014 50 L-DUl-1-29B 7/22/2014 39 0 4/30/2008 39 N/A TP-01 60 4/30/2008 10 120 4/30/2008 <6 0 4/30/2008 66 N/A TP-02 60 4/30/2008 8 120 4/30/2008 <6 0 4/30/2008 22 N/A TP-04 60 4/30/2008 <5 120 4/3012008 1 <5 Abbreviations: bgs=below ground surface mg/kg=milligrams per kilogram N/A=not applicable J J J Amec Foster Wheeler RA14161-City of KenH0011 cable 2 Page 1 of 1 V4:M.D.!";01 IBM 55 2 -mr„,xr;[,rnrq P3ra,rinp r^Sfq:O M14�%!^u9T„C1tybfF¢nPRrtpaAd'rM1.pca+.r{F N2�1d'. yOtN' ;R[pport'aIS a.Nap gfi]gy+,(pr%.'urkY 0'g NIZ IN �r AI r i 1 '. Jii"i r 1.} f �r a~ 1 F ' � f a £ 1 a J V W WINflW ry �wr�ll n i i f I i C 1 I EXPLANATION Cl JANUARY 2016 TEST PIT LOCATION 0 7s 150 _._'..,-.r_�S NEW ROAD(GFu4VEL) 9 NFP@OMA7E SCALE IN FEET PARCEL BOUNDARY SITE MAP AND TEST PIT LOCATIONS RIST'ORTCAL SAMPLING LOCATIONS � 141Y' IT Leber Property 11 SSAMPLEt 0-�5°.CrEpTraq Mill Creek Confluence Restoration PrO*:t O SAMPLE(pXY"AND 6""»12"'L1EPTt.g).. emec Kent,Washington foster -�y 2r008 SOIL T'ES'T Prt APs Daap: D129116 Pra rAc Na. 14v6t1Se 'd'P"r1,➢8„m heeler Arnec Faster WheeOer Fo ti'rc Environment&Infrastructure,Inc. TRAFFIC CONTROL PLANS ,F Leber Homestead/Knox A - 4 March 17, 2016 rr: Project Number: 08-3018 I—OvrM aY3HY avoi Go- .� aV3HV T Asa aaoa LEGEND —v SZ SIGN LOCATION (TEMPORARY'MOUNT) FLAGGER LOCATION rr � R I a= S 262 ST GENERAL NOTES: 1.ALL.SIGNS AND SPACING SHALL CONFORM TO THE MUTCO AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3.DEVICES SHALL NOT ENCROACH INTO ADJACENT W20-7A LANES 4.ALL SIGNS 48'x48'8/0 UNLESS 01HERMSE SPECIFIED. 5.GHANNEUZATKRN DEVICES ARE STANDARD co e TRAFFIC CONES. 0: 6.ALL SPACING MAY BE ADJUSTED TO BE Zry FIZFPAREB ACCOMMODATE AT GRADE INTERSECTIONS AND/OR � DRIVEWAYS. TO STEP 7.CONTRACTOR SHALL ALERT AFFECTED UJI RESIDENTS AND BUSINESSES 7 DAYS IN ADVANCE > AW20-1 W20-3 OF START OF WORK `� 8.CONTRACTOR SHAD.ALERT METRO TRANSIT 5 w WORK m BUSINESS DAYS IN ADVANCE OF WORKZCNE AHEAD E—ma6 constrvction.coDrd�8khgcaankygov .... """ DISTANCE ROAD P BETWEEN SIGNS $ 4 A 1 8 C D URBAN 25/30 MPH 200 FT 200 FT 200 FT 200 FT'.. URBAN STREETS RESIDENTIAL BUSINESS DISTRICTS,350 F.T.350 FT 350 FT 350 FT 35 ` RURAL ROADS k URBAN ARTERIALS 500 FT 500 FT 500 FT 500 FT 45/55 MPH FILL CREED SIDE PROJECT t�ra�ewo-wr�tr�w ' .. CITY OF KENT SCALE NTS...... FLAG ENGINEERING DEPARTMENT DATE MAR 2016 If LAG < VMHOI ON183IN3 Yon LEGENQ \7 SIGN LOCATION (4"X4" WOOD POST MOUNT) —+,Dos S 262 ST GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CM OF KENT SPECIFICATIONS, 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. DEVICES SHALL,NOT ENCROACH INTO ADJACENT LANES. 4, ALL SIGNS 48*x48* B/O UNLESS OTHERWISE SPECIFIED. 00 5. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC CONES. w B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 7. CONTRACTOR SHALL ALERT AFFECTED 50G,+— RESIDENTS AND BUSINESSES 7 DAYS N ADVANCE > OF START OF WORK. < 8, CONTRACTOR SHALL ALERT METRO TRANSIT 5 co BUSINESS DAYS N ADVANCE OF WORKZONE. E—mail: construction.coord@kingeounty.gov AUCK\ 17 --- �ENTERNG H/ IG14WAY MILL CREEK SIDE PROJECT KEN T W ANN 1111107 ON CITY OF DENT SCALE NTS EXHI8rr ENGINEERING DEPARTMENT DATE MAR gO 16.. TRUCKJ PROJECT S I GN Leber Homestead/Knox A - 5 March 17, 2016 Project Number: 08-3018 'h N .t'�"✓�4 s� �4 o t�`'� r h x�'�"�" �C ,r y >� .5�,,r� � '"N � b��n A�� t�'t K��r�7a�%it"�� r "� s.1 �` � ry„ r�,�" t; k n ni yv3 i^u��t t`�s�'�<:� m�w,.� °���.k� ,✓�,�± it „�?r4 d' rn wr, �t� �� ,y i n� � "d �a ,n „ a C � vy r« 4r«a t yy✓I x :?'�;revs .. is ! " a wos, A#',^ i /�y�',��h::SAY Jr..n CDr 00rl �V,}� {at � �Yvm� �� ssrvl � �$ r � F d e curer If �o,R t{•a ,�'�� c q�"r''`5�`x«�� ' n. ^s + M� 3� "' ", R1'� �?r�Y' kfY ar y{ x fq.(p., '(� '.r I '¢� LAMM otpV,'�"�"r'"� E wy� t yob?�/w � � �w � � � e ' I mg 'i •^ 'W4 : q; ""1n.� .,y g`E'% 'x`N' "'' ti,�}}'Yr X9 X wSn+ ��^�, if i+ CID CD TWA MY 07 BSA, � N 4 s�Ftr '� Msr,•V, 7 -�x"TMrr .,-.;yM �`. ",i y.'a '�� t "'tw'xitr ,ut J "v .`` r P e $ Y k w�g"1" f 1 4 � RO A �'���� �d y�',���� �r ,t4 � "��� `�"^y � �� adrr��f• � "*"t ��A"Y^,'����rr as � r,rY `� F�� cR 011�t�g `� "��^ �� � '","'�'� ra4,� � a�i 'fir{ (r� ✓ r .��av"r�'4'z�'r��'��"�" r x " �'" V w' nR4 rRrFW� fHAi n , X v"ws ,oiljXr ^ x'`PY' a ���a� 9 Shy��: ��y�"d s FRa'`a��5 C � �""}���y➢� � r m q, i „ k 4, rF �"" w ° 7 q, "a s S Mi N,i'bX"k�114'. �.0.tiAR... a`k^ m' ✓a ��x e x,.�t.G.�.c�k&:, k'�� 31n :N.+._ 6'. n v _ o. ,. PREVA I L I NG WAGE RATES a a a Leber Homestead/Knox A - 6 March 17, 2016 Project Number: 08-3018 Nage i or 1 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: 04/05/2016 County Trade Job Classification Wage Holida Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- $23.99 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.781 55 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 $54.021 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M 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 Et 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 Dredge Workers Engineer Welder $57.51 5D 3F httos://fortress.wa.aov/Ini/waaelookuD/nrvWaaelookuo.aSox 3/16/2016 Page 2 of 17 r- King Dredge Workers ILeverman, Hydraulic $58.671 5D 3F - r King Dredge Workers Mates $56.44 5D 3F L King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H r King Drywall Tapers Journey Level $54.07 5P 1E King Electrical Fixture Maintenance Journey Level $27.24 5L 1E Workers King Electricians - Inside Cable Splicer $69.77 7C 4E L King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E L King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.371 1 r King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $74.92 5A 4D Construction r- King Electricians - Powertine Certified Line Welder $65.71 5A 4D L_ Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction L King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator F King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D i-- Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction r- King Electricians - Powerline Powderperson $49.16 5A 4D i_ Construction King Electronic Technicians Journey Level $31.00 1 r- King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1y L King Heat Et Frost Insulators And Journeyman $63.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 r King Industrial Power Vacuum Journey Level $9.47 1 L Cleaner King Inland Boatmen Boat Operator $56.78 5B 1 K r King Inland Boatmen Cook $53.30 513 1 K L F httos://fortress.wa.aov/Ini/waaeIookur)/r)rvWaaeIookur).asox vi 6/2n16 rdge .5orli King Inland Boatmen Deckhand $53.301 5B 1 K King Inland Boatmen Deckhand Engineer $54.32 5B 1 K King Inland Boatmen Launch Operator $55.57 5B 1 K King Inland Boatmen Mate $55.57 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/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 Et Water Systems 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 $43.95 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 $43.95 7A 31 King Laborers Chuck Tender $43.951 7A 31 King Laborers Clary Power Spreader $44.761 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 httns-//fortress_wa_nnv/Ini/wanelnnkun/nrvWanpinnkun_asnx vi F,mi A Nage 4 or 1 i r L Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 L King Laborers Curing Laborer $43.95 7A 31 r King Laborers Demolition: Wrecking Et $43.95 7A 31 L Moving (incl. Charred Material) r` 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) L King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 L King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 L King Laborers Fine Graders $43.95 7A 31 L King Laborers Firewatch $37.26 7A 31 r- King Laborers Form Setter $43.95 7A 31 L King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit $45.32 7A 31 L Person King Laborers Grinders $43.95 7A 31 F King Laborers Grout Machine Tender $43.95 7A 31 L King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams F King Laborers Guardrail Erector $43.95 7A 31 L King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) F- King Laborers Hazardous Waste Worker $44.76 7A 31 L (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 r (level C) L King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 F King Laborers Laserbeam Operator $44.76 7A 31 L King Laborers Maintenance Person $43.95 7A 31 1- King Laborers Manhole Builder-mudman $44.761 7A 31 L King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 F King Laborers Nozzleman (concrete Pump, $44.76 7A 31 L_ Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 r L_ httnc•//fnrtrPcc wa nnv/lni/wanalnnlei in/nrvWAnPInnlei in Acnx wi A/?nl A rage or 1 i King Laborers Pilot Car $37.26 7A 31 J 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/signal 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 7A 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 Et Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Ft 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) $43.95 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 $44.761 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 8�C -� 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 88 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Q Worker 54.01-60.00 psi httos://fortress.wa.aov/Ini/waaelookuD/r)rvWaaelookur).aSDX 3/16/2016 rage b or i i r King Laborers Tunnel Work-Compressed Air $90.82 7A 31 8� Worker 60.01-64.00 psi i� King Laborers Tunnel Work-Compressed Air $95.92 7A 31 S Worker 64.01-68.00 psi . King Laborers Tunnel Work-Compressed Air $97.82 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $101.82 7A 31 L Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 84 Tender King Laborers Tunnel Work-Miner $45.42 7A 31 8� F_ King Laborers Vibrator $44.76 7A 31 L King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 F 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 tt Topman $43.95 7A 31 L It Water r King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 1t Water I I L King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 L Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 r Laborers L King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication In Shop) Laborer $9.78 1 r King Metal Fabrication (in Shop) Machine Operator $13.041 1 L King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 r King Millwright Journey Level $55.52 5D 4C L_ King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 r King Modular Buildings Equipment Maintenance $11.56 1 L King Modular Buildings Plumber $11.56 1 r- King Modular Buildings Production Worker $9.47 1 L King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 r King Modular Buildings Welder $11.56 1 L King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C r King Plasterers Journey Level $51.68 ZQ 1 R L F_ L httns-//fnrtress_wa_nnv/Ini/wanPlnnlciin/nrvWnnPlnnkirn_acnx vi r%l?nl r% rage i or i i King Play round Et Park Equipment Journey Level $9.47 1 Installers King Plumbers & Pipefitters Journey Level $75.69 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 $53.57 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 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P 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 300' of boom including jib J 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 $56.001 7A 3C 8P httns://fortress.wa.aov/Ini/waaelookuo/nrvWaaelookuo.asox 3/16/2016 Page 8 of 17 r- L: Cranes: Through 19 Tons With r-- Attachments A-frame Over 10 Tons L King Power Equipment Operators Crusher $56.44 7A 3C 8P r King Power Equipment Operators 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 Et 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 r King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment r King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P L With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc r King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P r Articulating Off- Road L Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Off-road Equipment Under 45 Yards L 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 L Operator r King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons L King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P r Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards L King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards r King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P L King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P t King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P r L r L httnq://fnrtrPcq_wa_nnv/Ini/wanPlnnkiin/nrvWanalnnl-iin ncnx wiF/'7n1A rciyc y ui L i a Mechanics, All (leadmen - $0.50 Per Hour Over J Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 813 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 Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 813 - 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 a 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 Operators 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 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 813 King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 813 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 A Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment 1 $53.57 7A 3C 8P J King Power Equipment Operators $56.00 7A 3C 8P httas://fortress.wa.aov/Ini/waaelookuu/nrvWaaelookur).asox 3/16/2016 rage iu or 1 i r L< Shovel , Excavator, Backhoe, Tractors Under 15 Metric L. 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 r King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P L Over 50 Metric Tons To 90 Metric Tons F King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P �— Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P r King Power Equipment Operators Spreader, Topsider £t $56.94 7A 3C 8P L Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P r King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P L 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 r King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P L. height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type L 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 L. King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons F7 King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P L Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P F King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P L 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 Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P L Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P r Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P L Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P F Underground Sewer Et Water l_ r L httDs://fortress.wa.aov/lni/waaelookuo/DrvWaaelookUD.asDx 3/16/2016 rciyC 11 ui 1 i a King Power Equipment 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 8P 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 & Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P 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 ry 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 Et 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 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 htti3s://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookui).asr)x 3/16/2016 gage 1L or 1 i r- L_. King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer Et Water L_ King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount r- King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P r Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P L_ Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P L Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc r- King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P r Underground Sewer Et Water I L King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. Et Over L. King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards L King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator r King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P L Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P r Underground Sewer Et Water 10 Tons L King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under �- King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P r Underground Sewer Et Water But Not Including 8 Yards L King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards r King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P L Underground Sewer It Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P r Underground Sewer It Water L King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) L r L httDS://fortress.wa.aov/Ini/waceIookuD/DrvWaaelookur).asr)x 3/16/2016 rage 13 or 1/ 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 UnderQround Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 81) Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P UnderQround Sewer Et 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 Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water a King Power Equipment Operators- Pumps -Water $53.57 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P UnderQround Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P UnderQround Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P UnderQround Sewer Et Water .J King Power Equipment Operators-, Roller, Other Than Plant Mix $53.57 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P UnderQround Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P UnderQround Sewer Et Water King $56.44 7A I 3C 8P J httDs://fortress.wa.aov/lni/waaelookui)/DrvWaaelookuD.asDx 3/16/2016 Page 14 of 17 r~ L_ Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards L King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All r- King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer Et Water Yards And Over L King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P ,- Underground Sewer Et Water - King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P 4 Underground Sewer Et Water r King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric L Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 813 r Underground Sewer Et Water Over 30 Metric Tons To 50 L. Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons r- King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P L., Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P Underground Sewer Et Water Screedman L King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 813 Underground Sewer Et Water r King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 813 L Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P F Underground Sewer Et Water Height Base To Boom L King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base F to boom L King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom r King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P L Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P r Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer Et Water Tons And Over F King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P L Underground Sewer Et 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 L Underground Sewer Et Water r King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water r L httns://fortress.wa.aov/InVwaaelookun/nrvWaoelookun.asnx 3/1 F/?nl 6 rage l� Or 1 i King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer & Water J 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 $74.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 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 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 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 &Air Journey Level $74.36 6Z 1G Conditioning Mechanics -J King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 111 Workers King Residential Soft Floor Lavers Journey Level $44.11 5A 3D J King Residential Sprinkler Fitters Journey Level $42.73 5C 2R iFire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M J King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers J King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1 H King Shipbuilding & Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $41.43 7T 4B J httns //fnrtrpss_wa.nnv/lni/wanpinnkun/nrvWanpinnkun_a-.nx wi F/?nl 6 Page 16 Ot 17 r L King Shipbuilding Et Ship Repair Heat Et Frost Insulator $63.18 5J 1S King Shipbuilding Et Ship Repair Laborer $41.47 7T 4B L King Shipbuilding Et Ship Repair Machinist $41.46 7T 4B King Shipbuilding Et Ship Repair Operator $41.39 7T 4B r King Shipbuilding Et Ship Repair Painter $41.42 7T 4B �- King Shipbuilding Et Ship Repair Pipefitter $41.40 7T 4B King Shipbuilding Et Ship Repair Rigger $41.48 7T 4B r King Shipbuilding Et Ship Repair Sheet Metal $41.43 7T 4B L King Shipbuilding Et Ship Repair Shipfitter $41.481 7T 4B F King Shipbuilding Et Ship Repair Trucker $41.32 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B r- King Sign Makers Et Installers Sign Installer $22.92 1 �. (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) L King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) r King Sign Makers Et installers (Non- Sign Maker $33.25 1 L Electrical King Soft Floor Lavers Journey Level $44.11 5A 3D r- King Solar Controls For Windows Journey Level $12.44 1 L King Sprinkler Fitters (Fire Journey Level $70.14 5C 1X Protection) r King Stage Rigging Mechanics (Non Journey Level $13.23 1 L Structural) King Stone Masons Journey Level $52.82 5A 1M r King Street And Parking Lot Journey Level $19.09 1 L Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P r- Surveyor I King Surveyors Chainman $55.47 7A 3C 8P r. King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 L Technicians r King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside L King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside r King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B L Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B r- Outside I L King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside F King Telephone Line Construction - Telephone Equipment $37.60 5A 2B L Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B r Outside Operator (Light) r httos://fortress.wa.aov/Ini/waaelookun/nrvWaaelnnkun_asnx 1/1 F,/7n1 rdye L i ui i i 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 Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B J Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 J King Tile, Marble Et Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1 K J King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $50.41 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $51.25 5D 3A 81- Council 28) King Truck Drivers Transit Mixer $43.231 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers _J J _J a J https://fortress.wa.aov/Ini/waaelookup/prvWaaelookuq.asrw 3/16/2016 i— Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L 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 L_ the worker. r- 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r^ B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on L.L Sundays and holidays shall be paid at double the hourly rate of wage. r". 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 L 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 r rate of wage. L E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L F. The first two(2)hours after eight (8) regular hours Monday through Friday and the first ten(10)hours on Saturday r.. 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 L 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 L 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 r double the hourly rate of wage. L 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 r through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the L hourly rate of wage. r I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. L J. 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. L K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All F" hours worked on holidays shall be paid at double the hourly rate of wage. L M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be r 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. L N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of r` wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L 1 r ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 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 be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at ' double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half 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 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Overtime Codes Continued L 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. r B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. r� C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the r holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. r- G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. L H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall r be paid at one and one-half times the hourly rate of wage. L O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. r R. All hours worked on Sundays and holidays and all hours worked over sixty(60) in one week shall be paid at double L 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 L. over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. r W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday L shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten r 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 L 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. F. L 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. F L 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 r outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours L worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall L_. 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 r 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. L 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 F_ the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. L 3 r L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 3. 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. A 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. 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. I. 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 Saturday 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) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. - C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. _i J 4 r-- Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Overtime Codes Continued r L. 4. D. All hours worked in excess of eight(8) hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. L_ EXCEPTION: r-- 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 L to feed a distribution system,will be paid overtime under the following rates: r The first two(2)hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall L 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) r 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. L` All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the F hourly rate of wage. L E. The first two (2) hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday r shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, L and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours r worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal L four-day,ten hour work week, and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and r holidays shall be paid at double the hourly rate of wage. L F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the F hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L 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. r Holidav Codes L 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after F Thanksgiving Day,and Christmas Day(7). L B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r 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). L 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). r L H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). F L 5 r L ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holidav Codes Continued 5. 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). ' L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day, And Christmas Day(9). J P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). if A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving -� Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New 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(1 I). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). J 6 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Holidav Codes Continued L_. 6. 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. r 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and L Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and r 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 L preceding Friday. r C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, L 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 r observed as a holiday on the preceding Friday. i_ 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 r holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which L 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. L 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 L 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 r (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. L H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, r` Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas L 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. r I. Holidays:New Year's Day, President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The L 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 r be observed as a holiday on the preceding Friday. L 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. L 7 L A Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 7. K. Holidays: New 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 _i Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. .., N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on J 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. 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 8 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Note Codes Continued L 8. C. In addition to the hourly wage and fringe benefits, the following depth prerniums apply to depths of fifty feet or r— more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet r Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price `— r D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C:$0.25. F L M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. r N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00, Level B: $0.75, Level L_. C: $0.50,And Level D:$0.25. r P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: L $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 L shift shall be used in determining the scale paid. r- R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or L 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 L flagging card issued by the State of Washington,Oregon, Montana,or Idaho.These classifications are only effective on or after August 31, 2012, F S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or L spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on F 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 L or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all L 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 F_ 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. r U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: L $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 F_ 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. r L 9 F u REQU AYORS SIQNATURE v trio r rsrs eueeu� �wo�mreq�� �. b. 'inaror�:nanxtio. ano�e o� �am. .nsi Date seM�'�'' wt 'pare ae urea aY �. V�NOA0.^qa E a etl Sce�sellbBms nc �owo;.e�.o ` _...� PP�`of cov .eeRo•A� � k , r J . 61 lfi � III , mMtKENT LAW DEPT.eey �ru� � � . ulllllllllllm • \,.:"�,KNT KeNt�" Agenda Item: Bids - 9A 'Na in.wG.Ow TO: City Council DATE: April 19, 2016 SUBJECT: Mill Creek Side Channel / Leber Homestead Property - Award MOTION: Award the Mill Creek Side Channel / Leber Homestead Property project to Scarsella Brothers, Inc. in the amount of $2,225,276.52 and authorize the Mayor to sign all necessary documents, subject to terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This contract will construct Phase II of the Mill Creek Side Channel / Leber Homestead project (Phase I, completed in 2015, cleared non-native, invasive plants and planted over 5,500 native plants along the riverbank in areas that will not be disturbed by Phase II). This project is a large regionally supported restoration project that will provide rearing and refuge habitat for juvenile salmonids as well as additional flood storage just across the Green River from the Riverview Park project. Grants from the Salmon Recovery Funding Board, Puget Sound Acquisition and Restoration Fund, King County Cooperative Watershed Management Fund and King County Waterworks Grant Program are being used to cover construction costs. This project has been planned, designed and permitted over the past 10-years on property purchased (with other grant funds) specifically for this purpose. EXHIBITS: None RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract, as mentioned above, is grant funded except for required City matching funds of $76,440 which will be covered by city donated plant material and planting labor funded by the city stormwater utility. Requests for reimbursement of funds will be submitted after construction invoices are received and are expected to be approved shortly after submittal by granting agencies.